Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20233280.tiff
CoYrh�ctOlt-7723 MEMORANDUM TO: Esther Gesick, CTB DATE: December 23, 2023 FROM: Clay Kimmi, P.E., Public Works SUBJECT: B2300185 — CR 66 & CR 41 BR -54/13A Bridge Replacement Project Please place the attached contract on the January 3, 2024, BOCC consent agenda. The contract is for the replacement of bridge 54/13A. The Board awarded the contract to Kraemer NA, LLC on December 18, 2023. The contract id is 7723. The Tyler reference number is 2023-3280. The contract is for an amount not to exceed $11,533,491.78,. The contract amount is also included in the 2024 Public Works budget. I will plan on attending the meeting to answer any questions. Ciu&---63)) // Conw-1-- Fryin&— Zo23-32`0 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & KRAEMER NORTH AMERICA, LLC BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this34v of 3os.yi i ()J4 , 2024, by and between the County of Weld, a body corporate and politic of the State of Colorado, bi and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 on behalf of the Department of Public Works, hereinafter referred to as "County," and --Kraemer North America, LLC, whose address is 900 W Castleton Road, Suite 200, Castle Rock, CO 80109, hereinafter referred to as "Contractor". WHEREAS, Weld County Bridge 54/13A is in need of replacement, (hereinafter referred to as the "Project"; and WHEREAS, in the interests of public health, safety, and welfare, it is necessary to undertake the replacement of this bridge, and WHEREAS, County requires an independent construction contractor to perform the construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required Construction Services to provide the services according to the terms of this Agreement and the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement. The Exhibits are specifically incorporated herein by reference. The County and Contractor acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). Exhibit A consists of County's Request for Qualifications/Proposal (RFQ/RFP) as set forth in "Bid Package No. B2300185". The RFQ/RFP contains all the specific requirements of the County. Exhibit B consists of Contractor's Response to County's Request for Qualifications/Proposal. The Response confirms Contractor's obligations under this Agreement. 2. Procurement and Performance. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of the Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement, shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or their designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non- payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing rior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount not to exceed $11,533,491.78, as set forth in Exhibits. Contractor acknowledges no payment in excess of that amount will be made by County unless a "Change Order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in the Exhibits. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g., mileage). The successful bidder shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7 Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents, or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. The Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. General Requirements: Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods or services provided pursuant to this Agreement. The Contractor shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. The Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require the Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: • $1,000,000 each occurrence; • $2,000,000 general aggregate; • $2,000,000 products and completed operations aggregate; • $1,000,000 Personal Advertising injury; • $50,000 any one fire; • Completed operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Such policy shall include minimum limits as follows: • $1,000,000 per loss; and • $2,000,000 aggregate Contractor shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Contractor shall maintain the policy for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or; (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to: (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architects fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in County's sole discretion. c. Additional Insureds: Contractor shall provide a certificate of insurance naming "Weld County, Colorado, its elected officials, and its employees" as an additional named insured for all policies required by the Contract. d. Subcontractor Insurance: All subcontractors, independent Contractors, sub -vendors, suppliers, or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of the Contractor. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors, suppliers, or other entities upon request by the County. a No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. f Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of the Contractor, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of their authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Tyler Rue Position: Project Manager Address: 900 West Castleton Rd Suite 220 Castle Rock, CO 80109 E-mail: true@kraemerNA.com Phone: 303-419-8053 County: Weld County Public Works Name: Clay Kimmi, P.E. Position: Senior Engineer Address: P.O. Box 758 1111 H Street Greeley, CO. 80632-0758 E-mail: ckimmi@weldgov.com Phone: 970-400-3741 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. 24. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 25. Governmental Immunity. 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, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 26. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 27. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid u ntil it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 28. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 29. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to u ndertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24- 76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24- 76.5-103 prior to the effective date of the contract. 30. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 33. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. VCc IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 3 day of iIukay 1 , 2024. CONTRACT • 1emer North America, LLC By: Name: T Maloney Title: Sr. 'ce President WELD COp.TY: G� ATTEST: i (�• •� Weld C. n Clerk to the Bo BY: Depu lerk to t 12/19/2023 Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, C n Kevin D. Ross, Chair JAN 032024 hoc— BID NO. B2300185 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR BRIDGE 54-13A REPLACEMENT PROJECT October 4, 2023 (Revised via Addendum 1 — October 19, 2023) (Revised via Addendum 2 — October 24, 2023) Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 TABLE OF CONTENTS The following forms and provisions take precedence over plan drawings and supplement the 2023 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to administer the construction of this project. BIDDING REQUIREMENTS: * All Bidders must submit these forms with their response to the combined Request for Qualifications and Proposal (RFQ/RFP). Invitation for Bids 1-2 Instructions to Bidders 3-16 Bid Proposal 17-18 *Bid Tabulation 19-23 *Bid Bond 24 *IRS Form W-9 25 * Statement of Qualifications and Contractors 26-29 *Contractor's Performance Capability Statement (Weld County Form #605) 30 *Anti -Collusion Affidavit (Weld County Form # 606) 31 *Assignment of Antitrust Claims (Weld County Form #621) 32 *Debarment and Suspension Certification 33 *Certification of Compliance with Equal Opportunity Clause Requirements 34 *Bidder's List (Weld County Form #1413) 35 WELD COUNTY CONTRACT FORMS: * Apparent responsible bidder must submit these forms prior to Contract Award. *Notice of Award 36 *Agreement 37-47 *Performance Bond .48-59 *Labor and Materials Payment Bond 50-51 Notice to Proceed48 52 Change Order (Example) 53 Certificate of Substantial Completion 54 Lien Waiver (General Contractor) 55 Final Lien Waiver (Subcontractors) 56 Notice of Acceptance 57 WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions Index 58-59 Project Special Provisions 60-290 ADDITIONAL DOCUMENTS: Construction Plan Set M&S Standard Revisions Geotechnical Report Pavement Report Separate Document Separate Document Separate Document Separate Document i REQUEST FOR QUALIFICATIONS AND PROPOSALS WELD COUNTY, COLORADO 1301 N 17TH AVENUE GREELEY, CO 80631 DATE: OCTOBER 4, 2023 BID NUMBER: B2300185 DESCRIPTION: BRIDGE 54-13A REPLACEMENT PROJECT Combined RFQ/RFP Advertisement Issued Mandatory Pre -Bid Meeting Final Date for Questions Final Addendum Posted RFQ/RFP Due at Purchasing Anticipated Present Bids to BOCC Interviews (If Required) Anticipated Bid Award by BOCC Anticipated Contract Signed by BOCC Anticipated Notice to Proceed Anticipated Completion Date 1. NOTICE TO BIDDERS: October 4, 2023 October 18, 2023 at 10 AM October 27, 2023 at 7 AM October 30, 2023 at 5 PM November 1, 2023 at 10 AM November 6, 2023 November 15, 2023 at TBD December 18, 2023 January 3, 2024 January 3, 2024 August 30, 2024 The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Bridge 54-13A Replacement Project The project in general consists of the demolition of the existing bridge, construction of a new bridge over the Big Thompson River, excavation and embankment, HMA paving, relocation of irrigation and drainage systems, and erosion control. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, erosion control, and installation of various sized RCP culverts and irrigation pipelines. The services requested involve heavy civil construction generally consisting of but not limited to: • Clearing and Grubbing of the project site • Laying out and staking construction extents • Stripping and stockpiling topsoil • Coordination with utility relocations from third parties • Demolition of the existing bridge • Construction of a new bridge • Importing and placing embankment materials • Placement of aggregate base course material • Installation of RCP pipe in various sizes • Placement of hot mix asphalt (smoothness requirements will apply) • Incorporation of initial, interim, and final erosion control measures • Installation of pavement markings and signs • Work site traffic control • Reclamation of the work site 1 Weld County will use the submitted responses to the Request of Qualifications and Request for Proposal (RFQ/RFP to select the contractor who is best qualified and presents the best value to the County for this project. This project will not be awarded based on cost information alone. Each interested contractor shall attend the mandatory pre -proposal meeting, and may be asked to also attend an interview, after the qualifications and proposals have been scored by the Weld County selection team. For the purposes of this project, references to the Bid shall mean the Request for Qualifications and Proposal (RFQ/RFP) and Bidder shall mean the company who submitted a response to the RFQ/RFP. A mandatory pre -bid conference will be held at 10:00 AM., on Wednesday, October 18, 2023, at the Weld County Public Works Building. The Public Works Building is located at 1111 H Street in Greeley, CO. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1301 N 17th Avenue, Greeley, CO 80631, until: 10:00 AM on November 1, 2023 (Weld County Purchasing Time Clock). PAGES 1 - 16 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL THE INFORMATION CONTAINED IN PAGES 1 - 16 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 16. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. Bid information can be found on the BidNet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County Emailed bids are required. Bids shall be emailed to: bids@weldgov.com. Emailed responses must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when the bid/proposal is received. Responses shall be in PDF format and shall be less than 25MB in size. Please call Purchasing at 970-336-7225 if there are any questions. 3. INSTRUCTIONS TO PROPOSERS: INTRODUCTORY INFORMATION The proposer determined by Weld County to offer the best value to the County will perform heavy civil construction work for which they must demonstrate their qualifications. Please address the following items in the RFQ/RFP response submittal: The RFQ/RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. (a) The RFQ/RFP Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. (1) Describe how the proposed methodology will meet the desired goals of the project. (2) Include a brief description of all large scale heavy civil road and bridge construction projects completed within the last 5 years. Emphasize projects that have included the demolition and 2 replacement of bridges, placement of Hot Mix Asphalt (HMA) paving, and working in and around rivers/wetlands that are covered by an Army Corps of Engineers 404 permit. (b) The RFQ/RFP Response shall include a description of critical issues that the proposer considers to be of importance for the project and how those issues will be solved. (c) The RFQ/RFP Response shall include a description of how the project costs will be controlled for both the prime contractor and their sub -contractors. (1) Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. (2) Describe how the proposer will handle the quality control for the entire project. (3) Describe any judgements, claims, or suits pending or outstanding against proposer's company. (4) Describe any citations by OSHA for violations within the last 5 years. (5) Describe any projects where the proposer has been assessed liquidated damages within the last 5 years. (6) Describe any changes in company ownership in the last 5 years. (d) The RFQ/RFP Response shall include a description of the proposer's location and explain how it will not affect the project coordination with the County. (1) Explain how the proposer is familiar with Weld County's project specifications and policies. (2) Include a list of the number of employees and the annual operating budget. (3) Explain the proposer's knowledge about Weld County in general. (4) Include a list of your company's facilities and major equipment leased or owned (excavators with bucket sizes, blades, dozers, scrapers, tractor trailers, etc.) (e) The RFQ/RFP Response shall include a preliminary construction schedule showing major construction items associated with this project, and how the proposer would complete the project within the contract time. (f) References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. (g) Completed bid proposal forms found in the bid documents (The following forms do not count towards the 15 page limit). (1) Bid Tabulation Form (Pages 19-23) (2) Bid Bond Form (Page 24) (3) W-9 Form (Page 25) (4) Statement of Qualifications and Subcontractors Form (Pages 26-29) (5) Contractor's Performance and Capability Statement Form (Page 30) (6) Anti -Collusion Affidavit Form (Page 31) (7) Assignment of Antitrust Claims Form (Page 32) (8) Title 49, CFR Pat 29 Debarment and Suspension Certification Form (Page 33) (9) Certification of Compliance with Equal Opportunity Clause Requirements Form (Page 34) (10) Bidders List (Page 35) Limit the total length of RFQ/RFP Response to a maximum of 15 pages. The County will reject RFQ/RFP responses received that are longer than 15 pages in length. The front and back cover will not count as pages. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. The bid document forms included in this request which are mandatory to submit with your bid will not be included in the page count for your proposal. RFQ/RFP Responses shall be mainly made up of 8 1/2" x 11" paper. 11" x 17" paper can only be used for presenting construction schedules, or example plan sheets. Text sizes shall be 10 point or larger. Failure to follow these instructions may result in the RFQ/RFP Response being rejected. The RFQ/RFP Responses will be based on the Best Value Process outlined in Section 5-4-190 of the Weld County Code and will be evaluated using the following criteria. NOTE: There will be no negotiation of the cost/fee after the Contractor is selected. Each RFQ/RFP Response will be individually evaluated by a team of reviewers comprised of Public Works and Purchasing Department employees. Each reviewer will score each of the RFQ/RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFQ/RFP Response, the individual reviewer scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFQ/RFP response with the highest score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. The 2 to 3 highest ranked RFQ/RFP Responses will be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, Contractors will be evaluated on the criteria shown below in Table 2. After all scorer rankings have been determined from the RFQ/RFP Response and the interview (if required), each ranking will be totaled for each RFQ/RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. For each scorer, rank 1 will get 1 point, rank 2 will get 2 points, and so on. The points will be totaled for each proposal. The RFQ/RFP Response will then be ranked by the aggregate score. The lowest score will be considered the best value for the County. NOTE: The first ranked proposal may not be the lowest overall cost. TABLE 1 RFQ/RFP RESPONSE SCORING CRITERIA TABLE EVALUATION CRITERIA EVALUATION STANDARD SCORING WEIGHTING FACTOR SCORE RANGE Scope Proposal of • • the proposal proposed project of the clearly objectives. methodology County. shows an understanding meets the desired 1 to 5 4.0 4% - 20% The of The goals Critical Issues • • proposal proposal issues. understands with offers demonstrates the project. realistic the solutions that major the issues to team the 1 to 5 4.0 4% - 20 % The clearly associated The critical Project Control • • team proposal will team where team that be in has place costs. controlled. has State appropriate. has described describes demonstrated and to demonstrated manage Federal how how it sub the will its procedures -contractors' quality a control ability QA/QC of are the its to 1 to 5 3.0 3% - 15% The construction The costs • • The ensure used The process product. Familiarity Work Location/ team construction team team's in is demonstrated general. of familiar location the criteria. project with does Weld with knowledge not the County affect County. policies of Weld the 1 to 5 1.0 1% - 5% • • • The coordination The and The County Cost Schedule and • • costs schedule the were and project contains presented consistent goals sufficient are in with met. a way the detail that project to is 1 to 5 8.0 8% - 40% The reasonable goals. The ensure TABLE 2 INTERVIEW SCORING CRITERIA EVALUATION CRITERIA EVALUATION STANDARDS Work Approach • • Team The team proposed offered and innovative clearly described ideas for their the approach ro'ect. project. J for completing the project. Project Qualifications Manager • • The record The team's team's to complete project project p manager projects of manager demonstrates has this adequate scope p and effective qualifications complexity. and communication a proven skills. track Quality of Presentation • • • The The The team's people team's presentation being use of interviewed audio-visual was clear displayed aids and was easy effective effective. to understand. communication skills. Question/Answer Session • • The committee. The project team answers and provided the provided project good by goals. the answers team demonstrated to the questions a clear asked understanding by the selection of the All Evaluation Criteria Must Be Met 5 Each bid must give the full business address of bidder and be signed by them with their usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to their signature the word "president," "secretary," "agent," or other title without disclosing their principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Qualifications/Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFQ/RFP. Terms Defined: Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction (Specifications), Section 101 and the Weld County Revisions to Section 101 of the Specifications. The term "Contract Documents" shall mean the documents included but not limited to: • Request for Bid; • Contractor's Response to the Bid; • All Addendums; • All Appendices; • All Exhibits; • Specifications including Weld County Special Provisions, CDOT Project Special Provisions, CDOT Standard Special Provisions, CDOT Standard Provisions, CDOT Field Materials Manual, CDOT Construction Manual, CDOT Survey Manual, and other referenced sources; • Plans including detailed plans and standard plans; and • Except as otherwise specified in the Contract Documents, or otherwise directed by the County, references to standards, codes, or criteria shall mean the latest version in effect on the Proposal Due Date. Reference to "days" or "Days" contained in the Contract Documents shall mean "Calendar Days" unless otherwise specified. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize themselves with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. They shall carefully correlate their observations with requirements of the Contract Documents and Drawings and otherwise satisfy themselves of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that they have complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. In the Contract Documents, where appropriate: • The singular includes the plural and vice versa; • References to statutes or regulations include all statutory or regulatory provisions consolidating, amending, or replacing the statute or regulation referred to; • Words such as "herein," "hereof," and "hereunder" refer to the entire document in which they are contained and not to any particular provision or section; • Words not otherwise defined that have well-known technical or construction industry meanings are used in accordance with such recognized meanings; • References to Persons include their respective permitted successors and assigns and, in the case of Governmental Persons, Persons succeeding to their respective functions and capacities; and • Words of any gender used herein include each other gender where appropriate. Preparation of the Bid: Bidders are required to use the forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/ Purchasing Director may at their sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the responsible bidder whose Bid represents the "Best Value" to Weld County and compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the responsible Bidder whose bid represents the "Best Value" to Weld Count within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of subcontractors and suppliers. All Bidders shall submit a list of all subcontractors they expect to use in the Work with the Bid. The use of subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within five (5) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County, Colorado, its elected officials, and its employees as additionally insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within five (5) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all the documents of the Request for Bid (RFB) contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The successful bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the successful bidder shall include in their Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required to perform the Work. Cash Allowances: The successful bidder shall include in their Bid such sums as they deem proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS 8 Familiarization with the Site: The successful bidder shall by careful examination, satisfy themselves of the following: • Nature and location of the site where the Work is to be performed; • Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered; • Character of construction equipment and facilities needed for performance of the Work; • General local conditions; and • Availability of lands as set forth in the General Conditions. Access to the Site: The successful bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The successful bidder shall carefully review the locations of the site where the work is to be performed. The successful bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. They shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local 9 head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law/Jurisdiction: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work. The successful bidder shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until the successful bidder's completion of the responsibilities described in the Bid. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or their designee, may extend the time for the successful bidder to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, the successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the successful bidder for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the successful bidder for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. The successful bidder shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional manner and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. The successful bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that they have title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. TAXES: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. The successful bidder shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 9. INSURANCE REQUIREMENTS: The Contractor must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. The Contractor shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. The Contractor shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require the Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of the Contractor, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contractor shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance: As required by state statute and Employer's Liability Insurance, covering all the Contractor Professional's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance: Including bodily injury, property damage, and liability assumed under the Contract. Such policy shall include minimum limits as follows: • $1,000,000 each occurrence; • $2,000,000 general aggregate; • $2,000,000 products and completed operations aggregate; • $1,000,000 Personal Advertising injury; • $50,000 any one fire; and $5,000 Medical payment per person; and • Completed operations coverage shall be provided for a minimum period of one (1) year following final acceptance of the work. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all 13 vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 Contractor shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Contractor shall maintain the policy for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or; (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to: (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary (drop down) in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. (1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. (2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. (3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. (4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. (5) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims - made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in their sole discretion. Additional Insureds: Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured for all policies required by the Contract. Subcontractors: All subcontractors, independent Contractors, sub -vendors, suppliers, or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of the Contractor. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors, suppliers, or other entities upon request by the County. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID PROPOSAL To: Weld County Purchasing Department Attention: Controller/Purchasing Director P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Bid Proposal for: Bridge 54/13A Bridge Replacement Project PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees, permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax, if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub -Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-114, CRS, and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor & Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108 and as revised by Weld County. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, the Bidder must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within five (5) days from the date of Notice of Award. METHOD OF AWARD 17 The Owner reserves the right to reject any Bid from any Bidder to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder, how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. For any discrepancy between words and figures; the words will control. All mathematics will be checked and the correct total used for determining the apparent responsible bidder. All proposals must be received by 10:00 AM (Purchasing Clock) on the due date. 18 BID TABULATION (Updated 10-26-23) Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 1 201-00000 Clearing & Grubbing LS 1 2 202-00000 Removal of Structures and Obstructions LS 1 3 202-00035 Removal of Pipe LF 96 4 202-00220 Removal of Asphalt Mat SY 3,994 5 202-00810 Removal of Ground Sign EA 4 6 202-01000 Removal of Fence LF 5,911 7 202-01130 Removal of Guardrail Type 3 LF 630 8 202-01400 Removal of Cattle Guard EA 2 9 203-00050 Unsuitable Material (Contingency) CY 5,000 10 203-00060 Embankment (CIP) CY 17,951 11 203-00500 Rock Fill (Contingency) (57-67) CY 1,000 12 203-00510 Rock Fill (Contingency (3" Minus) CY 4,000 13 203-01100 Proofrolling HR 40 14 203-01500 Blading HR 40 15 203-01550 Dozing HR 40 16 203-01597 Potholing HR 24 17 203-02330 Laborer HR 40 18 206-00000 Structure Excavation CY 1,841 19 206-00100 Structure Backfill (Class 1) CY 251 20 206-00060 Structure Backfill (Flow -Fill) (Weld County Mix) CY 1,010 21 206-00520 Filter Material (Class B) CY 53 22 207-00205 Topsoil CY 4,245 23 207-00210 Stockpile Topsoil CY 4,558 24 208-00002 Erosion Log Type 1 (12 Inch) LF 1,704 25 208-00020 Silt Fence LF 500 26 208-00033 EA 1 Sediment Trap (Turbidity Curtain) 27 208-00300 Temporary Berms LF 4,500 28 208-00035 Aggregate Bag LF 100 29 208-00045 Concrete Washout Structure (Lined) EA 2 30 208-00075 Pre -fabricated Vehicle Tracking Pad EA 2 31 208-00103 Removal and Disposal of Sediment (Labor) HR 40 32 208-00105 Removal and Disposal of Sediment (Equipment) HR 40 33 208-00106 Sweeping (Sediment Removal) HR 80 34 208-00207 Erosion Control Management DAY 182 35 208-00520 Temporary Stream Crossing LS 1 36 210-00010 Reset Mailbox Structure EA 1 37 211-03005 Dewatering DAY 100 38 212-00006 Seeding (Native) ACRE 5.6 39 212-00701 Compost (Mechanically Applied) ACRE 5.6 19 40 213-00003 Mulching (Weed Free) ACRE 5.6 41 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable) (Class 1) SY 3,601 42 240-00010 Removal of Nests HR 110 43 240-00020 Netting SY 2,800 44 304-06000 Aggregate Base Course (Class 6) (Virgin) TON 2,601 45 403-33741 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 2,537 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1,339 47 420-00300 Geogrid (Tensar NX 650) SY 10,000 48 503-00030 Drilled Caisson (30 Inch) LF 505 49 503-00066 Drilled Caisson (66 Inch) LF 222 50 503-00310 CSL Testing EA 10 51 506-00212 Riprap (12 Inch) CY 134 52 506-00412 Soil Riprap (12 Inch) CY 920 53 512-00101 Bearing Device (Type 1) EA 4 54 515-00120 Waterproofing (Membrane) SY 2,207 55 518-01004 Bridge Expansion Device (0-4 Inch) LF 145 56 601-03000 Concrete Class D (Cutoff Walls) CY 25 57 601-03040 Concrete Class D (Bridge) CY 1,694 58 601-40301 Structural Concrete Coating (Good Earth) SY 1,056 59 601-40301 Structural Concrete Coating (Apache) SY 957 60 602-00000 Reinforcing Steel (Black) LB 66,560 61 602-00020 Reinforcing Steel (Epoxy Coated) LB 282,642 62 602-00025 Reinforcing Steel (Stainless) LB 610 63 603-01180 18 Inch Reinforced Concrete Pipe (Class V) LF 45 64 603-01240 24 Inch Reinforced Concrete Pipe (Class V) LF 329 65 603-01300 30 Inch Reinforced Concrete Pipe (Class V) LF 90 66 603-01480 48 Inch Reinforced Concrete Pipe (Class III) LF 233 67 603-05018 18 Inch Reinforced Concrete End Section EA 2 68 603-05024 24 Inch Reinforced Concrete End Section EA 4 69 603-05030 30 Inch Reinforced Concrete End Section EA 4 70 603-05048 48 Inch Reinforced Concrete End Section EA 2 71 606-00301 Guardrail Type 3 W -Beam (6-3 Post Spacing) LF 251 72 606-01370 EA 4 Transition Type 3G 73 606-01400 Transition Type BR10M-GR3 EA 4 74 606-02003 End Anchorage (Nonflared) EA 4 75 606-11030 Bridge Rail Type 10M LF 764 76 607-01000 Fence Barbed Wire with Metal Posts LF 1,778 77 607-11525 Fence (Plastic) LF 3,500 78 607-60120 20 Foot Gate EA 2 79 609-60011 Curb Type 6 (Section M) LF 458 80 611-00020 20 Foot Cattle Guard EA 2 20 81 612-00001 Delineator (Type 1) EA 8 82 612-00002 Delineator (Type 2) EA 8 83 612-00003 Delineator (Type 3) EA 8 84 613-00350 3-1/2 Inch Electrical Conduit LF 1,565 85 614-00011 Sign Panel (Class I) SF 33 86 614-00216 Steel Sign Post (2x2 Inch Square Tubing) LF 48 87 615-00050 Embankment Protector Type 5 (Riprap) EA 4 88 618-01154 Prestressed Concrete I (CBT54) LF 3,024 89 620-00002 Field Office (Class 2)(Contractor Supplied) EA 1 90 620-00012 Field Laboratory (Class 2) EA 1 91 620-00020 Sanitary Facility EA 1 92 625-00000 Construction Surveying LS 1 93 626-00000 Mobilization LS 1 94 627-00005 Epoxy Pavement Marking GAL 23 95 630-00000 Flagging HR 400 96 630-00012 Traffic Control Management LS 1 97 630-80355 Portable Message Sign Panel EA 4 98 700-70010 F/A Minor Contract Revisions EA 1 $800,000.00 $800,000.00 99 700-70016 F/A Fuel Cost Adjustments EA 1 $25,000.00 $25,000.00 100 700-70019 F/A Asphalt Cement Cost Adjustment EA 1 $25,000.00 $25,000.00 101 700-70380 F/A Erosion Control EA 1 $150,000.00 $150,000.00 102 927-00170 Process Control Testing for 203, 206, 304, 306, & 603 Items DAY 75 TOTAL BID PRICE ($): TOTAL BID WRITTEN WORDS: * Indicates these items are to be included in the project total and project bonds. 21 ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS: Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments. To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below. No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO". If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project." When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked. After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments. (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections): YES, I choose to accept Fuel Cost Adjustments for this project. N O, I choose NOT to accept Fuel Cost Adjustments for this project. YES, I choose to accept Asphalt Cost Adjustments for this project. N O, I choose NOT to accept Asphalt Cost Adjustments for this project. NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2 Performance of each and every portion of the Work is included as part of the Contractor's Price. 3 All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4 The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 22 5. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7 All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 8 The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2300185. 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 10. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 11. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-18. 23 *BID BOND PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter called the Principal, a [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Dollars ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated , 2023 for the BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly and severally liable to the Owner in the penal sum described above. WHEREAS, the Owner has required as a condition for receiving said Proposal that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Proposal or in lieu thereof furnish a Proposal Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. The above obligation is void if the Principal enters into the Contract within sixty (60) days of selection of the Principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this _ day of ,2023 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal: Witness: Signature: Title: ATTEST: By: Printed Name: Surety Witness: Signature: Title: ATTEST: By: Printed Name: 24 W 9 Form (Rev. August 2013) Department of the Treasury Internal Revenue Service Identification Request for Taxpayer Number and certification Give Form to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. Name (as shown on your income tax return) Business name/disregarded entity name, if different from above Check appropriate box for federal tax classification: Exemptions (see instructions): ❑ Individual/sole proprietor ❑ C Corporation S Corporation ❑ Partnership ❑ Trust/estate Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, 5=8 corporation, P=partnership) Exemption from FATCA reporting code (if any) ❑ Other (see instructions) DP. Address (number, street, and apt. or suite no.) Requester's name and address (optional) City, state, and ZIP code List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line Social security number to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Part II Employer identification number Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature of U.S. person Ir Date PP - General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at www.irs.gov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that page. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301/701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 8-2013) 25 *STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Proposer: 2. Type of Entity: 3. Permanent main office address: P hone Number: Fax Number: 4. Year Company was organized: N umber of years this Company has been engaged similar construction: U nder what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? 7 List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: Project Name Contract Amount Completion Date $ $ $ $ 8. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 9. List all contracts within the last 5 years for which liquidated damages were assessed or may be assessed. 26 10. List all contracts within the last 5 years during which or after which the Company filed a protest with the owner. 11. List all contracts within the last 5 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. 12. Has any owner, as party to any of the Company's contracts within the last 5 years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. 13. Describe all contracts that the Company failed to complete. 14. Describe all contracts on which the Company defaulted or from which the Company was terminated. 15. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: 27 Owner's Representative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 16. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE S TATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. S UBCONTRACTOR WORK DESCRIPTION % OF WORK 17. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. P ERTINENT NAME TITLE YRS. EXPERIENCE 18. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 2023. 28 Bidder: Company By: Signature N ame: (Please Type) Title: N OTARY County of ) ) ss. State of ) being duly sworn, deposes and says that they are (Name) Of , and that the (Title) (Company Name) answers to the foregoing questions and all statements therein contained are true and correct. S ubscribed and sworn before me this day of , 2023. (SEAL) 29 Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project # 1. List names of partnerships or joint ventures ❑ none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to Weld County. (Attach additional sheets if necessary.) a. Key personnel changes ❑ none b. Key equipment changes ❑ none c. Fiscal capability changes (legal actions, etc.) ❑ none d. Other changes that may effect the contractors ability to perform work. ❑ none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name 2nd Contractor's firm or company name (if joint venture) By I Date Title By Date Title Weld Form #605 1120 30 WELD COUNTY ANTI -COLLUSION AFFIDAVIT PROJECT NO. LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The prices) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Weld County, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name 2nd contractor's firm or company name. (If joint venture.) Sworn to before me this By Date Title By Date Title day of, 20 Notary Public My commission expires NOTE: This document must be signed in ink. Weld Form #606 1120 31 Weld County ASSIGNMENT OF ANTITRUST CLAIMS PROJECT NO. Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by Weld County pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and c. Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's firm or company name By Date Title I 1 II 2nd contractor's firm or company name. Of joint venture.) By Date Title Weld Form #621 1 120 32 *TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Proposer, each Major Participant) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: 1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. 2. Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years. 3. Does not have a proposed debarment pending. 4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years. 5. Has not within the past 3 years had one or more public transactions (federal, state or local) terminated for cause or default. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of Award but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. Date: Signature Title 33 *CERTIFICATION OF COMPLIANCE WITH EQUAL OPPORTUNITY CLAUSE REQUIREMENTS (To be signed by authorized signatories of Proposer and each Major Participant (except as excluded below)) The Proposer certifies that (1) [it/he/she] has has not developed affirmative action programs on file at each establishment pursuant to 41 CFR § 60-4 and (2) [it/he/she] has has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, [it/he/she] has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: , 2023 Proposer/Subcontractor Name: Signature: Title: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by Proposers and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally, only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. [Duplicate and modify this form as necessary for use by Proposer and each Subcontractor described above.] 34 Weld BIDDERS County LIST Project Name/Description Project Number Project Code/SubAccount Proposal Date Contractor Region SubcontractorsfSuppliersiVendors: The bidder must list all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed (Select all that apply) DBE (YIN) Selected CON} I certify that the information provided herein is true and correct to the best of my knowledge. Name Signature/initials Title Date Work Proposed Categories: 1. Materials and Supplies 2_ Flagging and Traffic Control 3. Trucking and Hauling 4. Precast Concrete, Foundations, and Footings 5. Concrete Paving, Fiatlnrork and Repair 6_ Lighting and Electrical T Signs Signal Installation. and Guardrail 8. Fencing 9. Buildings and Vertical Structures Utility. Water and Sewer Lines This Tonn must De summed Dy me proposal cicacliine. 11_ Structural Steel and Steel Reinforcement 12 Riprap and Anchored Retaining Walls 13_ Landscape and Erasran Control 14_ Bridge and Bridge Deck Construction 15_ Asphalt Paving 16. Road and Parking Lot Marking 17_ Chip Seal, Crack Seal. Joint Seat and Crack Fill 18. Bridge Painting and Coating 19 Stairway and Ornamental Metal 20. Parking Lots and Commercial Sidewalks 21. Clearing, Demolition, Excavation and Earthwork 22_ Engineering and Surveying Services 23. Public Relations and Involvement 24_ Piles and Deep Foundations 25. Waste Management and Recycling 26. Site Clean Up 27. Mechanical and HVAC 28_ Tunnel Construction 29_ Profiling and Grinding 30_ Environmental Health and Safety Weld County Fon-n #1413 0 35 **NOTICE OF AWARD To: Project Description: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT The project in general consists of the demolition of the existing bridge, construction of a new bridge over the Big Thompson River, excavation and embankment, HMA paving, relocation of irrigation and drainage systems, and erosion control. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, erosion control, and installation of various sized RCP culverts and irrigation pipelines. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute two originals of the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within five (5) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within five (5) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2023. Weld County, Colorado, Owner By: Clay Kimmi, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2023. By: Title: 36 (SAMPLE) WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this day of , 2023, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 on behalf of the Department of Public Works, hereinafter referred to as "County," and , whose address is hereinafter referred to as "Contractor". WHEREAS, Weld County Bridge 54/13A is in need of replacement, (hereinafter referred to as the "Project"; and WHEREAS, in the interests of public health, safety, and welfare, it is necessary to undertake the replacement of this bridge, and WHEREAS, County requires an independent construction contractor to perform the construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required Construction Services to provide the services according to the terms of this Agreement and the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement. The Exhibits are specifically incorporated herein by reference. The County and Contractor acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2300185". The RFB contains all the specific requirements of the County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Procurement and Performance. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of the Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement, shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her 37 designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount not to exceed $ , as set forth in Exhibits. Contractor acknowledges no payment in excess of that amount will be made by County unless a "Change Order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in the 38 Exhibits. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g., mileage). The successful bidder shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents, or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. The Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 39 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. General Requirements: Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods or services provided pursuant to this Agreement. The Contractor shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. The Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves 40 the right to require the Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: • $1,000,000 each occurrence; • $2,000,000 general aggregate; • $2,000,000 products and completed operations aggregate; • $1,000,000 Personal Advertising injury; • $50,000 any one fire; • Completed operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Such policy shall include minimum limits as follows: • $1,000,000 per loss; and 41 • $2,000,000 aggregate Contractor shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Contractor shall maintain the policy for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or; (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to: (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Builders' Risk Insurance or Installation Floater - Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including 42 underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in County's sole discretion. c. Additional Insureds: Contractor shall provide a certificate of insurance naming "Weld County, Colorado, its elected officials, and its employees" as an additional named insured for all policies required by the Contract. d. Subcontractor Insurance: All subcontractors, independent Contractors, sub -vendors, suppliers, or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of the Contractor. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors, suppliers, or other entities upon request by the County. e. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. f Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of the Contractor, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the 43 Contractor in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Position: Address: E-mail: Phone: County: Weld County Public Works Name: Clay Kimmi, P.E. Position: Senior Engineer Address: P.O. Box 758 1111 H Street Greeley, CO. 80632-0758 E-mail: ckimmi@weldgov.com Phone: 970-400-3741 A) Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 44 B) Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. C) Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. D ) Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. E) Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. F ) Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. G) Governmental Immunity. 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, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. H ) No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. I) Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. J) Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. K) Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this 45 contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. L ) Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] M) Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. N) Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 46 O) Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 2023. CONTRACTOR: By Name: Title: WELD COUNTY: ATTEST: Date of Signature BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair 47 **PERFORMANCE BOND (PAGE 1 OF 2) PROJECT DESCRIPTION: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual). (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado, P.O. Box 758, 1111 H Street, Greeley, Colorado 80632, hereinafter called Owner, in the penal sum of (Written words for dollar amount) ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of 2023, a copy of which is hereto attached and made a part hereof for the construction of: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B2300185. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. 48 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of , 2023. Contractor By (Contractor) Secretary (SEAL) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 49 **LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual). (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado, P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 hereinafter called Owner, in the penal sum of Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2023, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B2300185. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void,; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. 50 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of , 2023. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 51 NOTICE TO PROCEED (EXAMPLE) To: Date: PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B2300185. You are hereby notified to commence Work in accordance with the Agreement dated The date of completion of all Work is, therefore, By Clay Kimmi, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2023. By Title 52 CHANGE ORDER NO. (EXAMPLE) Date: PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B2300185 Owner: Weld County, Colorado Contractor: The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The New Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased by calendar days. The date for completion of all Work will be RECOMMENDED: Owner Representative: Date: Clay Kimmi, P.E. (Senior Engineer) APPROVALS: CONTRACTOR: Name: Date: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Chairperson 53 CERTIFICATE OF SUBSTANTIAL COMPLETION (EXAMPLE) Contractor: Contract For: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B2300185. Contract Dated: This Certificate of Substantial Completion applies to all Work that has been sufficiently completed in accordance with the Contract Documents and as modified by any change orders agreed to by the parties, so that the County and/or Owner can utilize the project for the use for which it was intended, except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 14 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Engineer: Contractor: Date: Date: Date: 54 LIEN WAIVER (GENERAL CONTRACTOR) TO: Weld County Public Works Attn: Clay Kimmi, P.E., Senior Engineer P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B2300185. Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all claims on the part of our material suppliers, laborers, employees, servants and agents or subcontractors arising from our Work on the Project, and we further agree to reimburse the Board of County Commissioners of Weld County for any and all costs, including reasonable attorney fees, which they may incur as a result of such claims. Contractor By Title: Date: STATE OF ) ) ss. COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 2024, by My commission expires: Notary Public 55 LIEN WAIVER (SUBCONTRACTORS) PROJECT: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT To All Whom It May Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of Weld, State of Colorado of which Weld County is the Owner. NOW, THEREFORE, this day of , 2024, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (Name of sole ownership, corporation or partnership) (SEAL) (Affix Corporate seal here) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. (B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted. (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. 56 NOTICE OF FINAL ACCEPTANCE (EXAMPLE) TO: Date: RE: BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT described in Bid No. B2300185. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about 20 Final acceptance does not relieve the Contractor of the minimum one (1) year guarantee on all work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. By: Clay Kimmi, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: Dated this day of 2024. By (Contractor) Title 57 PROJECT SPECIAL PROVISIONS WELD COUNTY PUBLIC WORKS DEPARTMENT The Colorado Department of Transportation 2023 Standard Specifications for Road and Bridge Construction (as amended), the latest edition of the CDOT Field Materials Manual (as amended), and the latest edition of the CDOT Construction Manual (as amended) provide the standards and specifications for the construction of this project. The latest revisions to formerly issued Standard Special Provisions (SSP) and Project Special Provisions (PSP) that modify the CDOT 2023 Standard Specifications for Road and Bridge Construction are hereby incorporated by reference. The following Weld County special provisions supplement or modify the Standard Specifications and take precedence over the CDOT 2023 Standard Specifications, the CDOT SSP, the CDOT PSP, and plans. The Basis of Payment shall be based on the Bid Tabulation. The Method of Measurement and Basis of Payment provisions set forth in the Specifications and Project Special Provisions are superseded by the Bid Tabulation and the units of measure set forth therein. WELD COUNTY PROJECT SPECIAL PROVISIONS INDEX Date Pages Notice to Bidders (October 4, 2023) 60 Commencement and Completion of Work (October 4, 2023) 61-62 Revision of Section 101 — Definition and Terms (October 4, 2023) 63-64 Revision of Section 102 — Bidding Requirements and Conditions (October 4, 2023) 65-66 Revision of Section 103 — Award and Execution of the Contract (October 4, 2023) 67 Revision of Section 104 - Scope of Work (October 4, 2023) 68-72 Revision of Section 105 — Control of Work (October 4, 2023) 73-90 Revision of Section 106 — Control of Material (October 4, 2023) 91-107 Revision of Section 107 — Legal Relations and Responsibility to Public (October 4, 2023) 108-110 Revision of Section 108 — Prosecution and Progress (October 4, 2023) 111-114 Revision of Section 109 — Measurement and Payment (October 4, 2023) 115-118 Revision of Section 110 — Weld County Approved Products List (October 4, 2023) 119 Revision of Section 201 — Clearing and Grubbing (October 4, 2023) 120 Revision of Section 202 — Removal of Structures and Obstructions (October 4, 2023) 121-130 Revision of Section 203 — Excavation and Embankment (October 19, 2023) 131-136 Revision of Section 206 — Excavation and Backfill for Structures (October 4, 2023) 137-139 Revision of Section 207 — Topsoil (October 4, 2023) 140-146 Revision of Section 208 — Erosion Control (October 4, 2023) 147-188 Revision of Section 211 — Dewatering (October 4, 2023) 189-194 Revision Sodding of Section 212 — Seeding, Fertilizer, Soil Conditioner and October 4, 2023) 195-213 Revision of Section 213 — Mulching (October 4, 2023) 214 Revision of Section 216 — Soil Retention Covering (October 4, 2023) 215-218 Revision of Section 217 — Herbicide Treatment (October 4, 2023) 219 Revision Work Performed of Section by 240 the — County's Protection Y Biologist Biolo of ist Migratory Birds — Biological ( October 4, 2023) 220-223 Revision of Sections 304 and 703 — Aggregate Base Course (October 4, 2023) 224-227 Revision of 306 — Reconditioning (October 4, 2023) 228-229 Revision of Section 401 — Plant Mix Pavements — General (October 24, 2023) 230-232 Revision of Section 403 — Hot Mix Asphalt (October 4, 2023) 233-236 Revision of Section 411 — Bituminous Materials (October 4, 2023) 237 Revision of Sections 420 and 712 — Geosynthetics (October 4, 2023) 238-241 Revision Embankment of Sections 420 — Geogrid Reinforcement for Roadway ( October 4, 2023) 242-245 Revision of Section 503 — Drilled Shafts (October 4, 2023) 246 Revision of Section 506 — Riprap (October 4, 2023) 247-252 Revision of Section 601 - Structural Concrete (October 24, 2023) 253-255 Revision of Section 602 — Reinforcing Steel (October 4, 2023) 256 Revision of Section 603 — Culverts and Sewers (October 24, 2023) 257-258 Revision of Section 605 - Subsurface Drains (October 4, 2023) 259 58 WELD COUNTY PROJECT SPECIAL PROVISIONS INDEX Date Pages Revision of Section 606 — Guardrail (October 4, 2023) 260 Revision of Section 607 — Fences (October 4, 2023) 261 Revision of Section 609 — Curb and Gutter (October 4, 2023) 262 Revision of Section 611 — Cattleguards (October 4, 2023) 263 Revision of Section 612 — Delineators and Reflectors (October 4, 2023) 264-265 Revision of Section 613 — Lighting (October 4, 2023) 266 Revision of Section 614 — Traffic Control Devices (October 4, 2023) 267-268 Revision of 615 — Water Control Devices (October 4, 2023) 269 Revision of 618 — Prestressed Concrete (October 4, 2023) 270 Revision of Section 620 — Field Facilities (October 4, 2023) 271-274 Revision of Section 625 — Construction Surveying (October 4, 2023) 275-277 Revision of Section 626 — Mobilization (October 4, 2023) 278 Revision of Section 630 — Traffic Control Management (October 4, 2023) 279-282 Revision of Section 632 — Night Work Lighting (October 4, 2023) 283-285 Force Account Items (October 4, 2023) 286 General 404 Permit (October 4, 2023) 287 Traffic Control Plan — General (October 4, 2023) 288 Utilities Coordination (October 4, 2023) 289-290 59 October 4, 2023 1 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent (5%) of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details with an authorized Department representative. Prospective bidders shall contact one of the following listed authorized Department representatives at least 24 hours in advance of the time they wish to go over the project. Information regarding the project may be obtained from the following authorized representatives. Clay Kimmi, P.E. Senior Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-304-3706 Cell Phone: 970-3381-7977 E-mail: ckimmi@weldgov.com Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3749 Email: ddunker@weldgov.com The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. A mandatory pre -bid meeting will be held on October 18, 2023 beginning at 10 a.m. at 1111 H St, Greeley, CO 80632, Public Works Conference Room. Bids will be accepted only from bidders who attend the mandatory pre -bid conference. Questions received from bidders along with Weld County responses will be posted on the BidNet Direct website as an addendum to the bid documents. If the bidder has a question or requests clarification that involves the bidder's innovative or proprietary means and methods, phasing, scheduling, or other aspects of construction of the project, the Project Engineer will address the question or clarification. The Engineer will keep the bidder's innovation confidential and will not share this information with other bidders. The Engineer will determine whether questions are innovative or proprietary in nature. If the Engineer determines that a question does not warrant confidentiality, the bidder may withdraw the question. If the bidder withdraws the question, the Engineer will not answer the question and the question will not be documented on the website. If the bidder does not withdraw the question, the question will be answered, and both the question and answer will be posted on the BidNet Direct website. If the Engineer agrees that a question warrants confidentiality, the Engineer will answer the question, and keep both question and answer confidential. Weld County will keep a record of both the question and answer in their confidential file. All questions shall be directed to the contacts listed above no later than 7:00 A.M. Monday of the week of bid opening. Final questions and answers will be posted no later than Tuesday morning of bid opening week. Questions and answers shall be incorporated into the bid documents and shall become part of Exhibit A to the Contract. END OF SECTION 60 October 4, 2023 I COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract as required in the "Notice to Proceed" letter and will complete all work by August 30, 2024 unless the period for completion is extended otherwise by the County. The work is a completion date contract. The contract time has been adjusted to account for holidays, weekends, and weather days. One calendar day of contract time will be assessed for each calendar day from the date that Contract time starts excluding Saturdays, Sundays, and holidays (except with written approval). No additional weather days or less than full time charges days will be granted in this contract unless approved in writing by the Engineer. The following work schedule conditions shall apply and the full amount of daily liquidated damages shall apply to all of these conditions if the deadlines are not met: The Contractor may work between sunrise and 1/2 hour before sunset, Monday through Friday excluding holidays, without written consent from the Engineer. If the Contractor wishes to work outside of these hours of operation, they may request to do so by providing the Engineer with a written request outlining the reasons for the request. The Engineer is under no obligation to approve hours of operation outside of the hours listed above. Full roadway closure of the existing roadways shall be limited to a period of not more than 197 calendar days. The road closure is anticipated to be from January 2, 2024 to August 30, 2024. Failure to open the road by August 30, 2024 shall result in the assessment of liquidated damages per the Weld County Revision to Section 108.09 of the Specifications. Major milestone dates on the project shall include: May 15, 2024 — Construction work shall be done to have the bridge out of the water, the diaphragms shall be installed, and the bridge girders shall be set. If the bridge girders are not set, liquidated damages will be assessed until the girders have been set. June 15, 2024 — Final grading and seeding shall be complete. August 30, 2024 — Final Acceptance Within 14 days of the Notice of Award, the Contractor shall submit a Microsoft Project baseline schedule for review and approval of the Engineer. The schedule shall follow the criteria provided in subsection 108.03 of the Specifications. Salient features to be shown on the Contractor's Progress Schedule are: 1. Mobilization 2. Construction Surveying 3. Erosion Control for Initial and Interim Phases 4. Traffic Control and Road Closure 5. Clearing and Grubbing 6. Girder Shop Drawings and Fabrication 7. Removals (including existing bridge demolition) 8. Caisson Installation 9. Pier and Abutment Construction 10. Excavation and Embankment Construction 11. Riprap Placement 12. Girder Installation 13. Bridge Deck Construction 14. Approach Slab Construction 15. Aggregate Base Course Placement 16. HMA Placement 17. Signing and Striping 18. Guardrail Installation 19. Seeding, Mulching, and Final Erosion Control 20. Site Cleanup and Punchlist 61 Revisions of the salient features may be made with the written approval of the Engineer. The Contractor shall provide a detailed description of how the project will be phased a minimum of 10 days prior to the start of construction. In addition to the salient features shown above, the phasing items shall be included in the baseline schedule. Project phasing shall include the following items: 1. Phase 1 a. Setup advanced warning signs and message boards b. Setup detour routes and close CR 54 at CR 13 and CR 17 — Requires approval from the Board of County Commissions a minimum of one week ahead of the road closure c. Setup construction trailers and field laboratory d. Install initial condition erosion control and SWMP measures — A SWMP permit shall be obtained by the Contractor. 2. Phase 2 a. Install interim condition erosion control and SWMP measures b. Clearing and grubbing c. Removal and stockpiling of topsoil d. Removal of bridge e. Miscellaneous removals f. Construct temporary river crossing 3. Phase 3 a. Construct bridge including caissons, piers, abutments, girders, deck, guardrail, etc. b. Earthwork c. Drainage work d. Accesses e. Remove temporary river crossing f. Paving 4. Phase 4 a. Permanent fencing b. Signing, striping, and mailboxes c. Final erosion control and SWMP measures d. Seeding and mulching e. Substantial Completion f. Remove detour route g. Open CR 54 h. Final Acceptance The Contractor's schedule shall be updated to provide a two-week look ahead schedule at each weekly progress meeting which is to be held by the Contractor. The two-week look ahead schedule may be either a Bar Chart Schedule or a Microsoft Project schedule. Failure to submit a reasonable schedule as required may result in the pay reductions and the withholding of payments to the Contractor. END OF SECTION 62 October 4, 2023 1 REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work required under this contract shall consist of the "Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2023 Standard Specifications for Road and Bridge Construction" dated October 1, 2023, Weld County Project Special Provisions, CDOT Standard Special Provisions, and Project Special Provisions. Where the Contract Documents, Weld County PSP or the Specifications contradict one another, the more stringent specification shall apply. Weld County at its sole discretion shall determine which specification is more stringent. All references (as applicable) to State, CDOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duly authorized representative or agent. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.02 shall include the following: "Chief Engineer" shall mean the Weld County Department of Public Works individual who is identified as the County Engineer. "Contract" shall mean the written agreement between Weld County through the Department of Public Works and the Contractor, setting forth the obligations of the parties for the work and the basis of payment. "Contractor" shall mean the individual firm or corporation contracting with Weld County through the Department of Public Works for performance of prescribed work. "County" shall mean Weld County or Weld County Public Works. "Department" shall mean the Weld County Public Works Department. "Engineer" shall mean the Weld County Public Works Director or designated representative. Also called "Resident Engineer" or "Project Engineer". Holidays recognized by Weld County are: Veterans Day (November 10, 2023) Thanksgiving (November 23 & 24, 2023) Christmas (December 25 & 26, 2023) New Year's Day (January 1, 2024) President's Day (February 19, 2024) Memorial Day (May 27, 2024) Independence Day (July 4 & 5, 2024) Labor Day (September 2, 2024) When one of the holidays falls on a Sunday, the following Monday shall be considered a holiday. When one of the holidays falls on a Saturday, the preceding Friday shall be considered a holiday. "Hours of Operation shall mean sunrise to 1/2 hour before sunset unless otherwise approved in writing by the Engineer. "Laboratory" shall mean the testing laboratory of the Department or any other testing laboratory designated by the Engineer. 63 October 4, 2023 2 REVISION OF SECTION 101 DEFINITION OF TERMS "Plans" shall mean the drawings or reproductions, provided by Weld County which show the location, character, dimensions, and details of the work to be done. "Pre -construction Conference" shall mean a meeting of Weld County's personnel, Contractor project personnel, and other stakeholders held before the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. "Project Engineer" shall mean Weld County's duly authorized representative who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project under contract. Also called the "Resident Engineer" or "Engineer". "Proposal Form" shall mean the documents furnished by Weld County on which the offer of a bidder is submitted. Also called a "bid proposal". "Region Transportation Director" shall mean the Weld County Public Works Director or designated representative responsible for construction, maintenance, and safety activities within Weld County. The Director is responsible for acting on written appeals made by the Contractor relating to contract claims for additional compensation or extension of contract time. "Resident Engineer" shall mean the Engineer directly responsible for the overall administration of assigned construction projects. The Resident Engineer is the County's full-time engineer in responsible charge of the project. Only a Resident Engineer can approve and sign vouchers for interim and final Contractor pay estimates. Also referred to as the "Engineer" or "Project Engineer". "Roadway Prism" shall mean the portion of the roadway defined as the prism of embankment situated from beneath the shoulders and paved structure and inside the lines projected downward and outward on a one-to-one slope from edge of gravel shoulders to edge of gravel shoulder or back of curb to back of curb (as applicable) to their intersection with the base of the embankment. "Specifications" shall mean a general term applied to all directions, provisions and requirements pertaining to performance of the work. (a) Standard Specifications: Weld County's printed book (including errata) titled "Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2023 Standard Specifications for Road and Bridge Construction". "State" shall mean Weld County acting through its authorized representative. "Subgrade" shall mean the top surface of a roadbed upon which the pavement structure, shoulders, and curbs are constructed. Subgrade that has been treated with lime, fly ash, cement kiln dust, or combinations thereof for stabilization will be considered subbase. Subgrade shall also include aggregate base course materials. "Substantial completion" shall mean the completion of all payable work as shown on the pay application. Only non -payable or minor items, as determined by Weld County in its sole discretion, may be placed on the punch list. END OF SECTION 64 October 4, 2023 1 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: S ubsection 102.01 shall be deleted and replaced with the following: 102.01 Bidding Procedures. The bidder shall follow the bidding procedures contained in the Contract Documents. Only bidders who attended a mandatory pre -bid meeting will be allowed to bid on any project. Bidders must also be on the CDOT Prequalified Contractor's List a minimum of 10 days prior to the bid opening date in order to bid on any project. S ubsection 102.02 shall be deleted and replaced with the following: 102.02 Contents of Proposal Forms. The Department will publish bidding opportunities to prospective bidders at www.bidnetdirect.com. The forms on this website will state the location and description of the contemplated construction and will show the estimate of the various quantities and types of work to be performed or materials to be furnished and will have a schedule of items for which unit bid prices are invited. The proposal form will state the time in which the project must be completed, the amount of the proposal guaranty, and the date, time, and place of the opening of proposals. "All bidders on the projects shall submit bids by the following method: Bid Delivery to Weld County: Emailed bids are required. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Bids shall be in PDF format and should be less than 25MB in size. If bids are larger than 25 MB, please contact the Engineer. Please call Purchasing at 970-336- 7225 if there are any questions. The plans, specifications, and other documents designated in the proposal form, shall be considered a part of the proposal. S ubsection 102.04 shall be deleted and replaced with the following: 102.04 Interpretation of Plans and Specifications. Any changes to proposal forms, plans, or specifications before the opening of proposals will be issued by Weld County through posting of the changes on www.bidnetdirect.com. Certain individuals are named in the project specifications who have authority to provide information, clarification or interpretation to bidders before opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. S ubsection 102.05 shall be revised to include the following: Weld County does not warrant any CAD data. This information is not considered to be part of the Contract and is provided to the Contractor as a courtesy. If the bidders use the CAD data in preparing a proposal or planning and prosecuting the work, it is at their own risk, and bidders are responsible for all conclusions, deductions, and inferences drawn from the CAD data. The CAD data shall not be used in relation to any request for additional time or compensation. After the proposals have been opened, the winning bidder may obtain electronic sets of plans and special provisions (PDF, CAD files) at no cost. Subcontractors and suppliers may obtain plans from the successful bidder. 65 October 4, 2023 1 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Subsection 102.07 shall be revised to include the following: (10) If the bidder is not in good standing with the Federal Government's System of Award Management (SAM). (11) If the bidder is not listed CDOT's Prequalified Contractors List a minimum of 10 days prior to bid opening. (12) If the proposal does not follow the general rules outlined in the request for bids/proposals (i.e., does contain all required forms, surpasses the allowed number of pages, etc.). END OF SECTION 66 October 4, 2023 1 REVISION OF SECTION 103 AWARD & EXECUTION OF CONTRACT Section 103 of the Standard Specifications is hereby revised for this project as follows: Subsection 103.01 shall be deleted and replaced with the following: 103.01 Consideration of Proposals. After the proposals (bids) are opened and read, they will be evaluated, and the Contract awarded or rejected per the "Rules" referenced in subsection 102.01. The apparent responsible bidder determined to have submitted the Proposal which provides the "Best Value" to Weld County shall submit a completed CONTRACTORS PERFORMANCE CAPABILITY STATEMENT, Form 605, and a completed ASSIGNMENT OF ANTITRUST CLAIMS, Form 621 to the Award Officer prior to 4:30 P.M. on the fifth calendar day after the bid opening. Failure to submit the Forms 605 and 621 may result in the denial of award to the apparent responsible bidder and forfeiture of the proposal guaranty. END OF SECTION 67 October 4, 2023 1 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02(a) shall be deleted and replaced as follows: (a) Differing Site Conditions. It is the County's expectation to complete this project with no change orders resulting in additional cost unless such change orders are initiated by the County. Change orders for differing site conditions will be entertained by the County in the event of extraordinary circumstances. However, the County is under no obligation to approve said change orders. No cost change orders, reduction in cost change orders, and County initiated change orders may occur. The Contractor shall not be entitled to a change order for Differing Site Conditions. By way of example, Differing Site Conditions not eligible for a change order include but are not limited to: 1 Encountering groundwater. 2. Discovery of debris (buried or unburied within the ROW). 3. Existing asphalt thicknesses that are different than expected. 4. Increased costs due to relocations of utilities and/or oil and gas facilities. 5. Increased costs due to ROW or easement acquisitions. 6. Discovery of unknown or private utilities such as water, sewer, gas, electric, phone, irrigation, oil, etc. 7. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. 8. Discovery of unknown irrigation facilities, landscape irrigation systems, or water wells. 9. On -site soils not suitable for structural foundations or embankments. 10. Unsuitable materials excavation. 11. High water levels in the drainageways due to stormwater runoff or snowmelt. The Contractor shall be expected to manage the risks associated with flows in drainageways in order to meet the project completion date. 12. Frozen ground. During the progress of work, if extraordinary conditions are discovered, the party discovering such conditions shall promptly notify the other party in writing of the specific conditions before the site is disturbed and the affected work is performed. The Contractor shall bear the burden of proving that a Differing Site Condition is an extraordinary circumstance, and that the Contractor could not have reasonably worked around the condition so as to avoid additional costs. Each request for a change order relating to a Differing Site Condition shall be accompanied by a statement signed by a qualified professions setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change order under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. 68 October 4, 2023 2 REVISION OF SECTION 104 SCOPE OF WORK Upon written notification, the Engineer will investigate the conditions, and determine if an extraordinary condition exists that will cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment, excluding anticipated profits will be made and the Contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether or not an adjustment of the Contract is warranted. No Contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. S ubsections 104.02(c)(1) and 104.02(c)(2) shall be revised as follows: (1) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction, and (2) When a major item of work is increased in excess of 150 percent of the original contract quantity or decreased below 25 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 150 percent of original contract item quantity, or in case of a decrease below 25 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value in excess of 10 percent of the original contract amount. S ubsection 104.04, Paragraph 3 shall be deleted and replaced with the following: Portions of the roadway that are not included in the contract work will be maintained by the Department. Snow removal outside of the project limits will be the responsibility of the Department unless otherwise specified in the Contract. Snow removal within the project limits will be the responsibility of the Contractor and shall not be measured and paid for separately but shall be included in the work. Snow removal within the project limits shall be done within 24 hours after the end of the storm in order to provide local residents with access to their property. The Contractor shall be responsible for maintaining all work that is included in the Contract, and maintaining approaches, crossings, intersections, and other features as may be necessary to accommodate traffic without direct compensation, except as provided in the Contract or described in (a) and (b) below. S ubsection 104.05 shall be deleted and replaced with the following: 104.05 Rights in and Use of Materials Found on the Work. The Contractor shall not excavate or remove any Material from within the roadway, which is not within the grading limits, as indicated by the slope and grade lines, without authorization from the Engineer or Inspector. S nless otherwise provided, the material from structures designated for removal shall become the Contractor's property. S ubsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled to a disposal site approved by the Engineer. Excess soil materials including topsoil generated from the project shall not be disposed of within the project area unless written authorization is provided by the Engineer. Backfill areas shall be graded such that the final grades are similar to the final grades as described in the Contract Drawings, unless otherwise directed by the Engineer. The Contractor shall be responsible for removing all construction debris and trash from the jobsite on a daily basis. Any construction debris and trash which may be washed away shall be located, removed, and disposed of away from the site at a certified landfill location. Trash and debris shall be collected and disposed of at no additional cost to the project. 69 October 4, 2023 3 REVISION OF SECTION 104 SCOPE OF WORK Any petroleum products accidentally spilled or leaked shall be cleaned up and disposed of immediately. The Contractor shall be held liable for any damages resulting from the spillage or leakage of any hazardous materials within the project area. S ubsection 104.07, paragraph 3, last sentence shall be deleted and replaced with the following: Cost savings generated to the Contract as a result of VECP offered by the Contractor and accepted by the Department shall be shared equally between the Contractor and the Department. S ubsection 104.07 paragraph 5, starting with "Net cost savings..." shall be deleted and replaced as follows: Net cost savings on VECPs shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification. VECPs shall be submitted before the start of construction activities relating to the VECP. S ubsection 104.07(c) shall be deleted and replaced with the following: (c) Evaluation. VECP will be evaluated by Weld County per the CDOT Construction Manual. Additional information needed to evaluate Proposals shall be provided in a timely manner. Untimely submittal of additional information will result in rejection of the Proposal. Where design changes are proposed, the additional information shall include results of field investigations and surveys, design and computations, and changed plan sheets required to develop the design changes. 1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The Engineer may reject any Proposal that requires excessive time or costs for review, evaluation, or investigation. The Engineer may reject proposals that are not consistent with Weld County's design criteria for the project. 2. VECPs, whether or not approved by Weld County, apply only to the ongoing Contracts referenced in the Proposal and become the property of the Weld County. Proposals shall contain no restrictions imposed by the Contractor on their use or disclosure. Weld County has the right to use, duplicate and disclose in whole or in part any data necessary for the utilization of the Proposal. Weld County retains the right to utilize any accepted Proposal or part thereof on other projects without obligation to the Contractor. This provision is subject to rights provided by law with respect to patented materials or processes. 3. If Weld County is already considering revisions to the Contract or has approved changes in the Contract that are subsequently proposed in a VECP, the Engineer will reject the Proposal and may proceed to implement these changes without obligation to the Contractor. 4. The Contractor shall have no claim against Weld County for additional costs or delays resulting from the rejection or untimely acceptance of a VECP. These costs include but are not limited to: development costs, loss of anticipated profits, increased material or labor costs, or untimely response. 5. Proposals will be rejected if equivalent options are already provided in the Contract. 6. Proposals that only reduce or eliminate contract pay items will be rejected. 7 The cost savings and other benefits generated by the Proposal must be sufficient to warrant review and processing, as determined by the Engineer. 70 October 4, 2023 4 REVISION OF SECTION 104 SCOPE OF WORK 8. A proposal changing the type or thickness of the pavement structure will be rejected. 9. No VECP proposal can be used to alter incentive and disincentive rates and maximums on Cost plus Time bid (A + B) projects. 10. Right of way cannot be bought as part of a VECP to eliminate phasing on a project. 11. A VECP changing the design of a structure may be considered by Weld County, if the design meets the following conditions: A. The design shall not involve detouring of traffic onto local roads or streets to an extent greater than the original plans, unless previously approved by the affected local agencies. B The design has the same roadway typical section as the original plans. C. The design meets or exceeds the benefits of the construction -handling or traffic phasing scheme shown in the original plans. D. The design meets or exceeds all environmental commitments and permit requirements of the original Contract. E The design shall not increase environmental impacts beyond those of the original Contract. F The design meets or exceeds the vertical and horizontal clearances and hydraulic requirements shown on the original plans. G The design has the same or greater flexibility as the original design to accommodate future widening. H. The design shall not change the location of the centerline of the substructure elements, without demonstrating substantial benefits over the original plans. I The design shall not change the grade or elevation of the final riding surface, without demonstrating substantial benefits over the original plans. J The design shall match corridor future development plans and architectural, aesthetic and pavement requirements, if applicable. K. The design shall not adversely impact Weld County's Bridge Inspection, maintenance, or other long-term costs or operations. L The design shall meet all Weld County design standards and policies. M. The design shall include all additional costs and coordination necessary to relocate utilities. N. Major structure designs provided by the Contractor shall include an independent plan review and design check by a Professional Engineer licensed in the State of Colorado and employed by a firm other than the 71 October 4, 2023 5 REVISION OF SECTION 104 SCOPE OF WORK engineer -of- record. This design review will be performed at the Contractor's expense and shall be included in the Contractor's engineering costs. 0 The Contractor shall provide Weld County with all design calculations, independent design check calculations, a rating package for each bridge prepared per the current CDOT Bridge Rating Manual, and a record set of quantity calculations for each structure. If a structure design VECP meets these and all other requirements, Weld County may, at its sole option, accept or reject the proposal. 12. The Engineer will reject all or any portion of the design or construction work performed under an approved VECP if unsatisfactory results are obtained. The Engineer will direct the removal of such rejected work and require construction to proceed under the original Contract requirements without reimbursement for work performed under the proposal, or for its removal. S ubsection 104.07(d)(2) shall be deleted and replaced as follows: 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) — (gross cost of added work) _ (gross savings) (gross savings) — (Contractor's engineering costs) — (Weld County's engineering costs) _ (net savings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations. The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. Weld County's engineering costs shall be actual consultant costs billed to Weld County and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of $100.00 per hour per employee. Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in Weld County's portion of the costs. S ubsection 104.07(d)(3) shall be deleted and replaced as follows: 3. At the completion of the VECP design work, the Contractor shall furnish Weld County any additional documentation such as surveys, geotechnical reports, documentation, or calculations and shop drawings required to complete the work. At the completion of the project, the Contractor shall furnish Weld County with Professional Engineer sealed Record sets, and As -Constructed plans showing the VECP work. S ubsection 104.07(e) shall be deleted and replaced as follows: (e) Contractor Appeal Process. Appeals can be made only on VECPs (Category A). The Prime Contractor submitting the VECP may file a one-time appeal to the Weld County Public Works Director on the denial of any VECP (Category A). The Contractor must have a valid reason for the appeal and the decision of the Weld County Public Works Director will be final. END OF SECTION 72 October 4, 2023 1 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for the project as follows: S ubsection 105.01 shall be revised to include the following: Weld County has the authority by written order to suspend the Work wholly or in part for the reasons outlined in the Contract Documents. All employees shall have the skill and experience and any licenses or certifications required to perform the Work assigned to them. If the County determines in its sole discretion that any Person employed by the Contractor or by any Subcontractor is not performing the Work properly and skillfully, then, at the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s) or fails to furnish skilled and experienced personnel for the proper performance of the Work, then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Weld County in its sole discretion may require the Contractor to replace project management staff (Project Manager, Superintendent, Project Engineer, etc.) for any reason. This will also apply to all the Contractor's subcontractors. At the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s), then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. S ubsection 105.02 shall include the following paragraph before Subsection 105.02(a): 105.02 Plans, Shop Drawings, Working Drawings, Other submittals, and Construction Drawings. The Contractor shall submit a Construction Phasing Plan to the Engineer for review and approval at least five (5) days prior to the Pre -construction Conference. The Construction Phasing Plan shall be updated at least once per month and shall be included with the Project Schedule Update. Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. S ubsection 105.02(b), Paragraph 1 shall include the following: For the purposes of review, working drawings shall be considered the same as shop drawings and shall be reviewed in the same manner. S ubsection 105.02(e) be deleted and replaced with the following: (e) Other Submittals. Other submittals shall be prepared and submitted by the Contractor as defined for working drawings. Unless otherwise specified, a copy shall be submitted to the Engineer for review. The plans or specifications will indicate which submittals require formal review by the Engineer. S ubsection 105.02(f), paragraph 2 shall be revised to include the following: As -Constructed drawings shall be completed per Section 121.2.3 of the CDOT Construction Manual and CDOT Procedural Directive 508.1 — Professional Engineer's Stamp. The As -Constructed drawings shall be stamped, signed, and dated by a licensed professional engineer or professional land surveyor 73 October 4, 2023 2 REVISION OF SECTION 105 CONTROL OF WORK registered in the State of Colorado. References in Section 121.2.3 of the CDOT Construction Manual to the Project Engineer shall apply to the Contractor. Subsection 105.02(j) shall be added immediately following Table 105-1 and shall include the following: (j ) Weld County Project Submittals. Table 105 -la summarizes the minimum required submittals by Weld County. Items highlighted in the table are required to be submitted and approved by Weld County before the start of construction. Table 105 -la is not intended to be all inclusive but is intended to provide the Contractor with submittal requirements in one convenient location. Additional submittals that are not in this table may be required by the Engineer. The Contractor shall provide all submittals required by the Contract, including those not listed in the table. Not all submittals are required for every project and the Contractor shall communicate with the Engineer in the event of any questions. Method Statements required by Section 108.03(j) have been included in the section that covers a given item. Failure to provide the appropriate submittals to the Engineer for review and approval shall result in the assessment of a pay reduction in the amount of $500 per day per submittal for each day the Contractor fails to provide the required submittal and/or revised submittal. If the Contractor fails to provide a required submittal, the Contractor shall communicate with the Engineer and provide reasons why the submittal was not sent to the Department and a timeline for providing the submittal. TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description 103.01 Form 605 and 621 within 5 days of bid opening 104.07 Value Engineering Proposals (if applicable) 105.02 Construction Meeting and Phasing updated Plan monthly) (submit a minimum of 5 days prior to Pre -Construction 105.02(b) & (c) Shop Drawings 105.02(b) & (d) Working Drawings 105.07(b) Method of Handling Traffic for Smoothness Acceptance Testing 105.07(e) Method Statement for Corrective Actions (i.e., grinding) 105.18 Overweight Permits 106.01 Form than $10,000 1425 Suppliers or more of List supplies from Contractor or materials and to the Sub -contractors project providing more 106.02(b) Agreements between landowners and contractor Material source of sand and gravel with testing results Hazardous waste and substances certification for imported materials 106.04 Process Control tester certifications for lab and each tester 106.05(a) HMA Process Control Plan 106.05(a)(8) HMA PC notebook 106.05(b) HMA Dispute Testing 106.05 d ( ) HMA for quality a mix level design revision for stability less than 65 - Contractor to submit written proposal 106.06(a) Portland Cement Concrete Paving Process Control Plan Concrete Quality Control Plan 106.06(a)(7) PCCP PC notebook 106.11 Buy America Certification 106.12 Submittal for certificates of compliance 106.13 Submittal for certified test results 74 October 4, 2023 3 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No. Description 107.02 Any permits and/or agreements 107.06 Site specific safety plan 107.06(a)(4) Safety "Toolbox" Meeting Schedule 107.06(e) PPE Statement 107.26(b)(5) Spill Response Plan 107.26(b)(5) List of Potential Pollutant Sources 107.26(b)(6) Construction Dewatering Permit From CDPHE (if required) 107.26(b)(7) Dewatering Plan (if required) 107.26(b)(7) Agreement to discharge water to a ditch (if required) 107.26(b)(8) Diversion Plan (if working in river) 107.26(b)(12) Method Statement for Containing Pollutant Byproducts 107.26(b)(17) Clean Equipment Certifications (if working in water) 107.26(c) Colorado Discharge Permit System - Stormwater 108.01 Form 205 for Contractor and each sub -contractor on the project (if applicable) 108.03(b) Baseline Schedule and Monthly updates 108.03(g) Weekly update for 2 week look ahead 108.03(j) Method Statements 108.04(b) Form 1418 - Monthly Payment Summary 109.01 Scale tickets Weigher Certifications Truck identification sheet for each truck making deliveries to the project Scale Certifications 201 Method statement for clearing and grubbing 202 Method statement for removal of structures and obstructions 202.02 Tree Trimming Contractor Name & Qualifications (including references) Bridge Removal Plan (if applicable) 202.09 Planing Plan Method statement for removal of asphalt mat Process Control Plan for planing operations 203 Method statement for embankment 203 Method statement for handling frozen subgrade and materials 203.03(a) Quality Control Plan for embankment 206 Method statement for excavation and backfill of structures 206.02(a) Submittal for flow fill mix design 206.09 Shoring designs 207 Method statement for salvaging of topsoil and redistribution of topsoil 207.02(a) Soil Lab Topsoil Test Results 207.04 Submittal for imported topsoil 208 SWMP notebook 208.02(a) & 213.02 Weed Free Certification 208.03(c) Proof of Erosion Control Supervisor Training 208.05 Submittal for straw bales Submittal for silt fence Submittal for silt berms Submittal for erosion control logs Submittal for aggregate bags Submittal for mobile concrete washouts Submittal for mobile tracking pads 75 October 4, 2023 4 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No. Description 208.05 Submittal for stormwater inlet protection Submittal for turbidity curtain Submittal for silt dikes Submittal for temporary construction fence Submittal for vehicle tracking pad aggregate Submittal for other miscellaneous items 209 Method statement for watering and dust palliatives 209.05 Submittal for dust palliative material 209.06 Submittal for source of landscaping water 211 Method statement for dewatering (if required) Dewatering Plan (if required) 212 Method statement for seeding, fertilizing, & soil conditioning 212.02 Submittal for seed mix/seed certification Submittal for fertilizer Submittal for soil conditioner Submittal for composting material 213 Method statement statement for mulching - can be combined with seeding method 213.02 Submittal for weed free straw/hay mulch Submittal for hydraulic mulch Submittal for mulch tackifier 214 & 215 Method statement for planting and transplanting Plan for Landscape Maintenance 214.02 & 215.02 Submittal for vegetation to be planted or transplanted Submittal for humus Submittal for fertilizer 216 Method statement for soil retention blanket and TRM installation 216.02 Submittal for TRM Submittal for soil retention blankets Submittal for staples including a sample of the staple Submittal for other miscellaneous items 250.03(c) Hazardous Materials Health and Safety Plan 250.04 ( b } Method materials Statement for capturing, testing, and disposing of hazardous 304.04 Method Statement for ABC Placement 306.01 Method Statement for Reconditioning 307.04 Method Statement for Lime Treated Subgrade 401 Method statement for HMA placement 401.02 HMA Mix Design 401.10 HMA paver wedge system Method statement for preventing asphalt paver segregation 401.16 HMA joint plan HMA pavement marking plan 401.17 HMA to obtain QL less density than 75 - plan for methods and procedures that will be changed 403.02 Submittal for additives to HMA Submittal for hydrated lime (if applicable) Submittal for mineral fillers (if applicable) 76 October 4, 2023 5 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No. Description 403.02 Submittal for HMA Segregation Quality Control Plan Submittal for other miscellaneous items 405 Method statement for heating and scarifying treatment 406 Method statement for using cold patch asphalt 407.02 Submittal for tack coat material 408 Method statement for using joint and crack sealants 408.02 Submittal for joint and crack sealants 409 Method statement for chip seal 412 Method statement for placing PCCP 412.02 Submittal for PCCP mix design Submittal for PCCP admixtures and additives Submittal for PCCP joint and crack sealants Submittal for PCCP curing materials Submittal for dowel bars/dowel baskets Submittal for tie bars Submittal for reinforcing steel (if applicable) Submittal for other miscellaneous items 412.13(a) Submittal for tie bar and dowel bar epoxy 412.13(b)(1) Method Statement for installing and repairing tie bars 412.13(b)(2) Method statement for installing and repairing dowel bars 412.16 Method statement for repair methods 412.22 Maturity curve for concrete per CP 69 420 Method statement for installing geosynthetics 420.02 Submittal for geotextiles/geogrids Submittal for geotextile staples (if applicable) Submittal for MSE wall materials 501 Method statement for driving sheet pile 501.02 Submittal for sheet piling Submittal for sheet piling tips 502 Method statement for driving steel pile 502.01 Submittal for steel pile Submittal for reinforcing pile tips Submittal for mechanical splice plates Submittal for certified welders Submittal for certified welding inspector Submittal for pile driving equipment (crane and hammer) 502.05 WEAP Analysis 502.09 CAPWAP analysis for pile driving 504 Method statement for constructing walls 504.02 Submittal for MSE wall design Submittal for geomembrane Submittal for wire baskets 506 Method statement for placing riprap Submittal for each size of riprap 507.02 Submittal for grout mix design Submittal for concrete mix design Submittal for curing compounds Submittal for expansion board materials (if applicable) 77 October 4, 2023 6 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No. Description Method Statement for constructing timber structures 508 509 Method statement for constructing steel structures 509.27, 618.14 601.11, & Erection plan submittal Written documentation of daily inspections of erected girders 510 Structural Plate Material 512.02 Submittal for bearing devices Submittal for elastomeric bearing pads 512.17 Submittal devices of shop drawings, design calculations, & load data for bearing 514 Method Statement for Pedestrian and Bikeway railing installation 515 Method statement for application of waterproofing membrane 515.02 Submittal for waterproofing membrane Submittal for protective covering 601 Method statement for placing structural concrete 601.03 Submittal for structural concrete design Submittal for admixtures Submittal for curing compounds Submittal for fly ash Submittal for joint materials Submittal for reinforcing steel Submittal for bearing materials Submittal for epoxy fillers Submittal for pointing and patch materials Submittal for fiber reinforcing materials (if applicable) Submittal for Truck Mixing Certification 601.05 Submittal for concrete mix design Submittal for Certified Test Results - Cement, fly ash, etc. 601.07(c)(3) Form 46 - Concrete Truck Mixer Inspection Certification 601.09 Submittal for precast deck panel working drawings 601.11(a) Submittal for falsework working drawings 601.12 Winter protection plan (if applicable) Process Control Plan for placing concrete 601.13 Maturity curve for concrete per CP 69 601.14(b) Submittal for structural concrete coating 601.15 Process protecting Control bridge deck Plan concrete for placing, consolidating, finishing, curing, and 602.02 Submittal for reinforcing steel Submittal for steel chairs 602.03 Submittal of a bar list 603 Method statement for placing culverts and sewers 603.02 Submittal for culverts (all pipe types) Submittal for pipe joint material Submittal for pipe gaskets Submittal for conduit 604 Method statement for placing manholes, inlets, and other precast materials 604.02 Submittal for all manholes, inlets, and other precast materials Submittal for grates and manhole covers 605 Method statement for laying underground pipes 78 October 4, 2023 7 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No. Description 605.02 Submittal for pipe material Submittal for jointing material Submittal for gaskets 606 Method statement for installing guardrail/bridge rail 606.02 Submittal for guardrail material (beams, posts, hardware, etc.) 607 Submittal for bridge rail material (beams, posts, hardware, etc.) Method statement for installing fencing 607.02 Submittal for fence posts Submittal for wire Submittal for construction fencing Submittal for gates 608 Method statement for installing sidewalks and bikeways 609 Method statement for constructing curb and gutter 611.02 Submittal for precast cattle guard base Submittal for cattle guard decking material 612.02 Submittal for each type of delineator Submittal for reflectors 613.02 Submittal for lighting fixtures Submittal for conduit Submittal for poles Submittal for pullboxes Submittal for grounding systems (ground rods, etc.) 614.02 Submittal for sign materials Submittal for reflective material Submittal for signposts Submittal for signpost bases Submittal for traffic signal equipment Submittal for weather station equipment 615.02 Submittals for headgates, flumes, and other water control devices 618.02 Submittal for prestressed concrete mix design 618.04 Submittal for prestressed concrete shop drawings (Stamped by PE) 618.06 Process Control and Quality Assurance Plan submittal Regrouting voids plan (if applicable) Erection plan submittal 624 Method statement for constructing drainage pipelines 624.02 Submittals for pipes Submittal for gaskets 626.01 Public Information Manager & Plan Stakeholder list Specific Stakeholders needing ongoing communications 627 Method statement for pavement markings 627 02 Submittal for glass beads Submittal for waterborne paint (if applicable) Submittal for epoxy paint (if applicable) Submittal for thermoplastic markers 630.02 Submittal for temporary traffic control signs 630.03 Submittal for message boards 79 October 4, 2023 8 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No. Description 630.04 Submittal for temporary traffic signals 630.05 Submittal for traffic cones 630.08 Submittal for concrete barrier 630.09 NCHRP 350 Certification for Work Zone Devices 630.10 Submittal for MHTs Submittal for Transportation Operations Plan Submittal for Transportation Management Plan/Traffic Control Plan 630.11 Superintendent & TCS Traffic Control Certifications Flagger Certifications 630.16 Submittal for temporary rumble strips 708.00 Paint Certification Miscellaneous Methods of repair Monthly Pay Application Submittals 106.05(a)(8) HMA PC notebook with daily updates 106.06(a)(7) PCCP PC notebook with daily updates 106.11(a) & (b) Buy America Certification Statement (if required) 106.12 Certificates of Compliance 106.13 Certified Test Reports 108.03(c) Monthly predecessor/successor non -workdays Schedule report Update report, early includes start report, job float progress report, critical narrative path report, report, & Civil Rights Affirmative Action Form 1391 - Federal Aid Highway Construction Contractors Annual EEO Report Supervisor EEO Orientation Written Programs Notification for any construction to Director of the Office of Federal Contract Compliance DBE Re q uirements DBE Participation Form 1432 - Commercially Useful Function Questionnaire Prompt Payment Form 1420 - DBE Participation Plan Modification Request On the Job Trainin g Form 1337 - Contractor Commitment to Meet OJT Requirements Form 838 - OJT Trainee/Apprentice Report Form 1336 OJT Modification Request Form 832 - Trainee Status & Evaluation Report FHWA 1273 Project EEO Meeting NOTES: 1. 2. The construction. The Engineer. items items highlighted in the table in light above blue are above not all are inclusive. required There to be submitted may be and additional approved submittals prior required to the start by of the Subsection 105.03, paragraph 5 shall be deleted and replaced with the following: When the Engineer or Inspector finds the materials furnished, work performed, or the finished product are not in conformity with the Contract Documents, and Weld County determines, in its sole discretion, that it has resulted in an inferior or unsatisfactory product, the Work or Materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. 80 October 4, 2023 9 REVISION OF SECTION 105 CONTROL OF WORK S ubsection 105.03, paragraph 7 shall be deleted and replaced with the following: Materials will be sampled and tested by the Contractor per the sampling and testing schedules and procedures contained in the Contract Documents and in CDOT's Field Materials Manual. The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit. The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant Material changes, or other unusual characteristics of the Work. Tests that are determined to have sampling or testing errors will not be used. The Contractor will not have the option of accepting a price reduction in lieu of producing material that complies with the Contract Documents. Continued production of nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. S ubsection 105.03 the two paragraphs following the Table 105-2 and starting with "If P is a negative number ..." shall be deleted and replaced as follows: If P is a negative number quantity, the material will be accepted as being in conformity. In cases where one or more elements show a positive P value, such positive values will be added and the resulting sum will be used to determine the total P value. If the total P value is between 0 (zero) and 25, the Engineer may require correction or may accept the material at a reduced price. If P is greater than 25, the Engineer may: (1) require complete removal and replacement with specification material at no additional cost to the Department; (2) require corrective action to bring the material into conformity at no additional cost to the Department; or (3) where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place with an appropriate price reduction to be based on engineering evaluation but not to be less than that which have occurred had a reduction been made where P=25. If the P for aggregate gradation for items 206, 304, or the gradation of hydrated lime for item 403 is 0 (zero) or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table: S ubsection 105.03(c) shall be added and shall include the following: (c) Conformity to the contract of embankment construction shall be determined per the following: 1. Process Control Plan. The Contractor shall be responsible for Process Control (PC) for all embankment material on this project. The Contractor shall submit a written Process Control Plan (PCP), including a methods statement, to the Engineer for acceptance. The PCP shall include but not be limited to the following: (1) Methods Statements shall include but not be limited to: . • . Embankment placement and alternatives for placement that may be used. Handling of frozen materials Trenching through embankment for the placement of pipes and culverts (2) Maximum lift thickness of eight inches per subsection 203.06 or as directed. 81 October 4, 2023 10 REVISION OF SECTION 105 CONTROL OF WORK (3) Compaction equipment capable of obtaining the specified compaction. (4) Water trucks with an adequate distribution system that will apply water evenly. (5) List of all inspection and materials testing forms and procedures utilized by the Contractor. (6) Adherence to Tables 106-1a, 106-1b, and 106-1c requiring minimum testing frequency. The Contractor shall submit the PCP at least five working days before the start of the work. The Engineer's review of the PCP will not exceed two working days. Work shall not begin until the PCP has been accepted in writing, unless otherwise approved. 2. Documentation. The Contractor shall maintain current records of process control operation activities, and tests performed. These records shall be in the form shown in the PCP, and shall include as a minimum, the Contractor or subcontractor, the number of personnel working, weather conditions, type of equipment being used, delays and their cause, and deficiencies along with corrective action taken. Such records shall cover both conforming and defective or deficient features. Additional documentation to the Engineer shall include all daily test results, daily inspection reports, daily non-compliance reports, and monthly certification reports. Copies of these records and a statement that work incorporated in the project complies with the Contract shall be submitted to the Engineer before payment for the work or upon request. Monthly certification reports shall be stamped with the seal of a Professional Engineer registered in Colorado. Failure to provide the Engineer with the necessary documentation will result in the suspension of payments on embankment until the documentation has been completed and accepted by the Engineer. Weld County Owner Acceptance (OA) documentation shall not be used as supporting documentation for the Contractors certification. Weld County shall be responsible for OA and Independent Assurance Testing (IAT). S ubsection 105.05, paragraph 3 shall be deleted and replaced with the following: Materials will be sampled randomly and tested by the Department per subsection 106.05 and with the applicable procedures contained in CDOT's Field Materials Manual. The approximate maximum quantity represented by each sample will be as set forth in subsection 106.05. Additional samples may be selected and tested as set forth in subsection 106.05 at the Engineer's discretion. S ubsection 105.05 shall be revised to include the following: Any test result for the air voids or VMA elements greater than the distance 2 x V (see Table 105-8) outside the tolerance limits will be designated as a separate process and the quantity it represents shall be removed and replaced with specification material at the Contractor's expense. S ubsection 105.05(f)(2), paragraph 1 shall be deleted and replaced with the following: (2) Where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place. If the material is permitted to remain in place, the PF for the process will not be greater than 0.75. The Engineer will be consulted before determining the material will be allowed to remain in place. The Engineer will also be consulted to assist in determining an appropriate pay factor. 82 October 4, 2023 11 REVISION OF SECTION 105 CONTROL OF WORK Table 105-8, "W" and "V" Factors for Various Elements shall be deleted and replaced with the following: Table 105-8 "W" AND "V" FACTORS FOR VARIOUS ELEMENTS Element V Factor W Factor 2.36 mm (No. 8) mesh and larger sieves 2.80 N/A 600 mm (No. 30) mesh sieve 1.80 N/A 75 mm (No. 200) mess sieve 0.80 N/A Gradation N/A 15 Asphalt Content 0.20 25 In -place Density 1.10 45 Joint Density 1.60 15 Voids in the Mineral Aggregate 0.60 10 Air Voids 0.60 30 Subsection 105.05(g) shall be deleted and replaced with the following: (g) Process 1/DP Computation. Incentive/Disincentive payments will not be made to the Contractor for Hot Mix Asphalt. The conformance to contract of the material and elements involved shall be evaluated using the (Asphalt 03') Quality Project Management program and Section 105.03. All sampling frequencies shall follow Table 106-2 and Stratified Random Sampling Schedules. Subsection 105.06, prior to subsection 105.06(a) shall be revised to include the following: A minimum of 10 days prior to the start of concrete paving, the Contractor shall perform a pre -production batch test consisting of a minimum of 10 cubic yards of the approved mix design. The pre -production batch test shall be performed using the actual batch plant and the materials to be used during the concrete paving operation. A set of flexural strength beams and splitting tensile strength cylinders shall be taken and tested at 7 days to determine the 7 -day average flexural and splitting tensile strengths. The average 7 -day flexural strength will be compared with the average 7 -day flexural strength from the laboratory tests for the approved mix design. If the average 7 -day flexural strength is more than 10% below the average 7 -day flexural strengths from the laboratory test for the approved mix design, the Contractor shall provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. Liquated damages will be assessed if the project is not completed on time. If at any time during production, the average 7 -day flexural strength for a lot or sublot is more than 10% below the average 7 -day flexural strength from the laboratory tests for the approved mix design, the Contractor shall immediately stop the concrete paving production and provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. Liquated damages will be assessed if the project is not completed on time. 83 October 4, 2023 12 REVISION OF SECTION 105 CONTROL OF WORK Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. S ubsection 105.06(a), paragraph 1 shall be deleted and replaced with the following: (a) Incentive/Disincentive payments will not be made to the Contractor for Portland Cement Concrete Paving. The Pay Factors (PF) and Quality Levels(QL) will be made based on test results for the elements of compressive strength and pavement thickness (compressive strength criteria) or the elements of flexural strength and pavement thickness (flexural strength criteria). The Department will indicate in the plans whether compressive strength or flexural strength criteria will be used. If the acceptance criteria are not indicated, flexural strength criteria shall be used. S ubsection 105.06(b) shall delete the reference to Tables 105-4 or 105-5 and replace with Tables 105-10 or 105-11. S ubsection 105.06(d) shall be deleted and replaced with the following: (d) As acceptance test results become available, they will be used to calculate accumulated QL for each element and for the item. The Contractor's test results, and the accumulated calculations shall be made available to the Engineer. The Engineer's test results, and the calculations will be made available to the Contractor as early as reasonably practical. Numbers from the calculations shall be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R-11, Rounding Method. Incentive/Disincentive payments will not be made to the Contractor for Portland Cement Concrete Paving. The conformance to contract of the material and elements involved shall be evaluated per Section 412. S ubsection 105.06(f) shall be deleted and replaced with the following: (f) When compressive strength is indicated, the Contractor may take cores at his own expense and per Colorado Procedure 65 to provide an alternative determination of strength to replace acceptance test results with a compressive strength less than 4,500 psi. The higher value of the 28 -day compressive strength of acceptance cylinders or the corresponding core's compressive strength will be used for I/DP. When flexural strength is indicated in the Contract, the Contractor shall, in the presence of the Engineer, develop a correlation curve during the laboratory mix design process and during the first week of concrete placement per AASHTO T198 (ASTM C496) Splitting Tensile Strength of Cylindrical Concrete Specimens. Specimens shall be evaluated per CP65-19 method B. At least three splitting tensile strength specimens and four flexural strength specimens will be tested at 3, 7, 14, and 28 days. The splitting tensile strength and flexural strength specimens for each age used to develop the correlation curve shall be cast from the same batch of concrete being placed on the project. The Lower Tolerance Limit (TO) for flexural strength shall be 600 psi. At any time during production, the Engineer may request a verification of the correlation curve developed during the patch testing for concrete paving. Verification of the curve shall be done by casting three splitting tensile specimens by the Department and testing them at the Contractor's Process Control Laboratory. The flexural strength of the correlated splitting tensile samples shall be compared to the Contractor PC flexural strength results cast from the same batch. For verification, both flexural strength specimens and splitting tensile specimens will be tested at 28 84 October 4, 2023 13 REVISION OF SECTION 105 CONTROL OF WORK days. If the correlated flexural strength of the splitting tensile sample is not within 50 psi of the verification beam specimen's flexural strength, a new correlation curve shall be developed within 3 days for future low strength evaluations. The new correlation curve will be used for any future low flexural strength evaluations that result from concrete placed on or after the date the new correlation curve specimens are cast. Delete Table 105-10, "V" Factors and Incentive Payments — Compressive Strength Criteria and replace with the following: Table 105-10 "V" FACTORS AND INCENTIVE PAYMENTS COMPRESSIVE STRENGTH CRITERIA Element V Factor Maximum Incentive Payment Lower Tolerance Limit, TL Value Plan Compressive 400 psi 3.00 % 4500 psi 4500 psi Strength Delete Table 105-11, "V" Factors and Incentive Payments — Flexural Strength Criteria and replace with the following: Table 105-11 "V" FACTORS AND INCENTIVE PAYMENTS FLEXURAL STRENGTH CRITERIA Element V factor Maximum Incentive Payment Lower Tolerance Limit, TL Value Plan Flexural Strength 50 psi 3.00 % 650 psi 650 psi S ubsection 105.07(b)(1), paragraph 11 shall be deleted and replaced with the following: The Contractor shall notify the Engineer in writing at least five working days in advance of their intention to perform SA testing. The Contractor shall profile the project within 14 days after the completion of paving operations. The Department will determine if Smoothness Verification Testing (SV) will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. S ubsection 105.07(b)(1), paragraph 12 shall be deleted and replaced with the following: The Engineer will witness the SA profiling. Within 24 hours after each profile is collected, the Contractor shall submit the data electronically along with an SA data submittal form to the Engineer and Inspector. S ubsection 105.07(b)(2), paragraph 5 shall be deleted and replaced with the following: The Contractor will determine an MRI for each 0.1 -mile section or fraction thereof of completed pavement. Sections will terminate at the beginning of an exclusion and a new section starts at the end of exclusion. The MRI consists of the left and right wheel path's profile passed through the International Roughness Index (IRI) filter. The IRI for the left and right wheel paths are averaged to determine MRI. S ubsection 105.07(d), paragraph 1 shall be deleted and replaced with the following: (d) Acceptance and Incentive Adjustments. This Project does not have monetary incentive/disincentive payments associated with HMA or PCCP pavement smoothness. The Contractor shall still meet all requirements and conditions for the pavement smoothness category defined for the project. 85 October 4, 2023 14 REVISION OF SECTION 105 CONTROL OF WORK Final acceptance for pavement smoothness will be based on the MRI for each 0.1 -mile section or fraction thereof from the Contractor's initial SA testing. Those sections requiring corrective work indicated by the initial SA testing will be re-evaluated. S ubsection 105.07(e), Paragraph 1 shall be deleted and replaced with the following: (e) Corrective Work The Department will analyze the SA testing for acceptance and indicate areas requiring corrective work per subsection 105.07(b). The Engineer, at their sole discretion, shall determine the most effective corrective action outlined in items 1-3 below. The Contractor shall provide a detailed method statement describing the corrective actions to be taken for the corrective work. Corrective work shall not be performed until the method statement has been approved in writing by the Engineer. The Contractor shall perform corrective work in the areas indicated by the Department based on the SA testing. S ubsection 105.07(e)(3), paragraph 5 shall be deleted and replaced with the following: For HMA pavements, the final ground pavement surface shall be covered with a Tack Coat conforming to Section 407 (CSS-1 h at 0.1 gallons per square yard of diluted emulsion; the emulsion shall be diluted with water at the rate of 50 percent water and 50 percent emulsion) when grinding is complete and after final SA testing is complete. The tack coat shall not be measured and paid for separately but shall be included in the Work. S ubsection 105.07(f), paragraph 2 shall be deleted and replaced with the following: The Contractor shall notify the Engineer by email at least 5 working days in advance of his intention to perform final SA testing. Weld County will determine if Smoothness Verification Testing (SV) will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. S ubsection 105.09 shall be deleted and replaced with the following: 105.09 Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions. These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In the event of a discrepancy, the order of precedence is as follows: (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions 1. Weld County Special Provisions 2. Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2023 Standard Specifications for Road and Bridge Construction ( 3. CDOT Project Special Provisions 4. CDOT Standard Special Provisions 5. CDOT Field Materials Manual (Latest Edition) c) CDOT Standard Specifications 86 October 4, 2023 15 REVISION OF SECTION 105 CONTROL OF WORK (d) Plans 1. Detailed Plans 2. Standard Plans 3. Calculated dimensions will govern over scaled dimensions. (e) CDOT Construction Manual (Latest Edition) Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, Project Special Provisions, or the CDOT Specifications, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall request the County's determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. The Contractor shall not take advantage of any apparent error or omission in the Contract. Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of all errors which it may discover in the Contract Documents and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby. The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract. The fact that the Contract Documents omit or mis-describe any details of any work which is necessary to carry out the intent of the Contract Documents, that are customarily performed under similar circumstances, shall not relieve the Contractor from performing such omitted work or mis-described details of the work, and they shall be performed as if fully and correctly set forth and described in the Contract Documents, without entitlement to a change order except as specifically allowed. Subsection 105.10 shall be deleted and replaced with the following: 105.10 Cooperation by Contractor. The Contractor shall give the work the constant attention necessary to facilitate progress and shall cooperate with the Engineer, inspectors, and other contractors. The Contractor shall be responsible for providing agendas, attendance lists, and meeting minutes for all meetings including but not limited to weekly progress meetings, pre -construction meetings, pre -pour meetings, pre -pave meetings, pre -environmental meetings, etc. Sample meeting agendas are provided in CDOT's Construction Manual. The sample meeting agendas shall be modified as necessary to contain project specific information. The Contractor shall provide copies of the meeting agendas to the Engineer a minimum of 24 hours before the meeting for review. During the meeting, the Contractor shall lead the meeting, take attendance, and take meeting minutes. Meeting minutes shall be generated by the Contractor and shall be provided to the Engineer within 72 hours for review and acceptance. The Contractor shall have on the project, at all times that work is being performed, a competent Project Manager and a Superintendent capable of reading and understanding the contract documents and experienced in the type of work being performed. The Project Manager and Superintendent shall not be the same individual unless approved in writing by the Engineer. The Project Manager and Superintendent will receive instructions from the Engineer and shall be authorized to act for the 87 October 4, 2023 16 REVISION OF SECTION 105 CONTROL OF WORK Contractor. Contractor on the project and to execute orders or directions of the Engineer without delay. The Project Manager and Superintendent shall promptly supply, irrespective of the amount of work sublet, materials, equipment, tools, labor, and incidentals to complete the Contract. Failure to provide a full-time competent Project Manager and a Superintendent with the authorization to act for the Contractor on the project shall result in a payment deduction as outlined in Section 108.12, being applied. Furthermore, failure to provide a full-time competent Project Manager and a Superintendent shall be grounds for suspension of the Project until such time as a full-time competent Project Manager and Superintendent is provided by the Contractor. The Engineer shall have the sole discretion of determining when/if to assess the payment deduction. The payment deduction shall be documented on a Form 105, Speed Memo. CONTRACT TIME WILL CONTINUE IN THE EVENT OF A WORK SUSPENSION CAUSED BY LACK OF FURNISHING A FULL-TIME COMPETENT PROJECT MANAGER AND SUPERINTENDENT SATISFACTORY TO THE COUNTY. When the County issues a Speed Memo (Form 105), Minor Contract Revision (Form 94), or a Change Modification Order (Form 90), the Contractor shall return a signed version of the form within 10 calendar days. Failure to provide the signed form(s) to the Engineer will result in the assessment of liquidated damages as outlined in the Liquidated Damages Table in Subsection 108.09. S ubsection 105.11, paragraph 4 shall be deleted and replaced with the following: If utility facilities or appurtenances are found that are neither identified in the Contract, nor revealed by site investigation, the Engineer will determine whether adjustment or relocation of the utility is necessary. The Engineer will make arrangements with either the utility owner or the Contractor to accomplish necessary adjustments or relocations when not otherwise provided for in the Contract. Per subsection 104.02(a)(5, 7, 8, and 9), the discovery of unknown utility facilities or appurtenances shall not be entitled to a Change Order for Differing Site Conditions. Extra work will be considered for payment per subsection 104.03 only with the written approval of the Engineer. Consideration additional contract time will be considered by the Engineer on a case -by -case basis. S ubsection 105.12, paragraph 1 shall be deleted and replaced with the following: The Contractor shall be responsible for managing all subcontractors, subcontractors of a subcontractor, all subsequent tiers. Failure to manage the subcontractors shall result in a stoppage of work and the assessment of liquidated damages in accordance with Section 108.09 of these Specifications, at the discretion of the Engineer. Working time shall not cease but shall continue. No additional time will be granted for a stoppage of work. If the Contractor fails to meet the specified completion date or milestone date, additional liquidated damages will apply. S ubsection 105.21(b) shall be deleted and replaced with the following: (b) Final Acceptance. At Substantial Completion, the Engineer will make an inspection of the project with the Contractor. The result of the inspection will be a punch list of outstanding items that have to be corrected and completed withing the time frame indicated on the Notice of Substantial Completion. The punchlist will include the remaining documentation items that shall be submitted for review and acceptance by the Engineer before Final Acceptance. Upon notice from the Contractor of completion of the Substantial Completion punchlist, the Engineer will make an inspection to verify the punchlist items have been addressed. If the work provided for by the Contract has been satisfactorily completed, that inspection shall constitute the final inspection and the Engineer will notify the Contractor in writing of final acceptance indicating the date on which the project was inspected and accepted. Upon reviewing and accepting the remaining documentation and with no other outstanding issues, the Engineer will initiate the final advertisement process utilized by the County's Purchasing Department. 88 October 4, 2023 17 REVISION OF SECTION 105 CONTROL OF WORK The final advertisement process involves placing an advertisement in a newspaper of general circulation a minimum of two times at least 10 days apart. A newspaper of general circulation is defined as a newspaper which is published daily, triweekly, semiweekly, or weekly and is printed or published in whole or in part in the county in which such notice or advertisement is required to be published. The advertisement shall include the final cutoff date for any protests from subcontractors or suppliers and the date of anticipated final payment to the Contractor. No retainage release will be made until the final advertisement period has been completed and all issues that have arisen during the final advertisement period have been resolved. Final acceptance under this subsection does not waive any legal rights contained in subsection 107.21. S ubsection 105.22 shall be amended as follows: Delete all references to CDOT and replace with Weld County. S ubsection 105.22, paragraph 1 shall be deleted and replaced with the following: 105.22 Dispute Resolution. CDOT shall not participate in the resolution process for any claims filed by the Contractor. Weld County shall be the responsible party to such claims. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (Weld County and the Contractor) agree to resolve any issue that may result in a dispute. The intent of the process is to resolve issues early, efficiently, and as close to the project level as possible. Figure 105-1 outlines the process. Specified time frames may be extended by mutual agreement of the Engineer and the Contractor. In these subsections, when a time frame ends on a Saturday, Sunday or holiday, the time frame shall be extended to the next scheduled workday. S ubsection 105.23 shall be amended as follows: Delete all references to CDOT and replace with Weld County. S ubsection 105.23(b)(1) shall be deleted and replaced with the following: CDOT in conjunction with the Colorado Contractors Association, maintains a statewide list of pre - approved DRB candidates experienced in construction processes and the interpretation of contract documents and the resolution of construction disputes. Weld County will utilize this list during the DRB process. Only individuals who have completed training (currently titled DRB Administration and Practice Training) through the Dispute Resolution Board Foundation or otherwise approved by Weld County can be a DRB member. DRB nominees shall be selected from the list of pre -approved candidates. When a DRB is formed, the parties shall execute the agreement set forth in subsection 105.23(1). S ubsection 105.24 shall be amended as follows: Delete all references to CDOT and replace with Weld County. S ubsection 105.24 shall be amended as follows: Delete all references to Region Transportation Director (RTD) and replace with Director. S ubsection 105.24, paragraph 4 shall be deleted and replaced with the following: Non -binding arbitration or litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. 89 October 4, 2023 18 REVISION OF SECTION 105 CONTROL OF WORK S ubsection 105.24, paragraph 5 shall be deleted and replaced with the following: The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for Weld County. S ubsection 105.24(a) shall be deleted and replaced with the following: (a) Notice of Intent to File a Claim. Within 30 days after rejection of the Dispute Resolution Board's Recommendation issued per subsection 105.23, the Contractor shall provide the Director of Public Works or the Director's designated representative with a written notice of intent to file a claim. The Contractor shall also send a copy of this notice to the Engineer. Weld County will acknowledge in writing receipt of Notice of Intent within seven days. S ubsection 105.24(e) shall be deleted and replaced with the following: (e) De Novo Litigation or Merit Binding Arbitration. If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or non -binding arbitration to finally resolve the claim that the Contractor submitted to Weld County. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined herein. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or the Department at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed per the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for Weld County, unless both parties agree to the use of arbitration. If the Contractor selected non -binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of ARBITRATION PROVIDER'S Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (R35 through R39), the arbitrators shall issue a decision with regard to entitlement and a non -binding decision with regard to quantum. If either party disagrees with the decision on quantum, the disagreeing party may seek a trial de novo in Weld County District Court with regard to quantum only. END OF SECTION 90 October 4, 2023 1 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: S ubsection 106.01 shall be deleted and replaced with the following to include the following: 106.01 Source of Supply and Quality Requirements. All materials used shall meet all quality requirements of the Contract. The Contractor shall comply with the requirements of the special notice to contractors contained in the CDOT Field Materials Manual, including notifying the Engineer of the proposed sources of materials at least two weeks before delivery. When alternative materials are permitted for an item in the Contract, the Contractor shall state at the Pre - construction Conference the material that will be furnished for that item. Reference in the Contract to a particular product or to the product of a specific manufacturer, followed by the phrase "or approved equal", is intended only to establish a standard of quality, durability, and design, and shall not be construed as limiting competition. Products of other manufacturers will be acceptable provided such products are equal to that specified. In order to be considered an equal or equivalent product, all technical specifications for the alternate product must meet or exceed all technical specifications for the specified product. The technical specifications for the proposed equivalent product as well as the specified product shall be submitted to the Engineer for review. The Contractor shall submit a completed Form 1425 for each direct supplier that meets the $10,000 criteria outlined below. The Form 1425 shall be submitted to the Engineer before beginning work on the project, incorporating materials into the project or at such time that the $10,000 amount is known to be exceeded. 1. Fabrication of material 2. Processing of materials 3. Delivery service cost of the material delivered to the project. If an individual, firm, or corporation is responsible for the installation of supplies, a Form 205 shall be required for the subcontractor. The supplier shall notify the Contractor if an individual spends more than 20% of their workweek performing actual construction work such as installation, repair or warranty work, on the site of work as that would require the submission of a Form 205. During the performance of the project, the Contractor shall submit an updated Form 1425 if information changes. Each subcontractor or supplier at any tier meeting the $10,000 requirement above shall submit a Form 1425 to the Contractor, who will then submit it to Weld County. The Contractor shall submit the subcontractor's Form(s) 1425 with Form 205 (if any) to the Engineer before the subcontractor/supplier beginning any work on the project, incorporating materials into the project, or at such time the $10,000 amount is known to be exceeded. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. S ubsection 106.03, paragraph 3 shall be deleted and replaced with the following: Sampling and testing will be done per the Department's minimum sampling, testing, and inspection schedule; the special notice to contractors; and the Colorado procedures; all contained in the CDOT Field Materials Manual and these specifications. S ubsection 106.041 shall be added immediately following Subsection 106.04: 91 October 4, 2023 2 REVISION OF SECTION 106 CONTROL OF MATERIAL 106.041 Sampling and Testing of Earthwork. The testing of items associated with earthwork shall conform to the following: (a) Process Control Testing. Process Control (PC) testing is mandatory for the elements listed in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers of the Specifications. The purpose of PC testing is to ensure the Contractor has complied with the Specifications prior to the Owner Acceptance (OA) testing performed by the County. The minimum PC sampling and testing frequencies are outlined in Table 106-1 a for Sections 203, 206, and 603, Table 106-1 b for Section 304, and Table 106-1c for Section 306 are the minimum number of tests required. The Contractor shall utilize the PC testing to ensure the quality of the work. PC testing shall be required to Weld County will pay for PC testing in accordance with Subsections 106.15 and 106.16. OA testing is used for acceptance by the County regardless of the PC testing results. Failing Owner Acceptance tests shall result in the removal and replacement of the elements to specifications. The Engineer, at their sole option, may choose to use PC testing results in the event of a discrepancy. (b) Process Control Plan. Process control plans (PCP) shall be submitted by the Contractor for approval by the Engineer for the elements listed in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers of the Specifications. All the above items shall be tested in accordance with the process control and acceptance procedures outlined in the latest version of the CDOT Field Materials Manual and the applicable Colorado Procedures (CP) contained in the CDOT Field Materials Manual. The PCP shall be submitted to the Engineer for approval prior to the Pre -Construction Conference. The Contractor shall not be allowed to start any work on the project until the Engineer has approved the PCP in writing. The PCP shall contain the following items: 1. Method Statements — The Contractor shall submit detailed method statements to the Engineer for approval prior to the Pre -Construction Conference. Method statements for Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers shall follow the requirements shown in Subsection 108.03(j). 2. Testing — The Contractor shall provide adequate details in the PCP describing how the PC testing shall be performed. The PCP shall include a sampling frequency as required by the Specifications. When a random sampling frequency is required for the element, the PCP shall indicate how and when the random sampling will occur. The PC tests shall be independent of the acceptance tests unless otherwise allowed by the Engineer. 3. Point of Sampling — the materials for PC testing shall be sampled by the Contractor using the appropriate Colorado Procedures outlined in the CDOT Field Materials Manual. The location where material samples will be taken shall be included in the PCP. 4. Testing Standards — the PCP shall indicate which testing standards shall be followed. Acceptable standards are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, then AASHTO procedures, and then ASTM procedures. Deviations from the applicable procedures shall not occur unless approved by the Engineer in writing. 92 October 4, 2023 3 REVISION OF SECTION 106 CONTROL OF MATERIAL TABLE 106 -la SECTION 203, SECTION 206, AND SECTION 603 TESTING SCHEDULES EMBANKMENT, EXCAVATION, & BACKFILL (INCLUDING CLASS 1 AND CLASS 2 BACKFILL, CLASS 1 & CLASS 2 STRUCTURAL BACKFILL, BED COURSE MATERIAL, & FILTER MATERIAL) Minimum Testing Frequency Contractor's Process Control Testing Element Minimum Testing Frequency Owner Acceptance Testing None Required Soil Survey (Classification) 1 per soil type 1 per source and 1 per change in material type Moisture — Density Curve 1 per soil type 1 per soil type Gradation 1 per soil type 1 per soil type Atterberg Limits 1 per soil type 1 per 200 CY or fraction thereof & a minimum of 1 additional test per change in material type 1 per 100 CY or fraction thereof & 1 per lift & 1 additional test per change in material type 1 per 200 CY & a minimum of one per change in material type Material is Consistent: Minimum of 1 test per day Material is Changing: 1 test per In -Place Density Test 1 per soil type Any time the 1 -point check is more than 2 lbs/ft3 and/or 2% of optimum moisture content different than the proctor of the material being tested. 1 per stockpile/source and 1 per material type 1 per source of imported material In -Place Density In -Place Density when within 100 ft. of Bridge Approach(s). Rock Correction 1 Point Check R -Value u e Proctor Slake Durability Water Soluble Sulfate Ion 1 per 1000 CY or fraction thereof & 1 additional per change in material type. 1 per 500 CY or fraction thereof & 1 per lift & 1 additional test per change in material type 1 per 1,000 CY yards or fraction thereof 1 per 2,000 CY or fraction thereof. 1 per soil type Any time the 1 -point check is more than 2 lbs/ft3 and/or 2% of optimum moisture content different than the proctor of the material being tested. 1 per stockpile/source and 1 per material type 1 per 2,000 CY or fraction thereof 1 per source of imported material Water Soluble Chloride Ion per 2,000 CY or fraction thereof 1 per source of imported material 1 per source of imported material Resistivity pH per 2,000 CY or fraction thereof per 2,000 CY or fraction thereof Notes: In -place densities, used for reported PC tests, shall be taken using 4, 1 -minute tests. When density testing and/or changes in the soil type are in question, no reported density shall exceed 100% compaction without a rock correction and a 1 -point proctor check on the material. 2 Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale. Follow CP 23. 3 1 -point checks shall be done in the field on the day of in -place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The PC tester shall also provide a stable and solid platform to perform the 1 -point verification checks. The use of the 1 - point checks is required so the correct proctor is being utilized for the material being tested. Follow CP 25 1 93 October 4, 2023 4 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-b SECTION 304 TESTING SCHEDULE AGGREGATE BASE COURSE Minimum Frequency Control Testing Contractor's Process Element Minimum Acceptance Frequency Owner Testing Testing Testing 1per 500 tons or fraction thereof Gradation 1 thereof per 2,000 on each tons or Class 1,000 CY or fraction 1 per 500 tons or fraction thereof Atterberg Limits 1 thereof per 2,000 on each tons of class 1,000 CY or fraction 1 per 500 tons or fraction thereof In Relative If is correction. -Place more present, than Density/Percent Compaction 5% run CP23 oversize rock 1 thereof per 2 000 tons or 1 000 CY or fraction ' 1 per class and/or source Moisture -Density Curves 1 per class and/or source 1 per class and/or source LA Abrasion 1 per class and/or source 1 per class and/or source R -Value 1 per class and/or source Material fraction Material thereof. is Consistent: is Changing: 1 Minimum testper In of -Place 1,000 tons or Density 500 CY or 1 Point Check 1 thereof. per 2 000 tons or 1 000 CY or ' fraction Test Notes: 1 2 3 In soil on Rock CP 1 scale, checks. 25 -place -point the type 23. corrections material. checks and densities, are hotplate in use question, shall shall of used be or the be done microwave. for no 1 -point reported reported done in in the checks the field PC density field is PC tests, on required using tester the shall shall day the shall be exceed number of so the in taken -place also correct 100% 4 provide using screen. density 4, compaction proctor a 1 stable -minute testing. PC is and without tests. solid utilized to PC a supply platform When rock tester for correction their the density shall to material own perform supply testing screens and the being their and/or a 1 -point and 1 tested. own -point changes scale. proctor sieve verification Follow Follow screens, in check the CP being Tester The The The 94 October 4, 2023 5 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-c SECTION 306 TESTING SCHEDULE RECONDITIONING Minimum Testing Frequency Contractor's Process Control Testing Element Minimum Testing Frequency Owner Acceptance Testing 1 per 1,000 SY or fraction thereof & 1 per 500 SY or fraction thereof for each shoulder (when shoulders only are specified) 1 per class and/or source Material is Consistent: Minimum of 1 test per day Material is Changing: 1 test per In -Place Density Test In -Place Density/Percent Relative Compaction If more than 5% oversize is present, run CP23 rock correction. Moisture -Density Curves 1 Point Check 1 per 5,000 SY or fraction thereof & 1 per 2,500 SY or fraction thereof for each shoulder (when shoulders only are specified) 1 per class and/or source 1 per 5,000 SY or fraction thereof. Notes: In -place densities, used for reported PC tests, shall be taken using 4, 1 -minute tests. When density testing and/or changes in the soil type are in question, no reported density shall exceed 100% compaction without a rock correction and a 1 -point proctor check on the material. 2 Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale. Follow CP 23. 3 1 -point checks shall be done in the field on the day of in -place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The PC tester shall also provide a stable and solid platform to perform the 1 - point verification checks. The use of the 1 -point checks is required so the correct proctor is being utilized for the material being tested. Follow CP 25 1 95 October 4, 2023 6 REVISION OF SECTION 106 CONTROL OF MATERIAL All soils testing performed in the field and in the laboratory shall be performed per the WAQTC manual and the Colorado Procedures using the following procedures. A. AASHTO T 255 - Total Evaporable Moisture Content of Aggregate by Drying B. AASHTO T 265 - Laboratory Determination of Moisture Content of Soils C. AASHTO 272 and CP 23 & CP 25 - One -Point Method for Determining Maximum Dry Density and Optimum Moisture D. AASHTO T 99, CP 23 - Moisture -Density Relations of Soils Using a 2.5 -kg (5.5 -lb) Rammer and 305 -mm (12 -in.) Drop E AASHTO T 180, CP 23 - Moisture -Density Relations of Soils Using a 4.54 -kg (10 -lb) Rammer and 457 -mm (18 -in.) Drop F AASHTO R 75 - Developing a Family of Curves G AASHTO T 85 - Specific Gravity and Absorption of Coarse Aggregate H. AASHTO T 310 & CP 80 - In -Place Density and Moisture Content of Soil and Soil - Aggregate by the Nuclear Methods (Shallow Depth), CP 21, CP 31 (Class 1 and ABC) - Gradation I. AASHTO T 89 and T90 — Atterberg Limits J. AASHTO M 145 - Soils Classification K. AASHTO T 96 — LA Abrasion L. AASHTO T 190 — R -Value Testing Supervisor Qualifications — the person in charge of and responsible for the PC sampling and testing shall be identified in the PCP. This person qualified according to the requirements of CP 10 (Note: this will require a PE or a NICET Level III certification). 6 Technician Qualifications — Technicians taking samples and performing the PC tests shall be WAQTC certified and shall meet the requirements of CP 10. Further qualifications for testing personnel are contained in Section 203, Chapter 200 of the CDOT Field Materials Manual, CP 10, CP 13, CP 15, and CP 80, and the CDOT Inspector's Checklist. 7 Testing Equipment — All testing equipment used to conduct the PC tests shall conform to the standards specified in the test procedures and shall be in good working order. Equipment calibrations shall be provided to the Engineer upon request. 8 Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer electronically at least once per day. Testing which is performed in the field (e.g., density, rock corrections, 1 -point verifications, and other field tests) shall be provided on the same day as they are performed. Testing which requires laboratory procedures shall be report electronically within 24 hours after the laboratory testing is completed. The PC tester shall provide written copies of the field test reports to the Engineer and Inspector within the timeframes outlined above. October 4, 2023 7 REVISION OF SECTION 106 CONTROL OF MATERIAL For tests involving compaction and density, the Contractor shall ensure the tester is performing rock corrections and 1 -point proctor checks in the field. Qualifications for testing and personnel are contained in Section 203, Chapter 200 of the CDOT Field Materials Manual, CP-10, CP 13, CP 15, and CP 80, and the CDOT Inspectors Checklist. Subsection 106.05 shall be revised with the following: Delete references to Table 106-1 and replace with Table 106-2. Subsection 106.05(a), paragraph 1 shall be deleted and replaced with the following: (a) Process Control Testing. Contractor Process Control Testing is mandatory. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-2. Process control testing by the Contractor is mandatory. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's HMA supplier and HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA per Table 106-2 The Contractor shall develop a process control plan (PCP) per the following: (1) Process Control Plan. For each element listed in Table 106-2, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre -construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. Table 106-2 SCHEDULE FOR MINIMUM SAMPLING AND TESTING FOR HMA* Element Process Control Acceptance1,2 Check (CTP) Asphalt Content 1/500 tons 1/1000 tons 1/10,000 tons Gradation 1/Day 1/2000 tons 1/20,000 tons Theoretical Maximum Gravity Specific 1/1000 tons, minimum 1/Day 1/1000 tons, 1/Day minimum 1/10,000 tons In -place Density 1/500 tons 1/500 tons 1/5000 tons Joint Density 1 core/2500 linear feet of joint 1 core/5000 of joint linear feet 1 core/50,000 feet of joint linear Aggregate Percent Moisture 3 1/2000 tons, minimum 1/Day 1/2000 tons Not applicable Percent Lime 3,4 1/Day Not applicable Not applicable Notes 1 2 3 4 * The projects. be listed scheduled new that Not Form Verified None See When based job estimate. to also minimum in unscheduled 6. of be the per the on mix used section minimums, the schedule. formula, Contractor's test number for actual results 105.05 incentive job the of provided mix number At PC will Conformity acceptance quantity the formula or Plan be Engineer's the disincentive used of samples it changes applicable will to tests for the represent incentive discretion, Contract will that are pay. be: pavement made have shall Test /disincentive 5 of asphalt been additional HMA (Form be according layer estimated. selected for content, 43) is applicable pay random available to acceptance 3 up CP-33 but A gradation, to revised will in conditions. that -place for and be testing of the time, density schedule report used 10 in elements, even under in -place the results if tests safe of evaluation the acceptance density except number may conditions. from be Form and for of is taken tests materials 5 in 106 below joint -place Beginning in will or density the order density, be Form acceptance. minimum to based with 565 for meet will the all on on 97 October 4, 2023 8 REVISION OF SECTION 106 CONTROL OF MATERIAL Subsection 106.05 shall be deleted and replaced with the following: 106.05 Sampling and Testing of Hot Mix Asphalt (Less than 5,000 tons). All hot mix asphalt (HMA), Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested per the following program of process control testing and acceptance testing: OA sampling frequencies shall follow Table 106-3 and Stratified Random Sampling Schedules. Although Incentive/Disincentive payments may not be made to the Contractor for Hot Mix Asphalt, the conformance to contract of the material and elements involved shall be evaluated using the (Asphalt 03') Quality Project Management program and Section 105.03. Dispute of the OA acceptance test results per CP-17 shall not be allowed unless Check Testing per CP-13 has been successfully completed for the elements specified. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with OA before hot mix asphalt placement. Reduction in testing and sampling may be considered for specific testing elements or in whole if tonnage warrants. This in no way relieves the Contractor of submitting and executing approved construction method statements, quality control plans or placement of specification materials. (a) Process Control Testing. For this project, Contractor process control testing of hot mix asphalt is mandatory and shall be accomplished every day that any HMA placement occurs on the jobsite. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-2. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's HMA supplier and HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA in accordance with Table 106-2. Table 106-2 SCHEDULE FOR MINIMUM SAMPLING AND TESTING FOR HMA Element Process Control Acceptance" Check (CTP) Asphalt Content 1/500 tons 1/1,000 tons 1/10,000 tons Gradation2 1/Day 1/2,000 tons 1/20,000 tons Theoretical Specific Gravity Maximum 1/1,000 1/Day tons, minimum 1/1000 minimum tons, 1/Day 1/10,000 tons In -place Density 1/500 tons 1/500 tons 1/5,000 tons Joint Densit Y 1 of core/2,500 joint linear feet feet 1 core/5,000 of joint linear 1 of core/50,000 joint linear feet Aggregate Moisture 3 Percent 1/2,000 1 /DaY tons, minimum 1/2,000 tons Not applicable Percent Lime 3,4 1/Day Not applicable Not applicable Notes I 2 3 4 tons from to minimum minimum or Form fraction be control used 106 per number number Contractor's thereof. or tests for Form incentive/disincentive of for of in 565 -place gradation process PC on Plan. density Form are control 6. not tests tests required pay. for for acceptance if gradation Test less according than shall will 250 to be tons be CP-33 5. are one test and placed for report in each a 1,000 results day. The Process The Not Verified 98 October 4, 2023 9 REVISION OF SECTION 106 CONTROL OF MATERIAL The Contractor shall develop a process control plan (PCP) per the following: 1. Process Control Plan. For each element listed in Table 106-2, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre -construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. A. Frequency of Tests or Measurements. The PCP shall indicate a random sampling frequency, which shall not be less than that shown in Table 106-2. The process control tests shall be independent of acceptance tests. B Worksheets, Forms, and Charts. The Contractor shall submit examples of worksheets, test result forms, and test results charts per CP 12 as part of the PCP. C Test Result Chart. Each process control test result, the appropriate tonnage and the tolerance limits shall be plotted. For in place density tests, only results after final compaction shall be shown. The chart shall be posted daily at a location convenient for viewing by the Engineer. D Quality Level Chart. The Quality Level (QL) for each element used to calculate incentive or disincentive in Table 106-2 and each required sieve size shall be plotted. The QL will be calculated per the procedure in CP 71 for Determining Quality Level (QL). The QL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter the last five consecutive test results. The tonnage of material represented by the last test result shall correspond to the QL. For in place density tests, only results after final compaction shall be shown. The chart shall be posted daily at a location convenient for viewing by the Engineer. Elements Not Conforming to Process Control. The QL of each discrete group of five test results, beginning with the first group of five test results, shall be a standard for evaluating material not conforming to process control. When the group QL is below 65, the process shall be considered as not conforming to the PCP. In this case, the Contractor shall take immediate action to bring the process back into control. Except where the cause of the problem is readily apparent and corrected without delay, production shall be suspended until the source of the problem is determined and corrected. A written explanation of actions taken to correct control problems shall accompany the test data and be submitted to the Engineer on the day the actions are taken. 3 Point of Sampling. The material for process control testing shall be sampled by the Contractor using approved procedures. Acceptable procedures are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. The location where material samples will be taken shall be indicated in the PCP. 4 Testing Standards. Acceptable procedures are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. 5 Testing Supervisor Qualifications. The person responsible for the process control sampling and testing shall be identified in the PCP and be qualified according to the requirements of CP 10. 6 Technician Qualifications. Technicians taking samples and performing tests must be qualified according to the requirements of CP 10. 7 Testing Equipment. All of the testing equipment used to conduct process control testing shall conform to the standards specified in the test procedures and be in good working order. Nuclear testing devices used for process control testing of in -place density do not have to be calibrated on the Department's calibration blocks. October 4, 2023 10 REVISION OF SECTION 106 CONTROL OF MATERIAL 8 Reporting and Record Keeping. The Contractor shall report the results of the process control tests to the Engineer in writing at least once per day. The Contractor shall assemble a process control (PC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, test results charts and quality level charts for each of the elements listed in Table 106-2. The Contractor shall submit the PC notebook to the Engineer for review once a month on the date agreed to at the Pre -Paving Conference. The PC notebook will be returned to the Contractor within one working day after submittal. The Engineer will notify the Contractor in writing of any deficiencies in the PC notebook, including the failure to submit the notebook on time or an absence of the required reports. Upon the second failure to submit the complete PC notebook on time or with an absence of the required reports, the Engineer will notify the Contractor, and the pay estimate will be withheld until the Contractor submits, in writing, a report detailing the cause for the failure to submit the complete PC notebook on time or the cause for the absence of required reports. The report shall include how the Contractor plans to resolve the failures. Additional failures to submit the PC notebook on time or absent the required reports will result in a delay of the pay estimate until the Contractor has identified and resolved the failure along with revising and resubmitting his PCP to address these issues. Once the Engineer has reviewed and approved the revised PCP the estimate may be paid. Upon submittal of the PC notebook for the semi-final estimate, the PC notebook shall become the property of the Department. The Contractor shall make provisions such that the Engineer can inspect process control work in progress, including PC notebook, sampling, testing, plants, and the Contractor's testing facilities at any time. After compaction of the HMA is completed, in -place density tests for process control shall be taken at the frequency shown in Table 106-2. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of the testing equipment used for in -place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's calibration blocks. (b) Acceptance Testing. Acceptance testing is the responsibility of the Department and shall not be addressed in the PCP. The Department will determine the locations where samples or measurements are to be taken and as designated in Section 403. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results will be per Table 106-2. The location or time of sampling will be based on the stratified random procedure as described in CP 75. Acceptance sampling and testing procedures shall be per the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual. Samples for project acceptance testing shall be taken by the Contractor per the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Contractor may retain a split of each sample which cannot be included as part of the Contractor's process control testing. If the Contractor elects to question the Hot Mix Asphalt (HMA) acceptance test results, the steps outlined in CP 17 shall be followed. Dispute of the acceptance test results per CP-17 shall not be allowed unless the CP-13 Check Test Program has been successfully completed. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with the OA tester before HMA placement. The results from the CP 17 resolution process shall be binding on both the Department and the Contractor. Requests for CP 17 process for all elements except density shall be submitted in writing to the Engineer within five workdays from the date the Contractor receives acceptance test data from the Engineer. The specific element questioned shall be identified in writing. All requests for the CP 17 process for the density element shall be submitted in writing to the Engineer within 24 hours of receiving test data from the Engineer. 100 October 4, 2023 11 REVISION OF SECTION 106 CONTROL OF MATERIAL The Contractor shall choose a consultant laboratory not associated with the project from the CDOT pre- established list to perform the third party testing. The Contractor shall document his choice in writing at the Pre -Paving Conference. The Department shall determine the consultant has no conflict of interest. If third party testing is required, the responsibility for the testing expenses shall be assigned per CP 17. The costs for testing are shown in CP 17, Table 17-2. All materials being used are subject to inspection and testing at any time before, during, or after incorporation into work. Acceptance tests will be made by and at the expense of the Department except when otherwise provided. (c) Check Testing Program (CTP). Before, or in conjunction with, placing the first 500 tons of asphalt pavement, under the direction of the Engineer, a CTP will be conducted between acceptance testing and process control testing programs. The CTP will consist of testing for asphalt content, theoretical maximum specific gravity, HMA 4.75 mm (#4) sieve, HMA 2.36 mm (#8) sieve, HMA 0.075 mm (#200) sieve, in -place density, and joint density per CP 13. If the Contractor intends to test to determine air voids and VMA, check testing for these tests is recommended. The CTP will be continued until the acceptance and process control tests are within the acceptable limits shown in Table 13-1 of CP 13. For joint density, the initial check test will be a comparison of the seven cores tested by CDOT and the seven cores tested by the Contractor. These are the cores from the compaction test section used for nuclear gauge calibration and test section payment. During production, a split sample check will be conducted at the frequency shown in Table 106-2. Except for joint density, the split samples will be from an acceptance sample obtained per subsection 106.05(b). The acceptance test result will be compared to the process control test result obtained by the Contractor using the acceptable limits shown in Table 13-1 of CP 13. For joint density, the comparison sample for testing by the Contractor will be obtained by taking a second core adjacent to the joint density acceptance core. The acceptance test result will be compared to the process control test result obtained by the Contractor using the acceptable limits as shown in Table 13-1 of CP 13 and following the check testing procedure given in CP 13. If production has been suspended and then resumed, the Engineer may order a CTP between process control and acceptance testing persons to assure the test results are within the acceptable limits shown in Table 13-1 of CP 13. Check test results shall not be included in process control testing. The Engineer shall be called upon to resolve differences if a CTP shows unresolved differences beyond the values shown in Table 13-1 of CP 13. (d) Stability Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three stability verification tests to verify that the field produced HMA conforms to the approved mix design: The test frequency shall be one per day unless otherwise directed by the Engineer. The test results will be evaluated, and the Contractor shall make adjustments if required per the following: 1. The minimum value for stability will be the minimum specified in Table 403-1 of the specifications. There will be no tolerance limit. 2 Quality Level. Calculate a QL for stability. If the QL for stability is less than 65, then production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. 101 October 4, 2023 12 REVISION OF SECTION 106 CONTROL OF MATERIAL After a new or revised mix design is approved, three additional stability tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. If the stability QL is less than 65, then production shall be halted until a new mix design has been completed and approved using plant produced material or the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. 3 New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional stability field verification tests shall be performed, and the test results evaluated per the above requirements. The test frequency shall be one per day unless altered by the Engineer. 4 Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to 1 per 10,000 tons. e) Mix Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three volumetric verification tests for each of the following elements to verify that the field produced hot mix asphalt conforms to the approved mix design: (1) Air Voids (2) Voids in Mineral Aggregate (VMA). (3) Asphalt Content (AC). The test frequency shall be one per day unless altered by the Engineer. The test results will be evaluated, and the Contractor shall make adjustments if required per the following: 1. Target Values. The target value for VMA will be the average of the first three volumetric field test results on project produced hot mix asphalt or the target value specified in Table 403-1 and Table 403-2 of the specifications, whichever is higher. The target value for VMA will be set no lower than 0.5 percent below the VMA target on Form 43 before production. The target values for the test element of air voids and AC shall be the mix design air voids and mix design AC as shown on Form 43. 2 Tolerance Limits. The tolerance limits for each test element shall be: AC ± 0.3 percent Air Voids ± 1.2 percent VMA ± 1.2 percent 3 Quality Levels. Calculate an individual QL for each of the elements using the volumetric field verification test results. If the QL for VMA or AC is less than 65 or if the QL for air voids is less than 70, the production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. Production shall only commence upon receipt of written approval from the Engineer of the proposed mix design revision. After a new or revised mix design is approved, three additional volumetric field verification tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. 102 October 4, 2023 13 REVISION OF SECTION 106 CONTROL OF MATERIAL If the QL for VMA or AC is less than 65 or the QL for the test element of air voids is less than 70, then production shall be halted until a new mix design has been completed per CP 52 or CP 54, a new Form 43 issued, and the Contractor demonstrates that he is capable of producing a mixture meeting the verification requirements per A or B below: A. The Contractor shall produce test material at a site other than a Weld County project. The Contractor shall notify the Engineer a minimum of 48 hours before the requested test. The location and time of the test are subject to the approval of the Engineer before placement. Three samples will be tested for volumetric properties. If the QL for VMA or AC is equal or greater than 65 and the QL for the element of air voids is equal or greater than 70, full production may resume or; B The Contractor may construct a 500 ton test strip on the project. Three samples in the last 200 tons will be tested for volumetric properties. After construction of the test section, production shall be halted until the testing is complete and element QLs are calculated. If the QL for VMA or AC is equal or greater than 65 or the QL for the element of air voids is equal or greater than 70, full production may resume. If the QL for VMA or AC is less than 65 or the QL for the element of air voids is less than 70, the material shall be removed and replaced at no cost to the Department. The time count will continue, and any delay to the project will be considered to have been caused by the Contractor and will not be compensable. The costs associated with mix designs shall be solely at the Contractor's expense. If the Contractor fails to verify the new mix design per A or B, then production shall be halted until a new mix design has been completed per CP 52 or CP 54, a new Form 43 issued, and the Contractor demonstrates they are capable of producing a mixture meeting the verification requirements per A or B. 4 New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional volumetric field verification tests shall be performed, and the test results evaluated per the above requirements. The test frequency shall be one per day unless altered by the Engineer. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to a minimum of 1/10,000 tons. The Engineer has the discretion to conduct additional verification tests at any time. Testing Schedule. Process control and project acceptance testing frequency shall be per Table 106-2. Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated per the procedure in CP 71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken are described as follows: 1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the past five consecutive test results are within the specification limits. 2 Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job -mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an October 4, 2023 14 REVISION OF SECTION 106 CONTROL OF MATERIAL element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate. 3 Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included as an acceptance test.) After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-2. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. Subsection 106.06 shall delete references to Table 106-2 or 106-3 and replace with references to Table 106-4 or 106-5. Tables 106-2 and 106-3 shall be deleted and replaced with the following: Table 106-4 TESTING SCHEDULE - ITEM 412 PORTLAND CEMENT CONCRETE PAVEMENT, FLEXURAL STRENGTH CRITERIA Element Minimum Process Frequency Control Contractor's Testing Aggregate Gradation and Sand Equivalent Minimum of 1/day, then 1/10,000 SY per day. Slump First control. three loads each day, then as needed for Water Cement Ratio First three loads each day, then 1/500 CY. Air Content and Yield Minimum of 1/day, then 1/2500 SY. Flexural Strength Minimum of 1/day, then 1/2500 SY. Compressive Strength 1/10,000 SY. Pavement Thickness Per subsection 412.21. Pull Test Joints locations Minimum transverse of for six and the three transverse first 2500 longitudinal and six linear feet, joints longitudinal then thereafter three joint Load Transfer Dowel Bar Placement Per subsection 412.13(b)(2) Average Texture Depth 1 wider per 528 than linear 8 feet. feet in each lane and shoulder 104 October 4, 2023 15 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-5 TESTING SCHEDULE - ITEM 412 PORTLAND CEMENT CONCRETE PAVEMENT, COMPRESSIVE STRENGTH CRITERIA Element Minimum Testing Frequency Contractor's Process Control Aggregate Gradation Minimum of 1/day, then 1/10,000 SY Slump First three loads each day, then as needed for control Compressive and Sand Equivalent Strength, Air Content, Yield, Minimum of 1/day, y then 1/2500 SY Pavement Thickness Per subsection 412.21 Pull Joints longitudinal Minimum for the of first six 2500 joints transverse and linear feet, thereafter six longitudinal then three transverse joint locations and three Test Load Transfer Dowel Bar Placement Per with subsection 412.13(b)(2) Avery e g Depth feet 1 per 528 linear feet in each lane and shoulder wider than 8 Texture Water Cement Ratio First three loads each day, then 1/500 CY S ubsection 106.06(a), paragraph 1 shall be deleted and replaced with the following: (a) Process Control Testing. Process control testing by the Contractor is mandatory. Process control testing for Portland Cement Concrete Pavement (PCCP) pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's PCCP supplier and PCCP paving subcontractor shall be present when PCCP placement is occurring and shall test the PCCP per Tables 106-4 and 106-5. The Contractor shall develop a process control plan (PCP) per the following: S ubsection 106.06(b) shall be revised to include the following: Acceptance flexural strength specimens will be cast, cured, tested for flexural strength by the Contractor, and witnessed by the Engineer or an approved Weld County Representative. Test results not witnessed by Weld County or approved Weld County Representative will not be accepted. The Contractor shall, in the presence of the Engineer, develop a correlation curve during the first week of concrete production and placement per AASHTO T198 Splitting Tensile Strength of Cylindrical Concrete Specimens. As stated in Subsection 105.06 Splitting Tensile Strength (AASHTO T198) sampling and testing by Weld County is being used to determine the validity of Splitting Tensile Strength as an acceptance criterion and not a ratio or correlation to Flexural. Weld County OA will mold 6 — (6 in x 12in) specimens for Splitting tensile strength to be tested (3) at 7 days and (3) at 28 days, at a minimum of 1 set per day of concrete placement. S ubsection 106.11, Buy America Requirements, shall be deleted. Add Subsection 106.14 immediately following Subsection 106.13: 106.14 Trade Names, Approved Equals, and Substitutes. In order to establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description or process or by designating a manufacturer by name and referring to that brand or product designation or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit. Whenever a process is designated, or a manufacturer's name, brand or item designation is given, or whenever a process or material covered by patent is designated or described, it shall be understood that the words "or 105 October 4, 2023 8 REVISION OF SECTION 106 CONTROL OF MATERIAL approved equal" follow such name, designation, or description, whether in fact they do so or not. In order to be considered an "approved equal" the item shall meet or exceed the specifications for the designated item specifications in all categories. If it is desirable to furnish items of equipment by manufacturers other than those specified as a substitute after the Contract is executed, the Contractor shall secure approval before placing a purchase order or furnishing the same. If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of submission of the bid, no substitutions therefore will be permitted after a proposal has been accepted without the express consent of the Owner. Add Subsection 106.15 immediately following Subsection 106.14: 106.15 Method of Measurement. Process Control (PC ) sampling and testing for the earthwork items covered in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers will be measured as the actual number of days of PC sampling and Testing work performed. The PC tester shall be onsite for the entire time the Contractor is engaging in earthwork related to the above -mentioned sections. The Contractor shall utilize the PC tester to take samples and tests at the frequencies required in Subsection 106.041 as well as any other tasks needed (i.e., set rolling patterns for compactive effort, provide written daily test results to the Engineer and Inspector, log in and out on the daily sampling and testing results summary sheet, collecting tickets from trucks entering the site, etc.). Sampling and Testing report forms from the PC tester shall be provided to the Department within 24 hours of the field test being completed. Laboratory tests which take longer than 24 hours to complete shall be provided to the Department no later than 24 hours after the test is completed. It is not acceptable to provide the PC test results on a weekly basis. Failure to provide PC sampling and testing shall result in a pay deduction of $300/sample or test to be assessed to the Contractor for each day PC testing is not performed for the above mentioned items and per Tables 106-1 a, 106-1b, and 106-1c. The continued failure of the Contractor to comply with the requirements of this subsection shall result in the suspension of work by the Engineer, the potential for the assessment of liquidated damages per the schedule of liquidated damages per Section 108, and withholding of progress payments. Contract time shall not stop in the event of a suspension of work. Failing Owner Acceptance (OA) tests shall result in the removal and replacement of the elements per the specifications. In the event of a failing OA test, the Engineer will issue a Form 105 to the Contractor documenting the failure and shall apply a $300/failing test pay deduction. The Engineer may in their sole discretion determine if a pay deduction will be assessed. The County shall be responsible for obtaining and paying an Independent Assurance Testing (IAT) consultant as required for the project. If IAT has to be rescheduled for another time or has to be redone due to the Contractor's actions, the Contractor shall be responsible for paying for the IAT. The Contractor shall be assessed a $500/test pay reduction for each test that has to be rescheduled or redone. The Engineer will, in their sole discretion, determine if a pay reduction will be assessed. Add Subsection 106.16 immediately following Subsection 106.15: 106.16 Basis of Payment. Payment for Process Control Sampling and Testing shall be at the Contract unit price for each item listed below that appears in the bid schedule. Payment will be made under: 106 October 4, 2023 9 REVISION OF SECTION 106 CONTROL OF MATERIAL Pay Item Pay Unit Process Control Testing for Item 203, 206, 304, 306, & 603 Day Payment for Process Control Testing for Items 203, 206, 304, 306, and 603 shall be full compensation for all labor, materials, and equipment necessary for the PC tester to perform all the work described in the Specifications. Process Control Testing for other items not listed under Items 203, 206, 304, 306, and 603 is mandatory but shall not be subject to payments and shall be incidental to the Work. The PC tester's commute time will not be measured and paid for separately but shall be included in the work. END OF SECTION 107 October 4, 2023 1 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows: S ubsection 107.02 shall be deleted and replaced with include the following: 107.02 Permits, Licenses, and Taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and applicable taxes, and give all notices necessary and incidental to the due and lawful prosecution of the Contract. Before beginning work, the Contractor shall furnish the Engineer a written list of all permits required for the proper completion of the Contract. The list shall clearly identify the type of permit or permits that must be obtained before work on any particular phase or phases of work can be started. Copies of the fully executed permits shall be furnished to the Engineer prior to the start of construction. Before beginning work, a Zoning Permit for a Manufactured Home (ZPMH) shall be applied for and obtained from the Weld County Department of Planning and Zoning when there are to be trailers or shipping containers used as field offices on the project site. A building permit shall be obtained from the Weld County Building Department for any electrical connection to the office trailer or shipping container regardless of the electrical connection type. All costs associated with obtaining the required permits shall be incidental to the Work. When the project has more than 10,000 cubic yards of material (unclassified excavation, muck, topsoil, etc.) that is to be removed and transported out of the project limits, the Contractor shall obtain a mining permit (111 Special Operations Permit) from the Colorado Division of Reclamation, Mining, and Safety (DRMS) prior to the removal of any material out of the project area. The Contractor shall provide the County with a copy of the approved permit from DRMS. The Contractor shall be responsible for all bonds and fees required to obtain and maintain the DRMS permit. S ubsection 107.06 shall be revised to include the following before subsection 107.06(a): 107.06 Safety, Health, Sanitation, and Performance of Safety Critical Work Provisions. The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. S ubsection 107.07, paragraph 2 shall be revised to include the following: The Engineer will submit bridge removal and girder erection plans to Engineer of Record for review. In subsection 107.16(a), delete references to "CDOT" and replace with "Weld County". In subsection 107.16(a)(5), delete references to "CDOT" and replace with "Weld County, CO, its elected officials, and its employees". S ubsection 107.16(b) shall be deleted and replaced with the following: The insurance certificates shall name "Weld County, Colorado, its officers, and employees" as an additional insured party. Depending upon the funding source, it may be necessary to include additional insured parties. Completed operations additional insured coverage shall be on endorsements CG 2010 11/85, CG 2037, or equivalent. Coverage required of the Contract will be primary over any insurance or self-insurance program carried by Weld County. 108 October 4, 2023 2 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC In subsections 105.16(d through g), delete references to "CDOT" and replace with "Weld County". S ubsection 107.17 shall be revised to include the following before the first paragraph: 107.18 Contractor's Responsibility for Work. When working in a drainageway, the Contractor shall assess and understand the risk of working within drainageways. Such risks include but are not limited to floods, high groundwater, and fluctuation in flows. The Contractor shall be responsible for constructing and maintaining all temporary facilities within the drainageway such as cofferdams and diversion of channel flows. Such work shall be subsidiary to other items of work. S ubsection 107.18 — Delete the fourth paragraph beginning with "Loss, injury, or damage to the work..." and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to Weld County. S ubsection 107.20 shall be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of-way, the Contractor shall obtain a right-of-way permit from the Weld County Department of Public Works Right -of -Way Permitting Technician, 970-304-6496. The Contractor's attention is directed to this subsection: In Subsection 107.26, reference to "CDOT" shall be deleted and replaced with "Weld County". S ubsection 107.26 shall be revised to include the following before the first sentence: The requirements as called out in this subsection will be strictly enforced. S ubsection 107.26(c), paragraph one shall be deleted and replaced with the following: (c) Stormwater Construction Permit. If the area of disturbance is greater than one acre, the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) shall be obtained by the Contractor. The Contractor and Weld County will be co-permittees. The Contractor shall coordinate with Weld County to become the Operator permittee of the respective permit upon award of the Contract. The Contractor shall provide a copy of permit certification as the Operator to the Engineer before or at the Pre - construction Conference. No work shall begin until the CDPS-SCP permit with Owner and Operator has been approved by CDPHE. A copy of the permit shall be placed in the project SWMP. The Contractor shall be responsible for complying with the applicable requirements of the CDPS-SCP. After the Contractor has completed the construction. Before the final acceptance is issued by the County, arrangements shall be made to transfer the permit from the Contractor to the County. Before the transfer of the permit to the County, the Contractor shall ensure that the SWMP is complete and up to date. CDPHE may require sampling and testing, on a case -by case basis. If CDPHE requires sampling and testing, the CDPHE will send a notification to the permittee. Reporting procedures for any monitoring data collected will be included in the CDPHE's notification. If monitoring is required, the following applies: 1. The thirty (30) day average must be determined by the arithmetic mean of all samples collected during a 30 day consecutive period; and 109 October 4, 2023 3 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 2. A grab sample, for monitoring requirements, is a single "dip and take" sample. The Contractor shall provide a SWMP Administrator for this project. Subsection 107.25(c), paragraph 4 shall be deleted and replaced with the following: To initiate acceptance of the stormwater construction work (including seeding and planting required for erosion control), the Contractor shall request in writing a Stormwater Completion Walkthrough. The Engineer will set up the walkthrough. It will include the Engineer or designated representative, Superintendent or designated representative, and Stormwater Management Plan (SWMP) Administrator. Unsatisfactory and incomplete stormwater and sediment/erosion control work will be identified in this walkthrough and will be summarized by the Engineer in a punch list. Subsection 107.26(d)(2) shall be revised to include the following: If monetary fines or penalties are applied to the Department while under stewardship of the Contractor but the exact amount is not known, the project retainage will be held by Weld County until the fines or penalties are resolved. If the monetary fine is in excess of all the money due to the Contractor, then the Contractor shall pay to the Department the amount of such excess. END OF SECTION 110 October 4, 2023 1 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: S ubsection 108.01, paragraph 1 shall be deleted and replaced with the following: 108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. The Contractor shall request permission from the Engineer by submitting a completed hardcopy Sublet Permit Application, CDOT Form No. 205. The subcontracted work shall not begin until the Contractor has received the Engineer's written permission. The Contractor shall make all project -related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request, and at a location convenient to the Engineer. S ubsection 108.02 shall be deleted and replaced with the following: 108.02 Notice to Proceed. The Contractor shall not commence work before the issuance of a Notice to S roceed. The Notice to Proceed will stipulate the date on which contract time commences. When the Contractor proceeds with work before that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or before the 10th day following the issuance of the Notice to Procced. S ubsection 108.03(b), paragraph 2 shall be deleted and replaced with the following: The Contractor shall submit schedules for approval by the Engineer. The Contractor's schedule shall be an accurate plan to complete the work so that the Department can use the schedule to evaluate progress, schedule Weld County resources, inform the project stakeholders, and evaluate the effect of changes to the schedule. A schedule review meeting shall be held to discuss each schedule submittal. The Initial Schedule shall be submitted at least 10 working days before the start of the work. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. S ubsection 108.03(d) shall be deleted and replaced with the following: (d) (unused) S ubsection 108.03(e) shall be deleted and replaced with the following: (e) Baseline Schedule. Within 14 days of Award of the Contract, the Contractor shall submit a Baseline Schedule showing all planned activities from the Notice to Proceed through the end of the project. The Contractor shall use all information known by the Contractor at the time of submittal to develop the Baseline Schedule. The Baseline Schedule shall not show any progress and shall be approved in writing by the Engineer prior to the start of any work commencing. When approved by the Engineer, the Baseline Schedule shall become the Project Schedule. S ubsection 108.03 shall be revised to include the following: (j ) Method Statements. A Method Statement shall be prepared for the controlling activities in the CPM, salient features listed in the Commencement and Completion of Work special provision, or as directed by the Engineer. The Method Statement shall include any additional activity or feature that the Engineer considers to be a controlling factor for timely completion. The Method Statement shall be a detailed narrative describing each activity or feature and all work necessary to complete it. The Contractor shall include the following information in the Methods Statement: (1) Feature name; (2) Who is responsibility for the feature work (Contractor, subcontractor, supplier, utility, etc.); 111 October 4, 2023 2 REVISION OF SECTION 108 PROSECUTION AND PROGRESS (3) Detailed description of the planned work procedures. The procedures to be used shall include information such as forming, excavation, pouring, heating and curing, backfill and embankment, trenching, protecting the work, etc. When separate or different procedures are to be employed due to seasonal or project phasing requirements, such differing procedures shall be described in the statement; (4) The planned quantity of work per day for each feature using the same units of measure as the applicable pay item; (5) The anticipated labor force required by labor type; (6) The number, types, and capacities of equipment planned for the work; and (7) The planned time for the work including the number of workdays per week, number of shifts per day, and the number of hours per shift. At the Engineer's discretion, the Contractor shall update the Method Statement or any part thereof and resubmit it to the Engineer for review and approval. S ubsection 108.04, paragraph 1 shall be deleted and replaced with the following: 108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete, including Force Accounts, retainage and expected incentive payments, by the progress estimate date each month for the duration of construction. The payment schedule shall be signed by the Contractor's authorized agent. The payment schedule shall show the dollar amount of work the Contractor expects to complete for every month on the Contract from commencement of work to Project Acceptance. The fiscal year (January 1 to December 31) totals shall also be shown on the payment schedule. The payment schedule may be prepared using standard spreadsheet software such as MS Excel and submitted in electronic format. S ubsection 108.04(b), paragraph 2 shall be deleted and replaced with the following: If the update has any Weld County Fiscal Year (January 1 to December 31) payment in excess of the encumbrance amount, the Department may, in its sole discretion, approve the update. If the Department does not approve the update the Contractor shall either revise the payment schedule or proceed at his own risk. The risk is either not being paid in a timely manner, or not being paid at all for any amounts over the encumbrance amount. If the Contractor proceeds at his own risk, then payment for the at -risk work will be dependent upon ratification of this work by the Weld County Controller. S ubsection 108.08, paragraph 2 starting with "The Contractor shall not carry on construction..." shall be deleted and replaced with the following: The Contractor shall not carry on construction operations on Saturdays, Sundays, or holidays unless previously arranged and approved by the Project Manager and Inspector Supervisor. The Contractor shall not perform construction operations on any three or four -day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Engineer and Inspector Supervisor no later than Wednesday at 5 p.m. before the weekend in which the work will be performed. Written requests received after the deadline will be reviewed on a case by case basis. The Engineer and Inspector Supervisor are not required to provide written approval for weekend inspectable construction operations requests. In the event, the weekend construction operations involve inspectable work (operations requiring a construction inspector), the Contractor shall provide a credit on the next pay application to the County. The amount credited 112 October 4, 2023 3 REVISION OF SECTION 108 PROSECUTION AND PROGRESS shall be $400.00 for the first four hours (four hour minimum) and $100.00 per hour per day thereafter for each Inspector or Engineer required to perform inspections on the inspectable work. Construction operations shall stop at 5 p.m. the day before the start of the holiday weekend. Construction operations may resume after the holiday weekend has passed. The Contractor shall only make emergency repairs and provide proper protection of the work and the traveling public on the holiday weekend days. S ubsection 108.08(a)(2) shall be deleted and replaced with the following: (2) Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts. Calendar Day Contracts have been adjusted before bid advertisement to account for no work on Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No weather days or less than full time charges days will be granted in this contract. S ubsection 108.08(b) shall be deleted and replaced with the following: (b) Completion Date Contract. When the Contract specifies a completion date, all work under the Contract shall be completed on or before the date specified. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. If all work under the Contract is not completed on or before the specified completion date, contract time will be assessed for each additional calendar day per subsection 108.8(a)(2) and liquidated damages will be assessed to the Contractor per day, per the table in subsection 108.09 until the completion of the project. Completion Date Contracts have been adjusted before bid advertisement to account for Saturdays, Sundays, and holidays by adjusting the completion date by the appropriate number of days. No weather days shall be given. S ubsection 108.09 shall include the following after the first paragraph: Upon issuance of the Notice of Final Acceptance, the Contractor shall submit all paperwork required to close out the project within 20 days. Failure to provide the required paperwork will result in the assessment of liquidated damages as outlined below. Table 108-2 Liquidated Damages shall be deleted and replaced with the following: Table 108-2 LIQUIDATED DAMAGES Original Contract Amount ($) Liquidated Damages per Calendar Day ($) From More Than To and Including 0 500,000 800 500,000 1,000,000 1,600 1,000,000 2,000,000 2,500 2,000,000 5,000,000 4,300 5,000,000 10, 000, 000 7,800 10,000,000 10,700 Contract plus Amount 400 or Per Part Each Thereof Additional Over 1,000,000 10,000,000 113 October 4, 2023 4 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Subsection 108.12 shall be added with the following: 108.12. Pay Reductions. A pay reduction will be made against the Contractor for each calendar day, including free time, that the Contractor is out of compliance with the Specifications. This daily charge will be deducted from any money due to the Contractor. The pay reduction amounts are generally defined in the applicable sections of the Specifications. Where pay reductions are not defined in the specifications, the pay reduction amount shall follow Table 108-2 of these specifications. END OF SECTION 114 October 4, 2023 1 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: S ubsection 109.01 shall be revised to include the following after the 18th paragraph: All materials (304 - Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, shall be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the project's placement site. Tickets will be made available for inspection during placement to the Engineer or Inspector at all times. The Contractor will submit, in an envelope, within 48 hours of material placement, the following: (1) Truck Tare List; (2) Original Scale Tickets; and (3) Weld County Materials Quantity Reconciliation Sheet, signed by Contractor's representative. Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the Contractor. Contractor will be made aware of any discrepancy immediately by the inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond these 48 hours, a price reduction on the material in question will occur as follows: less than 24 hours 2% 25-48 hours 5% 48 hours to 72 hours 25% Greater than 72 hours 100% S ubsection 109.01 shall be revised to include the following after the last paragraph: The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: (1) Earthwork requiring more than one handling; (2) New materials (if required) for resetting fences; (3) Fine grading; (4) Soil conditioner unless otherwise identified in the Contract; (5) Fertilizer unless otherwise identified in the Contract; (6) Staging areas; (7) Additional temporary construction easements if desired by the Contractor; (8) Coordination with utility companies; and (9) All water S ubsection 109.06(a), Paragraph 1 shall be deleted and replaced with the following: 115 October 4, 2023 2 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT ( a ) Standard Amount Retained. The Department will make a deduction from the progress estimate in the amount considered necessary to protect the interests of the County, pursuant to Section 24-91-103, CRS. The amount retained will be 5% of the value of the completed work, to a maximum of 5% of the contract amount. No retainage shall be released before Final Acceptance. No retainage shall be released if there are CDPHE fines for stormwater items while under the stewardship of the Contractor until the fines are resolved. No further amount will be retained if the Contractor makes satisfactory progress in the contract work. The amount retained will be in effect until such time as final payment is made, with the following exception which requires the Contractor's written request and consent of the Surety: Upon completion and acceptance of the project, after the project quantities are finalized, and the Contractor has submitted the necessary forms, the Engineer may make reduction in the amount retained. Subsection 109.06(e) shall be deleted and replaced with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work that has been satisfactorily completed within seven (7) calendar days after receiving payment for work from the Department. For the purpose of this section only, work shall be considered satisfactorily complete when the Department has made payment for the work. The Contractor's subcontracts shall include a prompt payment provision, requiring prompt payment for all subcontractors and suppliers. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant subcontractor/supplier until making the required payments. In the event the Contractor fails to meet the prompt payment requirements on more than two occasions, Weld County will make separate payments to the subcontractors or suppliers. These separate payments will be deducted from any amounts owed to the Contractor. Progress payments will be suspended until the required progress payments due to the subcontractors or suppliers have been made and the Contractor, subcontractors, and suppliers have provided the reporting documentation required in subsection 109.06(h). Subcontractors and suppliers shall pay lower tier subcontractors and suppliers for all work that has been satisfactorily completed within seven (7) calendar days after receiving payment for work from the Contractor. If the subcontractors or suppliers fail to comply with this provision, the Engineer will not authorize further progress payment for work performed by the noncompliant subcontractor until the required payments are made. The Contractor shall ensure the subcontractors or suppliers are making the required payments to their lower tier subcontractors or suppliers. In the event the subcontractors or suppliers fail to meet the prompt payment requirements on more than two occasions, Weld County will make separate payments to the lower tier subcontractors or suppliers. These separate payments will be deducted from any amounts owed to the Contractor. Progress payments will be suspended until the required progress payments due to the subcontractors or suppliers have been made and the Contractor, subcontractors, and suppliers have provided the reporting documentation required in subsection 109.06(h). The flow chart in subsection 109.06(h) provides information regarding the process for prompt payment on both non-CDOT and CDOT funded projects. Prompt payments shall be reported by the Contractor, subcontractors, and suppliers in accordance with Subsection 109.06(h) below. Subsection 109.06(h) shall be deleted and replaced with the following: (h) Monthly Reporting. The flow chart below provides information regarding the process for prompt payment on both non-CDOT and CDOT funded projects. (1) For Weld County Projects not funded by CDOT, the Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, per subsections 108.03(b) or 108.03(c)(3). Failure to submit a complete and accurate Form 1418 shall be grounds for Weld County to withhold 116 subsequent payments or retainage to the Contractor. If the Contractor has good cause for delay as described in subsection 109.06(g), the Contractor shall include the justification in its monthly report. The subcontractor or supplier shall have fifteen (15) days from the receipt of the Contractor's payment to confirm payment or report an issue on a Form 1418. If the subcontractor or supplier does not report a prompt payment issue within fifteen (15) days from the Contractor's monthly reporting, the subcontractor waives Weld County's assistance in resolving the prompt payment issue and the monthly audit will be closed. This provision should not be construed to limit the subcontractor's or supplier's contractual remedies. Failure to submit complete and accurate data on the Form 1418 shall be grounds for Weld County to withhold subsequent payments or retainage from the Contractor. If a subcontractor or supplier is also a payor, the subcontractor or supplier shall also report all prompt payments to its lower tier subcontractors or suppliers within seven (7) days of receiving the Contractor's payment on a Form 1418. The lower tier subcontractors or suppliers shall have fifteen (15) days from the receipt of the subcontractor's or supplier's payment to confirm payment or report an issue on a Form 1418. If the subcontractor or supplier does not report a prompt payment issue within fifteen (15) days from the Contractor's monthly reporting, the lower tier subcontractor or supplier waives Weld County's assistance in resolving the prompt payment issue and the monthly audit will be closed. This provision should not be construed to limit the lower tier subcontractor's or supplier's contractual remedies. Failure to submit complete and accurate data on the Form 1418 shall be grounds for Weld County to withhold subsequent payments or retainage from the Contractor. (2) For Weld County projects with CDOT funding, the Contractor shall record all payments to subcontractors and suppliers by completing an audit in the B2GNow System within fifteen (15) days of paying the subcontractors or suppliers. If the Contractor has good cause for delay as described in subsection 109.06(g), the Contractor shall include the justification in its monthly audit. Once the Contractor enters a payment to a subcontractor or supplier, the subcontractor or supplier will receive a notice to confirm payment. The subcontractor or supplier shall notify the Contractor and the Engineer in writing if there is an issue with the prompt payment. The subcontractor or supplier shall have fifteen (15) days from the notice to confirm payment or report an issue. If the subcontractor or supplier does not report a prompt payment issue within fifteen (15) days from the Contractor's monthly reporting, the subcontractor waives Weld County's and CDOT's assistance in resolving the prompt payment issue and the monthly audit will be closed. This provision should not be construed to limit the lower tier subcontractor's or supplier's contractual remedies. Failure to submit complete and accurate data in the B2GNow System shall be grounds for Weld County to withhold subsequent payments or retainage from the Contractor. If a subcontractor or supplier is also a payor, the subcontractor or supplier shall also report all prompt payment to its lower tier subcontractors and suppliers within seven (7) days of receiving the Contractor's payment.. The lower tier subcontractor or supplier shall notify the Contractor, subcontractor/supplier, and Weld County in writing if there is an issue with prompt payment. If the lower tier subcontractor or supplier does not report a prompt payment issue within fifteen (15) days from the Contractor's monthly reporting, the subcontractor waives Weld County's and CDOT's assistance in resolving the prompt payment issue and the monthly audit will be closed. This provision should not be construed to limit the lower tier subcontractor's or contractor's contractual remedies. Failure to submit complete and accurate data in the B2GNow System shall be grounds for Weld County to withhold subsequent payments or retainage from the Contractor. Prompt Payment Flowchart (To Be Completed Monthly By The Contractor, Subcontractors, and Suppliers) Contractor receives payment from Weld County 1 Contractor pays subcontractors and suppliers within 7 days of receipt of payment. (All subcontractors shall have an approved Form 205 on file with Weld County All suppliers shall have an approved Form 1425 on file with Weld County.) Payments made by the Contractor shall be reported on the Form 1418 to Weld County or in B2GNovv (if applicable). Form 1418 or B2GNow entries shall be submitted to Weld County within 15 days of making payment to subcontractors or suppliers. Subcontractors and Suppliers shall make payments to lower tier subcontractors and suppliers within 7 days of receipt of payment from the Contractor. Payments made by the Subcontractors or Suppliers shall be reported on the Form 1418 to Weld County or in B2GNow (if applicable). Subcontractors and Suppliers shall confirm receipt of payment with Weld County and in B2GNow (if applicable) within 15 days of payment from the Contractor. Is a discrepancy identified between the Subcontractor/Supplier and the Contractor? If a discrepancy is identified, the Supplier/ Subcontractor shall report it to Weld County within 15 days. If not reported within 15 days: per Section 109.06(h) the Supplier! Subcontractor waives assistance in resolving the prompt payment issue. Yes No Subcontractor/Supplier shall attempt to resolve the issue with the Contractor. 1 Is discrepancy resolved between Contractor and Subcontractor/Supplier? No J Yes Contact Weld County Engineer for assistance in resolving the discrepancy. If the Engineer cannot resolve the discrepancy, the Engineer will involve CDOT Civil Rights or Weld County attorneys as applicable. Weld County will make no further payments to the Contractor until the discrepancy is resolved. Once all discrepancies have been resolved and the Contractor, Subcontractors. and Suppliers have provided the required monthly reporting information including the Form 1418s or updates to B2GNow (if applicable), Weld County will review the monthly reporting and resume making monthly payments to the Contractor. (See subsection 109.06(h) of the Specifications. p. Once the Contractor, Subcontractors, and Suppliers have provided the required monthly reporting information including the Form 1418s or updates to B2GNow (if applicable), Weld County will review the monthly reporting and resume making monthly payments to the Contractor. (See subsection 109.06(h) of the Specifications. This process repeats monthly until the project is completed and all parties have been paid for the work performed on the project. Subsection 109.06(j)(4)(A), the table shall be deleted and replaced with the following: Item No. Item Pay Unit 403" Hot Mix Asphalt (Grading )(Asphalt) Ton 403 Stone Matrix Asphalt (Grading _)(Asphalt) Ton * Hot Mix Asphalt (Patching) is not subject to asphalt cement cost adjustment. Subsection 109.07 shall be deleted and replaced with the following: 109.07 Payment for Material on Hand (Stockpiled Material). Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. In Subsection 109.07(2), delete references to "State owned property" and replace with "County owned property". In Subsection 109.07(2), delete references to "CDOT" and replace with "County". END OF SECTION 118 October 4, 2023 1 SECTION 110 WELD COUNTY APPROVED PRODUCTS LIST DESCRIPTION 110.01 Approved Products. The Weld County Approved Products List (APL) is intended to provide the Contractor with a list of pre -approved products for use on the Project. Items on this list will automatically be approved for incorporation into the Project upon a receipt of a submittal from the Contractor. The submittal shall include a cover sheet on the Contractor's letterhead, name of the project, specification section to which the submittal applies, and the manufacturer's specification sheet and cut sheet for the product being submitted. Category Manufacturer Name Product Name Asphalt Paving Grid — Overlays Mirafi PGM-G Asphalt Reinforcement Tensar GlasGrid 8511 TF Soil Conditioner (Hydraulic Growth Medium) ECB Verdyol Biotic Earth Black Geotextile — Drainage Mirafi FW-300 Geotextile — Separator Mirafi RS -580i Geogrid — Stabilization Tensar TX -160 TRM — Class 3 Propex Pyramat-75 Joint Sealant DOW Chemical DOWSIL 888 Joint Sealant — Self Leveling DOW Chemical DOWSIL 890 -SL Concrete Roadway Curing Compound Right Pointe White Water Linseed Oil Dowel Bars/Dowel Bar Baskets Simplex Time Capsule Tie Bars Simplex Time Capsule Flexible Delineator SHUR-TITE Products Shur -Flex Drivable Delineator Flashin g Stop Signs g TAPCO Sign Blinkersign (R1-1)(36"x36")(Solar)(Red) Flashing LED Stop 2" x 2" Signpost Telespar Telescoping Square Tubing 2-1/4" x 2-1/4" Signpost Signpost Base for 2" x 2" Telespar Square Signpost Anchor Base/Soil 2-1/4" x 2-1/4" Signpost Telespar Telescoping Square Tubing 2-1/2" x 2-1/2" Signpost Signpost Base for 2 1/4" x 2 1/4" Telespar Square Signpost Anchor Base/Soil 2-1/2" x 2-1/2" Signpost Telespar Telescoping Square Tubing Dust Palliative EnviroTech Services Durablend Dust Palliative EnviroTech Services BaseBind-M Dust Palliative EnviroTech Services Mag-Chloride 70/30 END OF SECTION 119 October 4, 2023 1 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. Any trees or shrubs removed between April 1 and August 31 shall have a nesting bird survey completed prior to any trees or shrubs being removed. The nesting bird survey shall be completed by the Contractor's wildlife biologist. If an active nest(s) are identified, no work within 50 feet of the nest(s) may be done until the Engineer is notified by the Contractor and further direction of construction limitations have been defined by the Contractor's wildlife biologist. These requirements shall comply with the Migratory Bird Act of 1918. This work shall include removal and disposal of all minor items for which there is no specific "removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete and metal drainage items. Also included in this bid item is the removal of the following items: 1. All trash, glass, cans, barrels, construction materials, and any other non -organic materials that interferes with the work; 2. All foundations, pavements, utility poles, fences, underground utilities, and other deleterious materials; 3 Sediment from existing pipes; 4. Delineators; 5 Gravel from access roads, and 6. Trees smaller than 6" diameter at breast height (DBH). Trees and shrubs designated to be removed shall include the entire root ball and all roots larger than 1/2" diameter. 7. Existing soil and windrowing to the toe of fill or the top of cut slopes, unless otherwise designated. Subsection 201.04 shall be revised to include the following: Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. Removal of delineators shall be included as part of the work and will not be paid for separately. Windrowing the existing soil will not be measured and paid for separately but shall be included in the work. END OF SECTION 120 October 4, 2023 1 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: S ubsection 202.01, Paragraph 1 shall be deleted and replaced with the following: 202.01. This work consists of the removal and disposal of trees, slope and ditch protection, abandoned utility services, curb, gutter, pipes, sidewalk, structures, bridges or parts of bridges, railroad appurtenances, traffic control devices, impact attenuators, guardrail, fences, foundations, detours, pavements, pavement markings, miscellaneous concrete debris, flumes and all other obstructions that are not designated or permitted to remain. It shall also include salvaging, stockpiling and loading salvable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to a neat line. Except in areas to be excavated, the resulting trenches, holes, and pits shall be backfilled. This work consists of removal of structures and obstructions including the existing Bridge Number WEL54/13A on WCR 54 over the Big Thompson River. Bridge removal shall consist of the complete removal of all superstructure and substructure elements to a depth shown on the plans or at a minimum of 2 feet below existing grade prior to construction as well as all rip rap surrounding the structure. See plans for time limitations to complete the bridge removal work. Riprap around the bridge abutments may be salvaged and reused for soil riprap if approved in writing by the Engineer. This work consists of the removal of a structure potentially coated with paint which may contain lead and other heavy metals, or a combination thereof. Management of paint debris waste shall be accomplished per Section 250 of the Specifications. This work includes saw cutting, removal and hauling of the asphalt millings within the project limits as shown on the plans. The existing asphalt mat varies in thickness from 4 inches to 8 inches as reported in the Geotechnical Report for the project. S ubsection 202.02 shall be revised to include the following: Temporary shoring may be required during the removal of the bridge. The Contractor shall be responsible for the design of the shoring, any falsework, and the stability of the existing bridge per Section 107 of the Specifications. S ubsection 202.02, paragraph 12 to the end of subsection 202.02 shall be deleted and replaced with the following: (a) Removal of Bridge. The removal of the existing bridge(s) shall be performed in a safe manner and per the requirements in this Specification and Standard Specifications 107.06. The Construction Plan requirements shown in Section 107 shall be included in the Bridge Removal Plan. When removal operations are located over or in proximity to a railroad or any live water way, additional coordination including potential incident emergency/risk management notifications with the railroad or other agency (United States Army Corps of Engineers (USACE), US Fish and Wildlife Service, US Forest Service, etc.) shall be required. The Contractor shall submit a bridge removal plan to the Engineer for review and acceptance at least 2 weeks before the Pre -removal Conference. This Plan shall detail procedures, sequences, and all features required to perform the removal in a safe and controlled manner. The Bridge Removal Plan shall be prepared by the Contractor's Engineer and contain the Seal of a Professional Engineer registered in the State of Colorado. The Contractor's Engineer shall stamp and sign the Bridge Removal Plan "Approved for Construction". The Bridge Removal Plan shall be submitted to the Engineer of Record and the Engineer for review and concurrence with general specification compliance, but it will not be approved. Comments from 121 October 4, 2023 2 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS the reviewers of the Bridge Removal Plan shall be in writing to the Contractor within seven calendar days from receipt of the plan and before the Pre -removal Conference. Acceptance of the Bridge Removal Plan will be contingent upon the Contractor adequately addressing all written comments to the satisfaction of the Engineer. The Bridge Removal Plan shall provide complete details of the bridge removal process, including but not limited to: (1) The removal sequence corresponding to the construction phasing, including calculations and analysis of the Contractor's removal equipment as related to loading capacity and any crane bearing during removal operations. The sequence of operation shall include a detailed schedule that complies with the working hour limitations. (2) Equipment descriptions including size, number, type, capacity, backup/standby need, and location of equipment during removal operations. (3) Roles and responsibilities of all project management, construction supervision, and critical workers during the removal activities. This section shall include instructions for communicating and managing a "safe -all -stop" scenario if unexpected hazards are discovered during the activity. (4) Shoring that exceeds 5 feet in height, all falsework and bracing. Shoring design shall follow the AASHTO Guide Design Specifications for Bridge Temporary Works, or other design standard as approved by the Engineer. (5) Shoring construction, including verification and proof testing shall be per Section 206. Shoring will not be measured and paid for separately but shall be included in the cost of item 202 — Removal of Bridge, unless otherwise provided on the plans or as directed by the Engineer. (6) Details, locations and types of protective coverings to be used. The protective covering shall prevent any materials, equipment or debris from falling onto the property below. When removal operations are located over or in proximity to any live waterway, railroad, or pedestrian/bicycle path, additional width of protective covering sufficient to protect these facilities shall be required. Detailed methods for protection of the existing roadway facilities, including measures to assure that people, property, utilities, and improvements will not be endangered. (7) Detailed methods for protection of live waterways including minimization of turbidity and sedimentation, and protection of existing wetlands. (8) Detailed methods for mitigation of fugitive dust resulting from the demolition. (9) Details for dismantling, removing, loading, and hauling steel elements. (10) Locations of railroad tracks, roadways, utilities (overhead and underground), structures, or facilities located within the area of the bridge removal operations. (11) Detailed methods of fire suppression. (12) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled manner. (13) Details for managing project communications during demolition. (14) Contingency plan for unexpected weather. October 4, 2023 3 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS (15) Details for emergency and post -incident management in a catastrophic failure or other serious incident or worker injury. The Contractor's Engineer shall be responsible for the stability of the existing "in service" structure for any deviation from the bridge removal limits shown on the plans. The Contractor shall be responsible for the protection of any portion of the structure to remain in place for later phases, including protection from the Contractor's construction activities. When a railroad or other agency has more stringent criteria for design guidelines for temporary works or demolition work, the more stringent criteria shall be followed. The Contractor shall hold a Pre -Removal Meeting at least seven days before the beginning of removal of the bridge. The Engineer, the Contractor, the removal subcontractor, the Contractor's Engineer, and the Traffic Control Supervisor (TCS), and Project Communications Staff shall attend the Pre -Removal Meeting. The Bridge Removal Plan shall be finalized at this Meeting. The Contractor shall provide meeting minutes and the attendance list within 3 days after this Meeting. The Contractor's Engineer shall sign and seal items (1) and (4) listed above in the final Bridge Removal Plan. The Contractor's Engineer shall provide calculations that adequately demonstrate the loads and impact of the Contractor's demolition equipment do not have detrimental effects on the stability of the structure remaining after the end of each stage of removal before traffic is allowed to resume in its normal configuration. The final Bridge Removal Plan shall be stamped "Approved for Construction" and signed and sealed by the Contractor's Engineer. The Contractor shall address all written comments from the Engineer and shall submit a final Bridge Removal Plan to the Engineer. The Contractor shall not begin the removal operations without the Engineer's written acceptance of the final Bridge Removal Plan. Submittal of the final Bridge Removal Plan to the Engineer, and field inspection performed by the Engineer, shall in no way relieve the Contractor and the Contractor's Engineer of full responsibility for the removal plan and procedures. Work within Railroad right-of-way shall be per Section 107. For bridge removal over railroads, including overhead wires, tunnels and underground facilities, approval of the bridge removal plans will be contingent upon the drawings being satisfactory to the railroad company involved. The Contractor's Engineer shall be onsite during safety critical removal operations considered to have a high degree of safety risk. At or before the Pre -removal Conference, the Contractor and the Engineer shall agree if the Bridge removal operations are of high safety risk. The Contractor's Engineer shall inspect and provide written approval of each phase of the removal operations corresponding to the construction phasing shown on the plans before allowing vehicles or pedestrians on, below, or adjacent to the structure. The Contractor's Engineer shall certify in writing that the falsework, bracing, and shoring conform to the details of the final Bridge Removal Plan. A copy of the certification shall be submitted to the Engineer. If any part of the adjacent structure designated to remain in place be damaged during removal operations, the Contractor's Engineer shall perform a full and complete engineering evaluation of the structure and submit a written report to the Engineer. This evaluation, as well as any additional costs to stabilize the structure due to or resulting from the Contractor's actions or inactions, shall be borne solely by the Contractor. Further work involving the bridge shall not be permitted until the report and any subsequent remedial stability measures are complete and satisfactory to the Engineer. The Contractor shall have all necessary workers, materials, and equipment at the site before closing any lanes to traffic to accommodate bridge removal operations. While the lanes are closed to public traffic, work shall be pursued promptly and without interruption until the roadway is reopened to traffic. October 4, 2023 4 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Removal of hazardous material shall be per Section 250. The Contractor shall take all steps to avoid contaminating state waters, per subsection 107.25. If an unplanned event occurs, or the bridge removal operation deviates from the submitted bridge removal plan, the bridge removal operations shall immediately cease. All work necessary to ensure worksite safety shall be performed. The Contractor shall submit to the Engineer, the procedure or operation proposed by the Contractor's Engineer to correct or remedy the occurrence of this unplanned event or to revise the final Bridge Removal Plan. The Contractor's Engineer shall submit a written report to the Engineer, within 24 hours of the event, summarizing the details of the event and the procedure for correction. The Engineer shall review the information submitted regarding the unplanned event and provide written acceptance of the corrective action or remedy procedure before resuming operations. Before removal of the protective covering, the Contractor shall clean the protective covering of all debris and fine material. The Engineer may suspend bridge removal for the following reasons: (1) Final Bridge Removal Plan has not been submitted, or written authorization has not been provided by the Engineer to begin the removal. The Contractor is not proceeding per the final Bridge Removal Plan, procedures, or sequence. The Contractor's Engineer is not onsite to conduct inspection for the written approval of the work. Safety precautions are deemed to be inadequate. Existing neighboring facilities are damaged as a result of bridge removal. (2) (3) (4) (5) Suspension of bridge removal operations shall in no way relieve the Contractor of his responsibility under the terms of the Contract. A suspension ordered as a direct result of (1) through (5) above, shall be considered a non -excusable delay. Bridge removal operations shall not resume until modifications have been made to correct the conditions that resulted in the suspension, as approved in writing by the Engineer. The Contractor shall notify all emergency response agencies of the proposed removal work and any detours three days in advance of work. This shall include the Colorado State Patrol, local Police Department, local Fire Department, all local ambulance services, and the Sheriffs Department, as appropriate. All required traffic control devices, nighttime flagging stations, barricades and VMS signs shall be in place, with detours in operation, before the beginning of removal operations each day. Night work shall conform to the requirements of the MUTCD, Parts 1, 5, and 6. Prior to reopening the roadway to public traffic, all debris, protective pads, materials, and devices shall be removed, and the roadways swept clean. The Contractor shall install any restriping necessary to achieve full compliance pavement markings before reopening. All costs related to pavement marking replacement shall be included in the work. Explosives shall not be used for removal work without the written approval of the Engineer. Removal shall include the superstructure, the substructure, which includes the piers, the abutments and wingwalls, the bridge rail, and any approach slabs and sleeper slabs. October 4, 2023 5 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Removal of the substructure shall be taken down to at least 2 feet below the channel (at its lowest point within the project limits), unless otherwise approved by the Engineer. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Class 2) to the adjacent existing grades. All other materials removed from the existing structure shall become the property of the Contractor and shall be properly disposed of offsite at the Contractor's expense, unless otherwise stated in the plans. The Contractor shall not damage the existing structures, facilities, and surrounding roadways during the removal operations. Damage that occurs shall be repaired immediately at the Contractor's expense. (b) Removal of Tree. This work includes the removal (less than 6 inches diameter at breast height (DBH) and the trimming of trees as directed by the Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Engineer will establish environmental limits. All trees, shrubs, plants, grasses, and other vegetative materials shall remain, except as designated by the Engineer. Removal, trimming, and pruning of encroaching vegetation (as determined by the Engineer) shall be completed before beginning any construction. Once all directed clearing, trimming, and pruning is completed and accepted, no additional clearing, trimming, cutting, or pruning will be allowed unless approved, in writing, by the Engineer. Tree trimming for trees which are to remain shall be done by a Contractor or subcontractor who is a qualified tree surgeon and a member of the National Arborist Association. The firm's or individual's name and qualifications shall be submitted at the pre -construction conference for the Engineer's approval. A list of references and other clients shall be included with the qualifications statement. A written description of work methods and time schedules shall be submitted and approved in writing by the Engineer before work commencing. Access for the removal or pruning of trees will be extremely limited. Trees shall be felled at the risk of the Contractor. Strict limits of disturbance will be defined and shall be adhered to. Branches on trees or shrubs shall be removed as directed by the Engineer. All tree or shrub pruning shall be done by skilled workmen. All work shall be done according to the following requirements: (1) Pruning shall be done with proper, sharp, clean tools in such a manner as to preserve the natural character of the tree. (2) All final cuts shall leave no projections on or off the branch and shall not be cut so close as to eliminate the branch collar. (3) To avoid bark stripping, all branches 2 inches in diameter and larger shall be cut using the 3 -cut method. These branches shall be lowered to the ground by proper ropes. (4) Tools used on trees known or found to be diseased, shall be disinfected with alcohol before they are used on other trees. (5) Structural weaknesses, decayed trunk or branches, or split crotches shall be reported to the Engineer. 125 October 4, 2023 6 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS (6) When cutting back or topping trees, the Contractor shall use the drop -crotch method and avoid cutting back to small suckers. Smaller limbs and twigs shall be removed in such a manner so as to leave the foliage pattern evenly distributed. (7) When reducing size (cut back or topping) not more than one-third of the total area shall be reduced at a single operation. (8) Climbing spikes shall not be used on trees not scheduled for removal. All brush, branches, limbs, and foliage smaller than 3 inches in diameter shall be chipped into mulch and stockpiled at a designated site. The trunks and limbs 3 inches and larger shall be cut into less than 6 -foot lengths and hauled to a designated site. Stumps shall be removed when within the areas to be excavated. When trees being cut off are outside the excavation limits, the stumps shall be cut so that no more than 3 inches remains above the ground surface. Subsection 202.07 shall be deleted and replaced with the following: 202.07 Pavements, Sidewalks, Curbs. All concrete pavement, sidewalks, structures, curbs, gutters, miscellaneous concrete debris, etc., designated for removal, shall be disposed of per subsection 201.02. Concrete pavement to be broken and left in place shall be broken so the largest fragment does not exceed 1 square yard in surface. Subsection 202.09 shall be deleted and replaced with the following: 202.09 Removal of Asphalt Mat (Planing). The Contractor shall not commence planing operations until the hot mix asphalt (HMA) Mix Design (CDOT Form 43) has been approved and signed. The existing asphalt mat varies in thickness from 4 inches to 8 inches as reported in the Geotechnical Report for the project. The existing asphalt shall be removed in thicknesses not to exceed two (2) inches per planing pass The Contractor shall remove the existing asphalt layers in a manner which minimizes the contamination of the milled asphalt with the underlying materials such as aggregate base course (ABC) and/or subgrade materials. The millings from each planing pass shall be classified as "clean" if there is no contamination from ABC or subgrade materials. The thickness of the last planing pass shall not exceed a one (1) inch and may include ABC and/or subgrade material. The millings from the last planing pass shall be classified as "dirty" millings. Weld County will retain the "clean" asphalt millings specified in the Contract. The Contractor shall be responsible for hauling "clean" millings (millings which do not contain dirt and/or ABC) and stockpiling them at the County's East Davis storage facility located at 23782 CR 60.5. "Clean" millings shall be defined as the asphalt from the roadway surface to 1 inch above the aggregated base course. The Contractor shall be responsible for determining the appropriate thickness of pavement to include in the "clean" millings. The Engineer shall be informed of any changes in the thickness of the asphalt mat. The Engineer shall, in their sole discretion, determine if the "clean" millings have become contaminated. If the "clean" millings become contaminated with "dirty" millings, the Contractor shall be responsible for separating the "dirty" millings from the "clean" millings at no additional cost to the project. The Contractor shall become the owner of the "dirty" millings (millings which contain dirt and/or ABC). The Contractor may choose to incorporate the "dirty" millings into the embankment at no additional cost to the project. If the "dirty" millings are not incorporated into the embankment, the Contract shall dispose of the "dirty" millings at no additional cost to the project. The Contractor shall supply a front end loader and an operator to stockpile the "clean" millings into the appropriate stockpile at the East Davis storage facility. 126 October 4, 2023 7 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS The Contractor shall be responsible for coordinating with the County for access to and from the East Davis storage facility. Before beginning planing operations, the Contractor shall submit a planing plan for approval by the Engineer. This planing plan shall include as a minimum: (1) The number and types of planers to be used. (2) The width and location of each planing pass. (3) The number and types of brooms to be used, and their locations with respect to the planers. The Contractor shall have at least one backup broom on the project at all times in case one of the operating brooms breaks down. (4) The proposed method for planing and wedging around existing structures such as manholes, valve boxes, survey monuments, and inlets. (5) The longitudinal and transverse typical sections for tie-ins at the end of the day. (6) A plan sheet showing the milling passes. A process control plan including as a minimum, the following: (1) Schedule for replacing the cutting teeth. (2) Daily preventative maintenance schedule and checklist. (3) Proposed use of automatic grade controls. (4) Surface testing schedule for smoothness. (5) Process for filling distressed areas. (6) Schedule for testing macrotexture of the milled surface. (7) Corrective procedures to be utilized in the event the milled surface does not meet the minimum macrotexture specification. (8) Corrective procedures to be utilized in the event the milled surface does not meet the minimum transverse or longitudinal surface finish when measured with a 10 -foot straightedge. The existing pavement shall be milled to the cross -slope as shown on the plans and shall have a surface finish that does not vary longitudinally or transversely more than % inch from a 10 -foot straightedge. A 10 -foot straightedge shall be supplied by the Contractor. All planed areas shall be broomed with a pickup broom, unless otherwise specified, before opening to traffic. A sufficient number of brooms shall be used immediately after planing to remove all planed material remaining on the roadway. If the Contractor fails to adequately clean the roadway, work shall cease until the Engineer has approved the Contractor's revised written proposal to adequately clean the roadway. 127 October 4, 2023 8 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS The milled surfaces shall have a macrotexture equal to or less than 0.170 inches for single -lift overlays and 0.215 inches for multiple -lift overlays as tested per CP 77. Milled surfaces that do not meet these criteria shall require corrective action per the PCP. The Contractor shall be responsible for testing the macrotexture of the milled surface at the location directed by the Engineer per CP 77 at a stratified random frequency of one test per 10,000 square yards or a minimum of once per workday. At the completion of each day's work, longitudinal vertical edges greater than 1 inch shall be tapered. No transverse vertical edges will be allowed. Longitudinal milled surface tie-ins to existing pavement shall be tapered to not less than a 3:1 slope, transverse milled surface tie-ins to existing pavement shall be tapered to not less than a 50:1 slope. Transverse tapered joints may be tapered with the planing machine, a temporary asphalt ramp, or other methods approved by the Engineer. No longitudinal joint between the milled and existing surfaces shall fall between 1 to 5 feet of any lane line. If the transverse joint is tapered with a temporary asphalt ramp, the milled surface at the joint shall be constructed as a butt joint the full depth of the lift of asphalt to be placed on the milled surface. The Contractor shall be responsible for maintaining this asphalt ramp until all corresponding HMA is placed. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. If the transverse joint is tapered with a planing machine, a butt joint shall be cut into the taper the full depth of the lift of asphalt to be placed on the milled surface before commencement of resurfacing. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. Other approved transverse joint tapers shall be maintained at the expense of the Contractor, and at a minimum shall incorporate a butt joint the full depth of the lift of asphalt to be placed on the milled surface before commencement of resurfacing. Distressed or irregular areas identified in the planed surface by the Engineer shall be patched. The roadway shall be left in a safe and usable condition at the end of each workday. All required pavement markings removed by the planing shall be restored before the roadway is opened to traffic. The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. All planing shall be completed parallel to the travel lanes unless otherwise directed by the Engineer. All planing shall be completed full width before resurfacing commences. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. Each planer shall conform to the following: (1) The planer shall have sufficient power, traction, and stability to maintain an accurate depth of cut. (2) The propulsion and guidancesystem of the planer shall be maintained in such condition that the planer may be operated to straight and true lines. (3) The planer shall be capable of operating with automatic grade controls (contact or non -contact) on both sides of the machine using a 30 -foot averaging system or other approved grade control systems. The use of such controls shall be described in the Contractor's process control plan. 128 October 4, 2023 9 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS (4) (5) Operation with broken or missing teeth will not be allowed. Worn teeth shall be replaced if the planer does not produce a uniform surface. The planer shall be capable of picking up the removed asphalt in a single operation. A self -loading conveyer shall be an integralpart of the planer. Windrows will not be allowed. Subsection 202.11 shall include the following: Removal of Structures and Obstructions will be measured by lump sum for the structures and obstructions that are removed, properly disposed of, and accepted. Removal of Pipe will be measured by the linear feet of pipe removed, properly disposed of, and accepted. Removal of Fence will be measured by the linear feet of fence removed, properly disposed of, and accepted. Removal of Structures and Obstructions shall include the removal of a Parshall Flume. The removal of the Parshall Flume will not be measured and paid for separately but shall be included in the Work. Removal of asphalt mat will be measured by the area in square yards, completed to the required depth, and accepted. The hauling of the asphalt millings from the Project to the facility will not be measured and paid for separately but shall be included in the Work. If identified as a separate pay item in the Bid Schedule, removal of delineators will be measured by the number of delineators removed and accepted. Removal of ground signs will be measured by the number of signs removed and accepted. The entire post and base shall be removed. Removal of guardrail Type 3 will be measured by the linear footage of guardrail removed, properly disposed of, and accepted. Removal of cattle guard will be measured by the number of cattle guards removed, properly disposed of, and accepted. Stockpiling of the millings into the appropriate stockpile shall not be measured and paid for separately but shall be included in the Work. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Structures and Obstructions Lump Sum Removal of Ground Sign Each Removal of Pipe Linear Foot Removal of Guardrail Type 3 Linear Foot Removal of Asphalt Mat (Planing) Square Yard Removal of Fence Linear Foot Removal of Cattle Guard Each Removal of Tree Each Each Trimming Tree All clearing and grubbing directed by the Engineer will be paid for as identified under the clearing and grubbing pay item. 129 October 4, 2023 10 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Chipping, stockpiling mulch, and hauling and stockpiling trunks and limbs will not be measured and paid for separately but shall be included in the Work. Removal of trees less than 6 inches in diameter at breast height will not be measured and paid for separately but shall be included in the Work under the clearing and grubbing pay item. Payment for removal of structures and obstructions or portions thereof, coated with heavy metal based paint will be full compensation for all work necessary to complete the Work. Paint debris waste management will be measured and paid for per Section 250 of the Specifications. Unless otherwise specified in the Contract, the disposal and hauling off of the asphalt millings to other locations, its used on the project, or at other locations will not be measured and paid for separately but shall be included in the Work. Macrotexture testing, macrotexture corrective actions, planers, brooms and all other work necessary to complete the item will not be measured and paid for separately but shall be included in the Work. The hauling of the asphalt millings from the Project to the facility will not be measured and paid for separately but shall be included in the Work. The front end loader and operator at the stockpile site will not be measured and paid for separate but shall be included in the Work. The signage identifying the different types of millings will not be measured and paid for separately but shall be included in the Work. END OF SECTION 130 October 19, 2023 1 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: S ubsection 203.02(a) shall be deleted and replaced with the following: (a) Unclassified Excavation: Unclassified excavation shall consist of the excavation of all materials of whatever character required for the Work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled out of the project site and disposed of at a disposal site approved by the Weld County Inspector. Unclassified Excavation shall include removal of unstable or unsuitable material within the roadway as determined and directed by the Engineer. Unclassified Excavation (Complete in Place): Complete -in -place excavation shall consist of the excavation of all materials of whatever character required for the Work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Approved in -place excavation material shall be placed in embankments per the Plans and Specifications. S ubsection 203.02(c) shall be deleted and replaced with the following: (c) Removal of Unsuitable Material. The removal of unsuitable material shall only be completed as directed by the County and shall be considered muck excavation. Embankment material containing significantly more than optimum moisture that would become stable if dried shall not be considered unsuitable material. The replacement material for areas of unsuitable materials (muck) excavation shall be 3" minus crushed concrete or aggregate over Tensar Triax InterAx NX650 geogrid or Mirafi RS580i geofabric as determined by the Engineer. If the Engineer approves the use of an alternative backfill material, which does not include import to the site, or does not include a material purchase price from a commercial supplier, the Engineer shall negotiate a unit price cost reduction with the Contractor. S ubsection 203.03, paragraph 1 shall be deleted and replaced with the following: 203.03 Embankment Material. All embankment material shall consist of material that has been obtained from required excavation or from an approved source. Imported embankment material shall be a minimum R -value of at least 40. Embankment materials obtained from within the project limits shall be a minimum R -value of at least 30. The Contractor shall be responsible for providing test information proving the onsite materials meet the minimum R -value of 30 for each area where the material is obtain within the project limits. The Contractor shall not obtain embankment material, other than that developed from suitable materials excavated on site, without written approval of the Engineer. Material excavated at the project site may be used if approved in writing by the Engineer. Approval of embankment material is contingent on the material meeting the Atterberg Limit and gradation requirements specified in the Contract. Approval of the embankment material in the upper 2 feet of embankment below the subgrade elevation is contingent on the material meeting one of the following as specified in the Contract: (1) The specified resistance value when tested by the Hveem Stabilometer or the equivalent resilient modulus. (2) The specified Atterberg Limit and gradation requirements. (3) The specified resistance value when tested by the Hveem Stabilometer or equivalent resilient modulus, and the specified Atterberg Limit and gradation requirements. S ubsection 203.03, delete all reference to CDOT's Central Lab and replace with Weld County Lab. 131 October 19, 2023 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT S ubsection 203.03, delete all references to CDOT and replace with Weld County S ubsection 203.03, Paragraph 9 shall be revised to include: If the sulfates, chlorides, and/or resistivity test results of the imported materials show different pipe classes other than those specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. S ubsection 203.4, paragraph 1 shall be deleted and replaced with the following: 203.04 General. The contractor shall ensure that all earthwork activities are performed with machine control to the accuracies specified below. The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 foot. Where asphalt or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 foot. Materials shall not be wasted without written permission of the Engineer. Excavation operations shall be conducted so material outside of the slope limits will not be disturbed. Before beginning grading operations, all necessaryclearing and grubbing in that area shall have been performed per Section 201. S ubsection 203.06, paragraph 1 shall be deleted and replaced with the following: 203.06 General Embankment Construction Requirements. Contractor Process Control is mandatory for this element. The Contractor's Process Control Representative shall be certified with Western Alliance for Quality Transportation Construction (WAQTC) Embankment and Base Testing and CDOT's Excavation, Embankment and Soil Inspection certification course. Only approved equipment and methods proposed by the Contractor in Method Statements (see Section 108.03(j)), shall be used in the placement of, moisture conditioning and compaction of, and/or reconditioning of cut/fill and embankment materials. The Contractor shall be responsible for determining the moisture conditioning, the type of equipment, and number of passes that are needed to achieve adequate compaction; however, compression type or vibratory rollers are required for granular materials, and sheepsfoot rollers are required for cohesive soils. Water trucks, haul trucks, and scrapers shall not be used as compaction equipment or as interim compactive measures, apart from shouldering materials. The Contractor shall use approved equipment or attachments for conditioning/mixing during embankment placement and/or cut/fill reconditioning, for soils classified as A-4 to A-7 to ensure consistent moisture conditioning without disturbing compaction of preceding lifts. Dozer shall not be allowed unless approved by Engineer. S ubsection 203.06, paragraph 4 shall be deleted and replaced with the following: The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified in the Contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present. S ubsection 203.07, paragraph 1 shall be deleted and replaced with the following: It is anticipated that the majority of the materials excavated on this project will be placed within the roadway prism or hauled off -site. However, the Project Engineer and Inspector have the authority to order certain material be 132 October 19, 2023 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and pipe installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the top of embankment slopes. Materials incorporated into embankment fill shall be placed and compacted according to the following requirements: Subsection 203.07(a) shall be deleted and replaced with the following: (a) Soil Embankment. All soil embankment shall be placed in horizontal layers not to exceed 8 inches in loose lift thickness. Each layer shall be compacted before the placement of subsequent layers. Spreading equipment shall be used to obtain uniform thickness before compaction. As the compaction progresses, continuous mixing, leveling, and manipulating shall be done to assure uniform moisture and density. Additional work involved in drying soil embankment to the required moisture content shall be included in the contract price paid for excavating or furnishing the material with no additional compensation. When conduits (i.e., culverts, pipes, etc.) are installed in embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the conduit of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. Soil embankment that is classified as A-1 material may be used to bridge across standing water or swampy ground within the embankment foundation and may be placed in lift thicknesses greater than 8 inches when used for this purpose if approved by the Engineer. A Sheepsfoot compactor shall not be used on A-1 material containing less than 30% retained on the 3/4 -inch sieve. Per the Western Alliance for Quality Transportation Construction (WAQTC) inspection guidelines, the appropriate equipment to use on granular soils such as an A-1 soil, a steel vibratory roller or pneumatic rubber -tired roller. Sheepsfoot rollers are appropriate for materials composed of cohesive soils and clay rich non -durable bedrock. Soil embankment with less than or equal to 30% retained on the 3/4 -inch sieve shall be tested for compaction using CP-80. Materials classified as AASHTO A-1, A-2-4, A-2-5, and A-3 soils shall be compacted at +/- 2 percent of optimum moisture content (OMC) and to at least 95 percent of maximum dry density determined per AASHTO T180, modified by CP-23. All other soil types are compacted to 95 percent of maximum dry density determined per AASHTO T99, modified by CP-23. Soils with 35 percent fines or less are compacted at +/- 2 percent of OMC. Soils with more than 35 percent fines are compacted at a moisture content equal to or above OMC to achieve stability of the compacted lift. Stability is defined as the absence of rutting or pumping as observed by the Contractor's Process Control representative and as approved by the Engineer. If the soils prove to be unstable when compacted at or above optimum moisture content, the moisture content required for compaction may be reduced below OMC as approved by the Engineer. Compaction shall be tested using nuclear density gauges (CP-80-13) at the frequencies specified in Table 106-1. Compaction tests shall be performed in accordance CP-80 and shall utilize 4 one -minute readings. The use of 1 fifteen -second test shall be not acceptable for Process Control testing. Field rock correction tests (CP-23-13) shall be performed at the frequencies specified in Table 106-1 done for each compaction test performed. Rock corrections shall be performed per CP-23. The Process Control tester shall provide their own screen, scale, and hot plate or microwave. A field one -point moisture/density verification test (CP-25-13) shall be performed at the frequency specified in Table 106-1 to verify the use of the correct moisture/density curve. The test sites shall be selected randomly and shall be representative of the materials placed in the surrounding areas. The Contractor shall provide a stable platform on which the one -point tests can be performed. Any time a density verification test is over 100%, a field one point moisture/density verification test and a field rock correction test shall be performed to verify the use of the correct proctor. 133 October 19, 2023 4 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Before placing any soil embankment with greater than 30 percent retained on the 3/4 -inch sieve, the Contractor shall construct a test strip to the dimensions specified in the Contract or as directed by the Engineer. The test strip may be incorporated into the final embankment. The Contractor shall determine the moisture conditioning necessary to achieve compaction and shall determine the equipment and number of passes necessary to achieve adequate compaction. The Contractor shall use compression -type or vibratory rollers on granular materials and sheepsfoot rollers on cohesive soils. Adequate compaction shall be demonstrated by the absence of rutting, pumping, or deflection following a proof roll of the test strip using any piece of construction equipment that exerts a minimum 18 -kip per axle load. The proof roll will be observed and accepted by the Engineer. Once the test strip passes a proof roll, the Contractor may resume embankment construction using the same moisture conditioning and compaction methods that were used to construct the test strip. Placement, moisture conditioning, and compaction of every lift of soil embankment with greater than 30 percent retained on the 3/4 -inch sieve shall be observed by the Contractor's Process Control Representative and accepted by the Engineer. Adequate compaction of each lift shall be demonstrated as the absence of rutting, pumping, or deflection as construction equipment is routed over a lift following the compactive efforts that were used and accepted for the respective test strip. The Engineer may request a proof roll at any time to document the condition of a lift. S ignificant changes in the material being hauled for soil embankment with greater than 30 percent retained on the 3/4 -inch sieve will require construction of a new test strip, and demonstration of adequate compaction methods using a proof roll. N on -durable bedrock shall be watered to promote slaking and break down and pulverized or processed to a maximum particle size of 6 inches. These materials shall be placed and compacted as soil embankment except they shall be compacted with a heavy tamping foot roller weighing at least 30 tons. Each tamping foot shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a minimum of four passes with the tamping foot roller. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional roller passes to achieve specified density requirements. N on -durable Bedrock shall not be used to bridge over standing water or swampy ground within an embankment foundation. Non -durable bedrock shall also not be placed within 2 feet of the final subgrade elevation. S ubsection 203.08 shall be revised to include the following: 203.08 Proof Rolling. Proof rolling with pneumatic tire equipment shall be performed using a minimum axle load of 18 kips per axle. A weigh ticket from an approved scale shall be furnished by the Contractor to substantiate this weight. Contractor's verified proof rolling equipment, meeting the 18 kip loading per axle, shall be available onsite during all phases of earthwork activities and as an erosion control method for dust control mitigation. A current certified scale ticket showing the fully loaded weight of the water truck(s) shall be submitted to the Engineer before any proof roll is performed for acceptance. The Engineer may require a proof roll at any elevation to verify stability. The subgrade shall be proof rolled after the required compaction has been obtained and the subgrade has been shaped to the required cross section. The proof roller shall be operated in a systematic manner so that a record may be readily kept of the area tested and the working time required for the testing. Areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive as determined by the Engineer, shall be ripped, scarified, dried or wetted as necessary, and recompacted to the requirements for density and moisture at the Contractor's expense. After replacement and re -compaction, these areas shall be proof rolled again and all failures again corrected at the 134 October 19, 2023 5 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Contractor's expense. The repair may involve muck excavation, geogrid reinforcement, replacement of excavated materials, or other methods as directed by the Engineer. After the subgrade has been stabilized, the Contractor shall perform proof rolling per subsection 203.08. Final proof rolling will take place a maximum of two days (48 hours) after all mechanical stabilization or unbound aggregate work has been completed, unless otherwise approved by the Engineer. Final proof rolling will take place a minimum of two days after all lime or other chemical stabilization work has been completed, unless otherwise approved by the Engineer. The finished surface shall be smooth and uniform conforming to the typical sections. Variation from the subgrade plan elevations shall not exceed 0.04 feet. All irregularities, depressions, or weak spots which develop shall be corrected at the Contractor's expense. The surface shall be maintained in a smooth condition, free from undulations and ruts until other work is placed thereon or the work is accepted. No separate payment will be made for areas of unsuitable material excavation, geogrid reinforcement, or replacement of excavated materials. S ubsection 203.11(a) shall be revised to include the following: The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the Work. Geogrid and geotextile used in areas where unsuitable materials were removed and replaced with backfill material will not be measured and paid for separately but shall be incidental to the cost of the backfill material. S ubsection 203.11(b) shall be deleted and replaced with the following: (b) Embankment. The quantities for Embankment (Complete in Place) and Unclassified Excavation (Complete in Place) will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Engineer before beginning the Work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. The quantities for Embankment and Unclassified Excavation will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Engineer before beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. Payment for Embankment and Unclassified Excavation shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the Work. The Contractor's Process Control testing will be measured and paid for per the revision to Section 106.041. S ubsection 203.11(c) shall be deleted and replaced with the following: 135 October 19, 2023 6 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT ( c Rock Fill. Rock fill will be measured as the volume in cubic yards in its final position, unless otherwise specified, and shall be limited to the elevations specified. Rock Fill (57-67)(Contingency) will be measured as the volume in cubic yards when it is used to repair soft spots or replace unsuitable materials. Rock Fill (3 inch minus)(Contingency) will be measured as the volume in cubic yards when it used to repair soft spots or replace unsuitable materials. Subsection 203.12 shall be revised to include the following: Payment will be made under: Pay Item Unit Rock Fill (57-67)(Contingency) Cubic Yard Rock Fill (3 -inch minus)(Contingency) Cubic Yard Unsuitable Material (Contingency) Cubic Yard Embankment (CI P) Cubic Yard Laborer Hour Payment for Unclassified Excavation (Complete in Place), Embankment (Complete in Place), or Borrow (Complete in Place) shall be full compensation for all work necessary to complete the item including construction of embankments, reworking of existing materials to satisfy benching requirements, unclassified excavation, borrow, compaction, compaction of bases of cuts and fills, all work in available materials pits, and disposal of excess excavated material. Payment for Embankment (Complete in Place) shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, and hauling and disposal of excess or unsuitable materials off the J obsite Rock Fill (57-67)(Contingency) and Rock Fill (3 inch minus)(Contingency) shall include compaction for stability and all other work and materials including a geogrid or geotextile as directed by the Engineer necessary to complete the work. Additional materials will not be measured and paid for separately but shall be included in the Work. Unsuitable Material (Contingency) shall mean Unsuitable Material. Excavations shall not be left open for extended periods of time. Excavations left overnight in non -traffic areas for any reason shall be surrounded by orange plastic construction safety fence. Safety fence used for such purpose will not be measured for payment and shall be included in the Work. END OF SECTION 136 October 4, 2023 1 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Section 206 of the Standard Specifications is hereby revised for this project as follows: Subsection 206.01 shall be deleted and replaced with the following: 206.01. This work consists of the excavation and backfill, or disposal of all material required for the construction of structures. The excavation and disposal of excavated material for ditches and channels shall be accomplished per Section 203. All excavation and backfill for structures below the designed slope or subgrade line provided in the Contract shall be included under this item. All excavations shall be done using machine control to within a tolerance of 0.04 feet (1/2 inch) of the elevations shown on the Plans. Unless otherwise specified, structure excavation shall include all pumping, bailing, draining, and incidentals required for proper execution of the Work. Excavate and replace within same working day the structural excavation and structural backfill that is located below retaining walls. Subsection 206.02(a)(2) shall be deleted and replaced with the following: 2. Structure Backfill (Flow -Fill). Flow -Fill shall be a self -leveling low strength concrete material with the following specifications. (1) Flow -fill shall have a slump of 7 to 10 inches, when tested per ASTM C143 (2) Flow -fill shall have a compressive strength f'c = between 800 and 1,000 psi at 28 days when tested per ASTM D4832. (3) Flash fill shall not be used in lieu of flow -fill unless approved by the Engineer. If flash fill is approved by the Engineer, it will be tested, accepted, and paid for as Flow -Fill. Materials for Structure Backfill (Flow -Fill) shall meet the requirements specified in the following subsections: Fine Aggregatet4 Coarse Aggregatez,4 Portland Cement 703.01 703.02 701.01 Fly Ash314 Water 701.02 712.01 Air -Entraining Admixture Chemical Admixtures 711.02 711.03 1 2 3 4 Fine aggregate not meeting the requirements of subsection 703.01 may be used if testing indicated acceptable results for strength and air content. Coarse aggregate not meeting the requirements of subsection 703.02 may be used if testing indicates acceptable results for strength and air content. Fly ash not meeting the requirements of subsection 701.02 may be used if testing indicates acceptable results for strength and air content. For industrial by-product aggregates (foundry sand, bottom ash, etc.) and fly ash not meeting the requirements of subsection 701.02, the Contractor shall submit a report from the supplier documenting the results of testing per the Toxicity Characteristic Leaching Procedure (TCLP) described in 40 CFR 261. The report shall include the results of TCLP testing for heavy metals and other contaminants. Materials shall not exceed the TCLP limits of 40 CFR 261.24 for heavy metals. 137 October 4, 2023 2 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES The Contractor shall submit a Structure Backfill (Flow -Fill) mix design for approval before placement. The mix design shall include the following laboratory test data: (1) ASTM C231, Air content. (2) ASTM D6023, Unit Weight. (3) ASTM C143, Slump or ASTM D6103 flow consistency. (4) ASTM D4832 28 -day Compressive Strength. The Contractor shall submit a Process Control (PC) Plan with the mix design to the Engineer. The PC Plan shall address the batching, mixing, testing, and a method statement for the placement of Structure Backfill (Flow -Fill). The Contractor's PC tester shall test Flow -Fill in accordance with Subsection 206.03. S ubsection 206.02(a)(3), delete all reference to CDOT's Central Lab and replace with Weld County Lab. S ubsection 206.02(a)(3), delete all references to CDOT and replace with Weld County S ubsection 206.02(a)(3) shall be revised to include the following: If the sulfates, chlorides, and/or resistivity test results of the imported materials are outside of the limits in Table 206-1 or 206-2, and a different pipe class is required other than those specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. S ubsection 206.03, paragraph 3 shall be deleted and replaced with the following: Rock, hardpan, or other unyielding material encountered in trenches for culvert pipe or conduit shall be removed below the designed grade for a minimum of 12 inches. This extra depth excavation shall be backfilled with loose Structure Backfill (Class 1) or other approved material. The subgrade beneath any structural element shall be scarified to the depth specified in Section 203.07 of the Specifications or as directed by the Engineer. The type of compaction shall be the same as that required for Structure Backfill (Class 2), as specified below. S ubsection 206.07 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Structure Excavation (Class 1) Cubic Yard Structure Excavation (Flow-Fill)(Weld County Mix Cubic Yard Filter Material (Class B) Cubic Yard Structure excavation, structure backfill, filter material, and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures shall be included in the Work. Compaction, water, pumping, bailing, draining, de -watering, sheeting, bracing and all other work necessary to complete the above items shall be included in the Work. Pipes located in traffic areas shall be excavated and backfilled within the same working day or covered with traffic rated steel plates during non -working hours. Steel plates shall be included in the Work. 138 October 4, 2023 2 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Excavations shall not be left open for extended periods of time. Excavations left overnight in non -traffic areas for any reason shall be surrounded by orange plastic construction safety fence. Safety fence used for such purpose shall be included in the Work. END OF SECTION 139 October 4, 2023 1 REVISION OF SECTION 207 TOPSOIL Subsection 207 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 207.01. This work consists of salvaging topsoil from onsite locations, stockpiling, maintaining, and preparing the subsoils for the placement of the topsoil at locations shown on the plans. It also includes creating seeding media by amending subsoils and importing offsite topsoil when shown on the plans. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project at no additional cost to the project. MATERIALS 207.02 General. Topsoil shall be salvaged onsite, imported, or produced as shown on the plans. Topsoil shall be free of refuse and litter along with noxious weed seed and reproductive plant parts, as listed in current State of Colorado A and B Noxious Weed List and local agency weed lists. Topsoil shall not include heavy clay, hard clods, toxic substances, pathogens, or other material, which would be detrimental to growing native vegetation. All required amendments shall be thoroughly incorporated to parent material, onsite. All amendments shall conform to Section 212. Topsoil and parent material shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all material used within the designed clear zone for the project. Topsoil outside of the clear zone may contain rock larger than 4 inches in any dimension. For slopes with no structures being used to protect areas from falling rocks the Contractor shall remove or secure any rocks deemed unstable and could pose a safety hazard. Topsoil shall be generated from one or more of the following as shown on the plans: (a) Topsoil (Onsite). Topsoil shall consist of the upper 6 -inch layer of the A horizon, as defined by the Soil Science Society of America, or at the depths shown on the plans, whichever is greater. It shall consist of loose friable soil, salvaged from onsite and stockpiled or windrowed. Litter and duff (layer of partially decomposed plant material) shall be collected as part of the salvaging of topsoil unless specified to be removed and hauled offsite on the plans. A minimum of 60 days prior to the placement of topsoil, the Contractor shall submit a Certified Test Report (CTR) showing a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from an independent laboratory that participates in the National Association for Proficiency Testing (NAPT). The CTR shall be provided in accordance with subsection 106.13. If the topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. All topsoil salvaged from onsite shall be amended/conditioned to meet the requirements of Section 212. It may be necessary to add additional fertilizers and conditioners to the hydraulic growth medium in order to meet the recommendations of the Soil Testing Laboratory. 140 October 4, 2023 2 REVISION OF SECTION 207 TOPSOIL (b) Topsoil (Wetland). Wetland topsoil shall consist of moist, organic soil obtained from delineated wetlands, including any existing wetland vegetation and seeds. Wetland topsoil shall be extracted from the project site at locations shown on the plans or as directed, to a minimum depth of 12 inches or at the depths as shown on the plans. ( c ) Seeding Media. Seeding Media shall consist of one or all of the following approved materials: sub -soil, overburden, or material generated from rock. Contractor shall select onsite or offsite locations to generate material that meet the requirements of Table 207-1. The Contractor shall provide a Certified Test Report (CTR) per subsection 106.13, excluding lot, heat, and batch confirming that the excavated material conforms to Table 207-1. Amendments to the base imported material shall have the quantities of material verified onsite before incorporation into parent material, either at the stockpiles or after placement of parent material. Topsoil amended at the stockpiles shall be distributed to the site within seven days. Table 207-1 PHYSICAL PROPERTIES OF SEEDING MEDIA Property Range Test Soil pH s.u. ( } 5.6 — 7.5 ASA or Mono. #9, 04.11-A Part 2, Method 10-3.2 TMECC Soil (mmhos/cm Electrical or Conductivity ds/m) (EC) < 5.0 ASA Mono. #9, Part 2, Method 10-3.3 Soil SAR (s.u.) 0 - 10 ASA Mono. #9, Part 2, Method 10-3.4 Rock Content % ( } < — 25 USDA Usage g NRCS Rock Fragment Modifier Trace Contaminants Meets US EPA, 40 CFR 503 TMECC 04.06 or EPA6020/ASA (Arsenic, Selenium, Cadmium, Zinc, Nickel, Copper, and Lead)g Mercury, Regulations (American Society of Agronomy) g y} Rock Content (`)/0) greater than 3" USDA NRCS Rock Fragment Modifier diameter < — 25 Usage USDA Soil Texture No more than and sand 70% by clay, percentage silt, ASA Monograph g #9, Part 1, Method volume of topsoil. 15-4 Or ASA 1 43-5 All Particle Sizes < 6 Inches Physical inerts) contaminants C/0) (man-made < 1 TMECC 03.08-C C:N ratio <20 TMECC 05.02-A *Fines % material from when manufacturing rock >25% material through #4 sieve passing ASTM D6913 (d) Topsoil (Offsite). The Contractor shall submit a CTR for Topsoil (Offsite) for approval a minimum of 60 days before import per subsection 106.13. The Contractor shall include with the CTR a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from an independent laboratory that participates in the National Association for Proficiency Testing (NAPT). If topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. All imported topsoil shall be amended/conditioned to meet the requirements of Section 212. It may be necessary to add additional fertilizers and conditioners to the hydraulic _growth medium in order to meet the recommendations of the Soil Testing Laboratory. 141 October 4, 2023 3 REVISION OF SECTION 207 TOPSOIL The Contractor shall submit a Certificate of Compliance (COC) for Topsoil (Offsite) for approval a minimum of 60 days before import that the source has controlled noxious weeds per the State of Colorado Noxious Weed Act 35-5.5-115. Table 207-2 TOPSOIL (OFFSITE) PROPERTIES Property Range Test Methods Soil pH (s.u) 5.6 — 7.5 ASA or TMECC Mono. #9, 04.11-A Part 2, Method 10-3.2 (EC) Salt by (mmhos/cm Electrical Conductivity or ds/m) < 2.0 ASA Mono. #9, Part 2, Method 10-3.3 Soil SAR (s.u.) 0 - 10 ASA Mono. #9, Part 2, Method 10-3.4 Soil OM (/o) 3 — 5 Methods Method of 34 Soil Analysis, Part 3, Soil N (NO3-n, ppm) > 20.0 Methods Chemical Inorganic of Methods. Forms Soil Analysis, Ch. 38 Part Nitrogen 3. — Soil P ( ppm ) ≥ 13.0 ASA or others Mono. #9, as required Part 2, based Method 24-5.4 on soil pH Soil K (ppm) > 80 ASA Mono. #9, Part 2, Method 13-3.5 Rock diameter Content (%) greater than 3" < — 25 USDA Usage NRCS Rock Fragment Modifier Bioassay and relative (seedling vigor) emergence > 80% of control TMECC Germination 05.05-A or Approved Test Soil Texture No more sand than by percentage 70% topsoil clay, volume silt and of ASA Mono. #9, Part 1, Method 15-4 Physical made inerts) contaminants (%) (man- < 1 03.08-C TMECC Contaminants Lead) Cadmium, Selenium, Copper, Zinc, Nickel, Meets US Regulations EPA, 40 CFR 503 04.06 or Society EPA6020/ASA of Agronomy) Trace (Arsenic, Mercury, and TMECC (American All Particle Sizes < 6 Inches C:N ratio <20 TMECC 05.02-A The Contractor shall utilize a rod penetrometer for determining subgrade soil preparation and determining looseness of soil after ripping. The penetrometer shall have a psi pressure gage, and shall meet the following requirements: (1) Steel rod with a minimum diameter of % inch with graduations (tick marks) every 6 inches. (2) The rod shall be made of stainless steel or other metal that will not bend when weight is applied. (3) The end of the rod shall have a 30 -degree cone tip. (4) The diameter of the cone at its tip shall be no more than 0.1 inch. (5) The top of the rod shall be a T -handled configuration. CONSTRUCTION REQUIREMENTS 142 October 4, 2023 4 REVISION OF SECTION 207 TOPSOIL 207.03 Site Pre -vegetation Conference. Before the start of the initial Subgrade Soil Preparation for the project, the Contractor shall request a Site Pre -vegetation Conference. The Engineer will set up the conference and will include: the Engineer or designated representative, the Superintendent or designated representative, the sub-contractor(s) performing the subgrade soil preparation and soil amendments, and the Engineer. Only one meeting is required for the project unless a new sub -contractor is brought on that did not attend the previous meeting. The Agenda of the Pre -vegetation Conference can be found in Appendix A of the Construction Manual and includes the following: (1) Final review of the Topsoil (Onsite) and/or Topsoil (Offsite) Amendment Protocol . (2) Review of the Method Statement detailing the equipment which will be used for the subgrade soil preparation operations. (3) Review of rod penetrometer which will be used to determine subgrade soil preparation of topsoil. (4) Permanent Stabilization Phasing Plan (identify strategies and site management measures to protect de - compacted, topsoil amended, seeded, and blanketed areas from foot, vehicle loads, and other disturbances). (5) Seeding. See subsection 212.03 for submittal requirements. (6) Meeting attendee sign -in log. 207.04 Topsoil Stockpiling. Stockpiles of topsoil shall be created as shown on the plans or as approved by the Engineer. All Stockpiles of topsoil which are scheduled to remain in place for 14 days or more shall receive interim stabilization per subsection 208.04. All topsoil stockpiles shall be identified using white pin flags with "TOPSOIL" printed in black letters and shall have their locations shown on the SWMP Plans. Each individual stockpile shall require at least one flag, and one additional flag for each 10 cubic yards of salvaged topsoil. The contractor shall provide only perimeter flags for stockpile larger than 100 cubic yards with a minimum spacing of 25 feet. Topsoil may be placed in stockpiles or windrowed at the edge of the disturbance. When topsoil is windrowed, all stockpile requirements still apply. (1) Upland Topsoil. If included on the plans, stockpiles shall be treated with herbicide, per Section 217, or as directed. (2) Wetland Topsoil. Wetland stockpiles shall not be treated with herbicide. Weeds shall be hand pulled. Wetland topsoil shall be placed within 24 hours from excavation, unless otherwise approved by the Engineer. Wetland topsoil shall not be stockpiled for more than six months. 207.05 Subgrade Soil Preparation. Before placement of topsoil, the subgrade shall be ripped to a minimum depth of 14 inches. Subgrade shall be mostly dry and friable. Subgrade shall crumble without sticking together, yet not be so dry and hard that it does not break apart easily. Underground utilities shall be located before soil preparation. Subgrade soil preparation equipment shall be done with farming implements such as a moldboard plow and disk. The use of a dozer or grader equipped with ripping shanks shall not be allowed. Operation shall be performed to 143 October 4, 2023 5 REVISION OF SECTION 207 TOPSOIL fracture the soil uniformly without lifting or furrowing the surface excessively. The Contractor shall submit a method statement for subgrade soil preparation. The Contractor shall calibrate the subgrade soil preparation equipment using a minimum 30 linear feet of the initial pass. The Contractor shall utilize the rod penetrometer to verify that that de -compaction was successfully done. The Contractor shall take penetration measurements every 6 inches across a transect perpendicular to the direction of the tractor and spanning the width of the subgrade soil preparation. Depths of penetration shall confirm that a minimum of 12 inches can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). Existing subgrade shall be de -compacted to a depth of 14 inches. If multiple passes are needed, the subsequent passes shall be positioned so that the ripping equipment (subsoilers) from the previous pass are split by the subsequent pass. Following ripping, the Contractor shall remove all sticks, stones, debris, clods, and all other substances greater than 6 inches in diameter. The Contractor shall restrict motorized vehicle and foot traffic from passing over the ripped area since this would recompact the areas that received subgrade soil preparation. The first 4 feet from the edge of pavement shall be ripped to a depth of 6 inches. If the project is going to use aggregate base course or recycled asphalt as a shouldering technique, those areas will not require subgrade soil preparation. Depth of soil ripping for the subgrade soil preparation shall be checked with the rod penetrometer. The Contractor shall verify adequate de -compaction of the entire area to have topsoil placed using a rod penetrometer in the presence of the Engineer. Tests shall be performed at a minimum of ten random locations per each acre as selected by the Engineer. The Test shall verify that a depth of 12 inches of penetration into the soil can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). If this depth cannot be achieved for 80 percent of the penetrations, the Contractor shall re -rip the area at no additional cost to the Department. 207.06 Placement of Topsoil and Seeding Media. Topsoil and Seeding Media shall be hauled and placed at the locations disturbed and will be re -vegetated or as shown on the plans. The contractor shall place a minimum thickness of 6 inches or the depth shown on the plans and should only be handled when it is dry enough to work without damaging soil structure. Topsoil and Seeding Media shall be placed a minimum depth of twelve (12) inches when placed over riprap as required on the plans. No Topsoil or Seeding Media shall be placed below ordinary high water mark except as otherwise specified in bio-stabilization bank treatments. Salvaged topsoil placement deeper than 6 inches is allowed if additional approved material is on -site and deeper placement will not negatively impact stormwater drainage patterns, at the sole discretion of the Engineer. Contractor shall place topsoil in a method that does not re -compact subgrade material using low ground -contact pressure equipment, or by excavators and/or backhoes operating adjacent to it. The final grade shall be free of all materials greater than 4 inches in diameter within the designed clear zone for the project. Equipment not required for revegetation work will not be permitted in the areas of placed topsoil. Soil amendments, seedbed preparation, and permanent stabilization mulching shall be accomplished within four working days of placing the topsoil on the de -compacted civil subgrades. If placed topsoil is not mulched with permanent stabilization mulch within four working days, the Contractor shall complete interim stabilization methods per subsection 208.04(e), at no additional cost to the Department. Time to perform the Work may be extended for delays due to weather. METHOD OF MEASUREMENT 144 October 4, 2023 6 REVISION OF SECTION 207 TOPSOIL 207.07. Topsoil material will be measured by the actual number of cubic yards of topsoil placed and accepted. The volume of topsoil will be determined by measuring the area in which the topsoil is placed and multiplying the area by the topsoil thickness shown on the plans. Subgrade soil preparation will be measured by the square yards of subgrade which is ripped and accepted for adequate de -compaction. De -compaction will not be measured and paid for separately but shall be included in the Work. BASIS OF PAYMENT 207.08. The accepted quantities measured will be paid for at the Contract unit price for each of the pay items listed below that appear in the bid schedule. Stockpiling topsoil into windrows will be measured and paid for under the Stockpile Topsoil and Stockpile Wetland Topsoil pay items. Redistributing topsoil across the project area will be measured and paid for under the Topsoil (Onsite), Topsoil (Offsite), and Topsoil (Wetland) pay items. Payment will be made under: Pay Item Pay Unit Cubic Yard Topsoil (Onsite) Seeding Media Cubic Yard Cubic Yard Topsoil (Offsite) Topsoil (Wetland) Cubic Yard Subgrade Soil Preparation Square Yard Stockpile Topsoil Cubic Yard Cubic Yard Stockpile Wetland Topsoil Amendments for Topsoil (Onsite) and Seeding Media will not be measured and paid for separately but shall be included in the Work. Amendments for Topsoil (Offsite) will not be measured and paid for separately but shall be included in the Work. Noxious Weed Management will be measured and paid for per Section 217. Stockpiling or windrowing of topsoil will not be measured and paid for separately but shall be included in the Work. The contract unit prices for Topsoil (Onsite) and Topsoil (Offsite) shall be full compensation for all Work necessary to complete the items including removing existing on -site topsoil material, stockpiling the existing topsoil material, hauling, loading, and redistributing the existing topsoil material onto the re -graded and prepared slopes Loading and hauling to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately but shall be included in the Work. Testing of Topsoil (Onsite) Seeding Media and Topsoil (Offsite) Seeding Media will not be measured and paid for separately but shall be included in the Work. 145 October 4, 2023 7 REVISION OF SECTION 207 TOPSOIL Rod penetrometer and associated verification testing of random locations will not be measured and paid for separately but shall be included i the Work. The Site Pre -vegetation Conference will not be paid for separately but shall be included in the Work. Additional passes with the ripping equipment to achieve the desired de -compaction will not be measured and paid for separately but shall be included in the Work. Removing of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all topsoil and Seeding Media used within the designed clear zone for the project will not be measured and paid for separately but shall be included in the Work. Excess topsoil generated from the Project and hauled off the Project by the Contractor will not be measured and paid for separately but shall be included in the Work. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. ND OF SECTION 146 October 4, 2023 1 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 208.01. This work consists of constructing, installing, maintaining, and removing when required, control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any State waters as defined in subsection 107.25, including wetlands. Stormwater runoff from all disturbed areas and soil storage areas for which permanent or interim stabilization is not implemented, must flow to at least one control measure to minimize sediment in the discharge. This shall be accomplished through filtering, settling, or straining. The control measure shall be selected, designed, installed, and adequately sized in accordance with good engineering, hydrologic, and pollution control practices. The control measures shall contain or filter flows in order to prevent the bypass of flows without treatment and shall be appropriate for stormwater runoff from disturbed areas and for the expected flow rate, duration, and flow conditions (i.e., sheet or concentrated flow). The Contractor shall coordinate the construction and maintenance of temporary control measures with the construction of permanent control measures to assure economical, effective, and continuous erosion and sediment control throughout the construction period. The Initial Condition, Interim Condition, and Permanent Condition SWMP drawings are included with the plans for this project. The control measures shown on the Initial Condition and Interim Condition drawings shall be installed in a phased manner prior to the beginning of construction activities within various areas of the limits of construction. The Contractor shall be responsible for preparing and submitting an Erosion Control Phasing Plan which shows how the erosion and sediment control measures will be implemented to the Engineer for approval. Installation of the erosion control measures shall not begin until the Engineer has provided a written approval of the Erosion Control Phasing Plan. When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin affecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) requirements. If immediate corrective actions cannot be taken, the Contractor shall immediately request a deferment by providing the information outlined in Section 208.09(c) for review by the Engineer. (a) Definitions — Per Part I.E., of the CDPS-SCP, for the purposes of the CDPS-SCP permit the following words and/or phrases shall mean: 1. Bypass — The intentional diversion of waste streams from any portion of a treatment facility in accordance with 40 CFR 122.41(m)(1)(i) and Regulation 61.2(12). 2 Common Plan of Development — A contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules, but remain related. "Contiguous" means construction activities located in close proximity to each other (within 1/4 mile). Construction activities are considered to be "related" if they share the Contractor, equipment, storage areas, etc. 3 Construction Activity — Ground surface disturbing and associated activities (land disturbance), which include, but are not limited to, clearing, grading, excavation, demolition, installation of new or improved haul roads and access roads, staging areas, stockpiling of fill materials, and borrow areas. Construction does not include routine maintenance to maintain the original line and grade, hydraulic capacity, or original purpose of the facility. 147 October 4, 2023 2 REVISION OF SECTION 208 EROSION CONTROL Activities to conduct repairs that are not part of routine maintenance or for replacement are construction activities and are not routine maintenance. Repaving activities where underlying and/or surrounding soil is exposed as part of the repaving operation are considered construction activities. Construction activity is from initial groundbreaking to final stabilization regardless of ownership of the construction activities. 4 Control Measure — Any best management practice or other method used to prevent or reduce the discharge of pollutants to state waters. Control measures include, but are not limited to, best management practices. Control measures can include other methods such as the installation, operation, and maintenance of structural controls and treatment devices. 5 Control Measure Requiring Routine Maintenance — Any control measure that is still operating in accordance with its design and the requirements of this permit, but requires maintenance to prevent a breach of the control measure. See also Inadequate Control Measure. 6 Dedicated Asphalt, Concrete Batch Plants and Masonry Mixing Stations — Are batch plants or mixing stations located on, or within IA mile of, a construction site and that provide materials only to that specific construction site. Diversion — Discharges of state waters that are temporarily routed through channels or structures (e.g., in -stream, uncontaminated springs, non -pumped groundwater, temporary rerouting of surface waters). Final Stabilization — The condition reached when construction activities at the site have been completed, permanent stabilization methods are complete, and temporary control measures are removed. Areas being stabilized with a vegetative cover must have evenly distributed perennial vegetation. The vegetation coverage must be, at a minimum, equal to 70 percent of what would have been provided by native vegetation in a local, undisturbed area or adequate reference site. 9 Good Engineering, Hydrologic and Pollution Control Practices — Are methods, procedures, and practices that: A. Are based on basic scientific fact(s). B. Reflect best industry practices and standards. C. Are appropriate for the conditions and pollutant sources. D. Provide appropriate solutions to meet the associated permit requirements, including practice based effluent limits. 10. Inadequate Control Measure — Any control measure that is not designed or implemented in accordance with the requirements of the permit and/or any control measure that is not implemented to operate in accordance with its design. See also Control Measure Requiring Routine Maintenance. 11. Infeasible — Not technologically possible, or not economically practicable and achievable in light of best industry practices. 12. Minimize — Reduce or eliminate to the extent achievable using control measures that are technologically available and economically practicable and achievable in light of best industry practice. October 4, 2023 3 REVISION OF SECTION 208 EROSION CONTROL 13. Municipality — A city, town, county, district, association, or other public body created by, or under, State law and having jurisdiction over disposal of sewage, industrial wastes, or other wastes, or a designated and approved management agency under section 208 of CWA (1987). 14. Municipal Separate Storm Sewer System (MS4) — A conveyance or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, man- made channels, or storm drains): A. Owned or operated by a State, city, town, county, district, association, or other public body (created by or pursuant to State law) having jurisdiction over disposal of sewage, industrial wastes, stormwater, or other wastes, including special districts under State law such as a sewer district, flood control district or drainage district, or similar entity, or a designated and approved management agency under section 208 of the CWA that discharges to state waters; B. Designed or used for collecting or conveying stormwater; C. Are not a combined sewer; and D. Are not part of a Publicly Owned Treatment Works (POTW). See 5 CCR 1002- 61.2(62). 15. Municipal Stormwater Management Program — A stormwater program operated by a municipality, typically to meet the requirements of municipalities MS4 discharge certification. 16. Operator — The party that has operational control over day-to-day activities at a project site which are necessary to ensure compliance with the permit. This party is authorized to direct individuals at a site to carry out activities required by the permit (i.e., the general contractor). 17. Owner — The party that has overall control of the activities and that has funded the implementation of the construction plans and specifications. This is the party that may have ownership of, a long term lease of, or easements on the property on which the construction activity is occurring (e.g., Weld County). 18. Permittee(s) — The owner and operator named in the discharge certification issued under this permit for the construction site specified in the certification. 19. Pollutant — Dredged spoil, dirt, slurry, solid waste, incinerator residue, sewage, sewage sludge, garbage, trash, chemical waste, biological nutrient, biological material, radioactive material, heat, wrecked or discarded equipment, rock, sand, or any industrial, municipal or agricultural waste. See 5 CCR 1002-61.2(76). 20. Presentation of Credentials — A government issued form of identification, if in person; or providing name, position and purpose of inspection if request to enter is made via telephone, email, or other form of electronic communication. A Permittee's non -response to a request to enter upon presentation of credentials constitutes a denial to such request, and may result in violation of the Permit. 21. Qualified Stormwater Manager — An individual knowledgeable in the principles and practices of erosion and sediment control and pollution prevention, and with the skills to assess conditions at construction sites that could impact stormwater quality and to assess the effectiveness of stormwater controls implemented to meet the requirements of this permit. Also referred to as Erosion Control Supervisor (ECS), SWMP Administrator, and/or Erosion Control Inspector (ECI). October 4, 2023 4 REVISION OF SECTION 208 EROSION CONTROL 22. Receiving Water - Any classified or unclassified surface water segment (including tributaries) in the State of Colorado into which stormwater associated with construction activities discharges. This definition includes all water courses, even if they are usually dry, such as borrow ditches, arroyos, and other unnamed waterways. 23. Significant Materials — Include, but not limited to, raw materials; fuels; materials such as solvents, detergents, and plastic pellets; finished materials such as metallic products; raw materials used in food processing or production; hazardous substances designated under section 101(14) of CERCLA; any chemical the Permittee is required to report under section 313 of Title III of the Superfund Amendments and Reauthorization Act (SARA); fertilizers; pesticides; and waste products such as ashes, slag and sludge that have the potential to be released with stormwater discharges. 24. Spill — An unintentional release of solid or liquid material which may pollute state waters. 25. State Waters — Means any and all surface and subsurface waters which are contained in or flow in or through Colorado, but does not include waters in sewage systems, waters in treatment works of disposal systems, waters in potable water distribution systems, and all water withdrawn for use until use and treatment have been completed. 26. Stormwater — Precipitation runoff, snow melt runoff, and surface runoff and drainage. See 5 CCR 1002-61.2(103). 27. Upset — An exceptional incident in which there is unintentional and temporary noncompliance with permit effluent limitations because of factors beyond the reasonable control of the Permittee. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventative maintenance, or careless or improper operation in accordance with 40 CFR 122.41(n) and Regulation 61.2(114). MATERIALS 208.02. Erosion control materials are subject to acceptance in accordance with subsection 106.01. Erosion control materials shall be subject to the following approval process: The material for control measures shall conform to the following: Table 208-1 APPROVAL PROCESS FOR EROSION CONTROL MATERIALS Material Approval Process Notes Erosion Bales (Weed Free) COC The number, supplied Contractor or from a shall copy the producer. of provide the a transit transit certificate certificate as Silt Fence COC Silt Berm APL Erosion Log (Type 1, Type 2, and Type 3) COC Silt Dikes COC Prefabricated ground) Concrete Washout Structures (above APL Prefabricated Vehicle Pad APL Tracking Aggregate Bag COC Storm Drain Inlet Protection (Type I, II, and III) APL NOTES: COC = Certificate of Compliance; APL= Approved Product List 150 October 4, 2023 5 REVISION OF SECTION 208 EROSION CONTROL ( a) Erosion Bales. Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall be identified by blue and orange twine binding the bales. The Contractor shall not place certified weed free erosion bales or remove their identifying twine until the Engineer has inspected them. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the Colorado Department of Agriculture, Weed Free Forage, Program, 305 Interlocken Pkwy, Broomfield, CO 80021, Contact: Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.gov/ag/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 2 inch by 2 inch nominal. (b) Silt Fence. Silt fence posts shall be wood with a minimum length of 46 inches. Wood posts shall be 1.5 - inch width by 1.5 -inch thickness actual dimensions with 1/8 -inch tolerance. Geotextile shall be attached to wood posts with three or more staples per post. ( Silt fence geotextile shall conform to the following requirements: Table 208-2 PHYSICAL REQUIREMENTS FOR SILT FENCE GEOTEXTILES Property Wire Fence Supported Requirements Self Geotextile -Supported Elongation Requirements <50% Test Method Grab Strength, lbs. 90 minimum 124 minimum ASTM D4632 Permittivity sec -1 0.05 0.05 ASTM D4491 Ultraviolet Stability Minimum 70% Strength g Retained Minimum 70% Strength Retained ASTM D4355 c ) Silt Fence (Reinforced). Silt fence posts shall be metal "studded tee" T -post with a minimum length of 66 inches. Metal posts shall be "studded tee" with .095 -inch minimum wall thickness. Wire fabric reinforcement for the silt fence geotextile shall be a minimum of 14 gauge with a maximum mesh spacing of 6 inches. Geotextile shall be attached to welded wire fabric with ties or nylon cable ties at 12 inches on center at top, middle, and bottom wire. Welded wire fabric shall be attached to the post with a minimum three 12 -gauge wire ties per post. Vinyl or rubber safety caps shall be installed on all T -post. (d) Temporary Berms. Temporary berms shall be constructed out of onsite soil materials. Temporary berms shall be track compacted and stabilized to prevent erosion of the berm. ( e ) Tracking shall be done up and down the slope of the berm to prevent the formation of rills. The cost of compacting and stabilizing the temporary berms including temporary seeding shall be incidental to the cost of the berms. Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half -round pipe, metal or plastic pipe, wood flume, flexible rubber, or other materials suitable to carry accumulated water down the slopes. Outlet protection riprap shall conform to Section 506. Erosion control geotextile shall be a minimum Class 2, conforming to subsection 712.08. 151 October 4, 2023 6 REVISION OF SECTION 208 EROSION CONTROL (f) Silt Berm. Silt berm shall consist of permeable multi -use material consisting of ultraviolet (UV) stabilized high -density polyethylene or other approved material effective in reducing water velocity. Designed and tested system shall be installed on a Turf Reinforcement Mat or Soil Retention Blanket in accordance with Section 216. The segment shall be secured to the ground with either metal or wood stakes. Minimum requirements for securing stakes shall be in accordance with the plans. Dimensions of individual segments shall meet the following criteria: Table 208-3 SILT BERM DIMENSIONS Width 6 - 11 inches Height 6 - 10 inches Weight > 0.25 lbs./sq. ft. Percent Open Area 20% - 50% (g) Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the requirements of Section 506. (h) Sediment Trap. In constructing an excavated sediment trap, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of subsection 203.03. (i) Outlet protection riprap shall be the size specified in the Contract and shall conform to Section 506. Erosion control geotextile shall be a minimum Class 1, conforming to subsection 712.08. Erosion Logs. Erosion logs shall be one of the following types unless otherwise shown on the plans: 1. Erosion Log (Type 1) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photodegradable tube netting. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. 2 Erosion Log (Type 2) shall consist of cylinder casings filled with Erosion Log (Type 2) Compost in accordance with subsection 212.02. The compost -wood chip blend may be pneumatically shot into a geotextile cylindrical casing or be pre -manufactured. The geotextile casing shall consist of HDPE or polypropylene mesh (knitted, not extruded) with openings of 1/8 to 3/8 inch and contain the compost - wood chip material while not limiting water infiltration. 3 Erosion Log (Type 3) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, 100 percent natural fiber cylinder netting (compostable) and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log shown on the plans. Netting shall be a woven cotton or cellulose base mesh that has an approval to compost certification with a maximum mesh size of 0.075 inches and index values as shown in Table 208-2. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. Natural compostable fiber netting shall not contain any synthetic material woven into the netting such as polypropylene, nylon, polyethylene, or polyester dyes. Oxo-degradable or oxo-biodegradable petrochemical -based fiber shall not be part of the netting material. Burlap netting material shall not be used for Erosion Log (Type 3). Erosion Log (Type 1, Type 2, and Type 3) shall have minimum dimensions as shown in Table 208-1, based on the specified diameter of the log. 152 October 4, 2023 7 REVISION OF SECTION 208 EROSION CONTROL Wood stake acceptable tolerance +/- 1/8 inch. Stakes to secure erosion logs shall consist of pinewood or hardwood. Table 208-4 DIMENSIONS OF EROSION LOGS Diameter Type 3 Type (Inches) 1 and Diameter (Inches) Type 2 Length (feet) (pounds/foot) Weight (min) Stake (Inches) Dimensions Min. Max. 9 8 10 180 1.6 3/4 thickness 18 long x 3/4 width x 12 12 10 180 2.5 1.5 thickness width x 24 long x 1.25 20 18 10 100 4.0 1.5 width thickness x 30 long x 1.25 Table 208-5 INDEX VALUES FOR NATURAL FIBER NETTING Property Requirement Test Method Fabric Tensile Strength >70 lbs. ASTM D3822 Biodegradable 100% ASTM D5988 Mesh Pattern Rib (J ) Silt Dikes. Silt dikes shall be pre -manufactured flexible sediment barrier that will fully rebound when driven over by heavy equipment. Material shall consist of outer geotextile fabric covering closed cell urethane or polyethylene foam core. The geotextile fabric aprons shall extend beyond the foam core a minimum of 8 inches on both sides. Table 208-6 GEOTEXTILE REQUIREMENTS Property Requirement Test Method Water Flow Rate 100 - 150 gallons per minute/square foot ASTM D4491 Grab Breaking Load 200 lbs. minimum in each direction ASTM D4632 Ultraviolet Degradation 70% of original unexposed grab breaking load after 500 hours ASTM D4595 Each silt dike segment shall have the following dimensions: Dimension Length Vertical height after installation >5 inches Geotextile sleeve section to interlock segments >8 inches Silt dike segments shall be anchored down using the minimum requirements shown in Table 208-7. Table 208-7 SILT DIKE SEGMENT REQUIREMENTS Surface Nail Washers Soil Surface Installed no more in than 4 inch 4 feet deep O.C. trench (on center) with 6 inch nails1 inch washers Hard Surface 1 inch concrete nails no more than 4 feet O.C. 1 inch washers and solvent -free adhesive 153 October 4, 2023 8 REVISION OF SECTION 208 EROSION CONTROL (k) Concrete Washout Structure. The Contractor shall construct a washout structure that will contain washout from concrete placement, construction equipment cleaning operations, and residue from cutting, coring, grinding, grooving, and hydro -concrete demolition. Embankment required for the concrete washout structure may be excavated material if this material meets the requirements of Section 203 for embankment. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-8. Table 208-8 IMPERMEABLE SYNTHETIC LINER REQUIREMENTS Tested Property Test Method Units Value Thickness ASTM D5199 mil >30 +/- 1.5 Tear Strength ASTM D1004 lbs. >8 Low Temperature Impact ASTM D1790 °F Pass at -20 (I) (m) Prefabricated Concrete Washout Structure. Prefabricated Concrete Washout Structures shall be one of the following types unless otherwise shown on the plans: 1. Prefabricated Concrete Washout Structure (Type 1). Type 1 portable bins shall be used only when specified in the Contract. It shall consist of a watertight multi -use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. Minimum capacity including freeboard shall be 440 gallons. 2 Prefabricated Concrete Washout Structure (Type 2). Type 2 portable bins shall be used only when specified in the Contract. It shall consist of a watertight one-time use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. The structure shall have a system to secure to the ground. Minimum capacity including freeboard shall be 50 gallons Vehicle Tracking Pad (VTP). Aggregate for the vehicle -tracking pad shall be crushed natural aggregate with at least two fractured faces that meets the following gradation requirements: Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads. Erosion control geotextile underlying aggregate material shall be Class 2, conforming to subsection 712.08 Prefabricated or manufactured vehicle tracking pads may be used if specified in the Contract or if a submittal is approved by the Engineer. Multi -use pads shall consist of industrial grade materials and shall be designed to minimize sediment leaving the project. Table 208-9 AGGREGATE GRADATION FOR VEHICLE TRACKING PAD Sieve size Percent Square by weight Mesh Sieves Passing 75 mm (3 inch) 100 50 mm (2 inch) 0-25 19.0 mm (3/4 inch) 0-15 Minimum dimensions of the modular systems shall be: 154 October 4, 2023 9 REVISION OF SECTION 208 EROSION CONTROL Table 208-10 MINIMUM DIMENSIONS FOR VEHICLE TRACK PAD Width 12 feet Length of pad 35 feet Weight (min.) (lbs./sq. ft.) 8 Crush strength (min.) (psi) 400 To accommodate construction traffic turning radii between the tracking pad and a stabilized surface, additional flared sections of approved pads or aggregate in accordance with this specification shall be used at no additional cost to Weld County. If pads weigh less than 8 pounds per square foot, an anchoring system approved by the manufacturer shall be used for pads placed on soil and hard surfaces. A thin layer of stone, geotextile, or other stable surface may be required to stop rutting under the pad or area where the vehicles mount or dismount the manufactured trackout control device. (n) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Table 208-11 AGGREGATE BAG PROPERTIES Diameter (inches) (pounds Weight (minimum) per foot) 6-8 6 10 10 12 15 Rubber used in bags shall be clean, 95 percent free of metal and particulates. Crushed stone contained in the aggregate bags shall conform to Table 703-1 for Coarse Aggregate No. 6. The aggregate bag shall consist of a woven geotextile fabric with the following properties: Table 208-12 GEOTEXTILE PROPERTIES FOR AGGREGATE BAG Property Requirement Test Method 90 lbs. min. ASTM D4632 Grab Tensile Strength Trapezoid Tear Strength 25 lbs. min. ASTM D4533 Mullen Burst 300 psi ASTM D3786 Ultraviolet Resistance 70% ASTM D4355 ( o) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: Table 208-13 AGGREGATE BAG DIMENSIONS FOR STORM DRAIN INLET PROTECTION 155 October 4, 2023 10 REVISION OF SECTION 208 EROSION CONTROL Storm Properties Drain Inlet Protection Protection Types 1Type I 2Type II 3Type III Diameter 4 in. 4 in. N/A Minimum Section Length 7 ft. 5 ft. 5 ft. Apron Insert --- 30 in. or sized to grate 30 in. or sized to grate 1 2 3 and Type Type Type B I II III are protection protection protection shown shall shall on shall Standard be be used used be used with Plan with with Inlet Combination M-208-1. Vane Type Grate R. Inlet. Inlet Option only. A Option or B A or B Note: Options A The Storm Drain Inlet Protection (Type I, II, and III) shall consist of a woven geotextile fabric with the following properties: Table 208-14 WOVEN GEOTEXTILE FABRIC FOR STORM DRAIN INLET PROTECTION Property Test Method Unit Requirement Grab tensile strength ASTM D4632 lbs. minimum 150x200 Mullen Burst Strength ASTM D3786 lbs. 400 Trapezoid Tear Strength ASTM D4533 lbs. minimum 60x60 Percent Open Area COE-22125-86 % ≥20 Water Flow Rate ASTM D4491 gal./min./sq. ft. ≥100 Ultraviolet Resistance ASTM D4355 % ≥70 Curb roll for Storm Drain Inlet Protection (Type I and II) shall have a weight >4 pounds per linear foot of device. The device shall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming Table 703-1 for Coarse Aggregate No. 6. Turbidity Curtain. The turbidity curtain shall be a type 2 curtain with the following properties: Material shall be a bright color (yellow or orange). The curtain skirt fabric shall be a minimum of 45 mils thick, weigh 18 or 22 oz per square yard, have a grab tensile strength of 300 lbs for 18 oz and 500 lbs for 22 oz, and a UV inhibitor shall be included. Seams shall be either thermally welded or sewn. Floatation devices shall be flexible, buoyant units contained in an individual floatation sleeve or collar attached to the curtain. Buoyancy provided by the floatation units shall be sufficient to support the weight of the curtain and maintain a freeboard of at least 3 inches above the water surface level. Load lines must be fabricated into the bottom of all floating turbidity curtains. Type 2 curtains must also have load lines also fabricated into the top of the fabric. The top load line shall consist of woven webbing or vinyl -sheathed steel cable and shall have a break strength in excess of 10,000 pounds. The bottom load line shall consist of a chain incorporated into the bottom hem of the curtain of sufficient weight to serve as ballast to hold the curtain in a vertical position. Additional anchorage shall be provided as necessary. The load lines shall have suitable connecting devices which develop the full breaking strength for connection to load lines in adjacent sections. Bottom anchors must be sufficient to hold the curtain in the same position relative to the bottom of the watercourse without interfering with the action of the curtain. The anchor may dig into the bottom or may be weighted and shall be attached to a floating anchor. Anchor spacing shall follow the manufacturer's recommendations. October 4, 2023 11 REVISION OF SECTION 208 EROSION CONTROL CONSTRUCTION REQUIREMENTS 208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction, an on -site Environmental Preconstruction conference shall be held. The conference shall be attended by: (1) The Engineer. (2) The Superintendent. (3) The Contractor's Stormwater Management Plan (SWMP) Administrator. The SWMP Administrator is equivalent to the CDPS-SCP Qualified Stormwater Manager. (4) Supervisors or foremen of subcontractors working on the project. All subcontractors not in attendance at the Environment Pre -construction Conference shall be briefed on the project by the Engineer, Superintendent, and the SWMP Administrator prior to start of work. The SWMP Administrator shall record the names of these subcontractors as an addendum to the list of attendees and add it to the SWMP. (5) (Deleted) (6) Weld County design professional who prepared or reviewed the SWMP. At this Conference, the attendees shall discuss the SWMP, CDPS-SCP, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. Per Part I.D.1 of the CDPS-SCP, the required inspection schedules are a minimum frequency and do not affect the Contractor's responsibility to implement control measures in effective operating condition as prescribed in the SWMP. Proper maintenance of the control measures may require more frequent inspections. Site inspections shall start within 7 calendar days of the start of construction activities onsite. The person(s) inspecting the site may be on the Contractor's staff or a third party hired to conduct stormwater inspections under the direction of the Contractor(s). The Contractor is responsible for ensuring that the inspector meets the definition of a Qualified Stormwater Manager. Per Part I.C.1.a through c of the CDPS-SCP, the SWMP shall be prepared in accordance with good engineering, hydrologic, and pollution control practices. The provisions of the SWMP shall be implemented as written and updated from the commencement of construction activity until final stabilization is complete. The Colorado Department of Public Health and Environment (CDPHE) may review the SWMP. Prior to beginning construction, the Contractor shall evaluate the project site for stormwater draining into or through the site. When such drainage is identified, control measures shall be used, if possible, to divert stormwater from running on -site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate control measures shall be employed. The SWMP Administrator shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow, and agricultural irrigation flows. If such flow is identified, control measures shall be used to protect off -site water from becoming contaminated with sediment or other pollutants. The control measures may include a diversion or a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted or piped shall be treated as construction runoff and adequate control measures shall be employed. 157 October 4, 2023 12 REVISION OF SECTION 208 EROSION CONTROL The SWMP Administrator shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented control measure added to the SWMP Site Map. Prior to construction, the Contractor shall implement appropriate control measures for protection of wetlands, sensitive habitat, and existing vegetation from ground disturbance and other pollutant sources, in accordance with the approved project schedule as described in subsection 208.03(b). When additional control measures are required and approved by the Engineer, the Contractor shall implement the additional control measures and the SWMP Administrator shall record and describe them on the SWMP Site Map. The approved control measures will be measured and paid for in accordance with subsections 208.11 and 208 12 (a) Project Review. The Contractor may submit modifications to the Contract's control measures in a written proposal to the Engineer. The written proposal shall include the following information: 1. Reasons for changing the control measures. 2. Diagrams showing details and locations of all proposed changes. 3. List of appropriate pay items indicating new and revised quantities. 4. Schedules for accomplishing all erosion and sediment control work. 5. Effects on permits or certifications caused by the proposed changes. The Engineer will approve or reject the written proposal in writing within seven days after receipt of the submittal. The Engineer may require additional control measures prior to approving the proposed modifications. (b) Erosion and Sediment Control Activities. The erosion and sediment control activities shall be included in the weekly meeting update. The project schedule shall specifically indicate the sequence of clearing and grubbing, earthwork operations, and construction of temporary and permanent erosion control features and stabilization. The project schedule shall include erosion and sediment control work for haul roads, borrow pits, storage and asphalt or concrete batch sites, and all areas within the project limits. If during construction the Contractor proposes changes which would affect the Contract's control measures, the Contractor shall propose revised control measures to the Engineer for approval in writing. If necessary, the SWMP Administrator shall update proposed sequencing of major activities in the SWMP. Revisions shall not be implemented until the proposed measures have been approved in writing by the Engineer. ( c ) Erosion Control Management. Erosion Control Management (ECM) for this project shall consist of SWMP Administration and Erosion Control Inspection. All ECM staff shall have working knowledge and experience in construction and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training (TECS) as provided by CDOT. The Superintendent cannot serve in an ECM role. The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects with not more than 40 acres of disturbed area. The ECI and the SWMP Administrator are equivalent to the CDPS- SCP Qualified Stormwater Manager. The SWMP Administrator and the ECI shall be dedicated 100 percent of the time to the project. The SWMP Administrator and the ECI shall be capable of installing, maintaining, and repairing the control measures on the project. If there is no ECI for the project, the SWMP Administrator shall be responsible for performing the ECI's duties as outlined below. The Contractor shall ensure that the ECM staff for the project have the resources to respond to any issues immediately. This includes pulling resources from other portions of the project to address any issues. 158 October 4, 2023 13 REVISION OF SECTION 208 EROSION CONTROL 1. SWMP Administration. The SWMP Administrator shall maintain the SWMP. Record the name of the SWMP Administrator on the SWMP Section 3.B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify to the Superintendent critical action items needed to conform to the CDPS-SCP as follows: A. Complete the SWMP as described in subsection 208.03(d). B. Participate in the Environmental Pre -construction Conference. C. Attend weekly erosion and sediment control meetings. D. (Deleted) E. Coordinate with the Superintendent to implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities. F Coordinate with the Superintendent to ensure that all labor, material, and equipment needed to install, maintain, and remove control measures are available as needed. G During construction, update the SWMP Site Map to reflect current field conditions and include, at a minimum, the following: (1) Limits of Construction (LOC). (2) Areas of disturbance (AD), including areas of borrow and fill. (3) Limits of Disturbance (LDA). (4) Areas used for storage of construction materials, equipment, soils, and/or wastes. (5) Location of dedicated asphalt, concrete batch plants, and masonry mixing machines. (6) Location of construction offices and staging areas. (7) Location of work access routes during construction. (8) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (9) Location of temporary, interim, and permanent stabilization. (10) Location of outfalls. (11) Flow arrows that depict stormwater flow directions on -site and runoff direction. (12) Location of structural and non-structural control measures. (13) Location of springs, streams, wetlands, and other State waters, including areas that require pre-existing vegetation be maintained within 50 horizontal feet of a receiving water, unless infeasible. (14) Location of stream crossings located within the construction site boundary. October 4, 2023 14 REVISION OF SECTION 208 EROSION CONTROL (15) Locations where alternative temporary stabilization schedules apply. H. The SWMP shall reflect the field conditions and shall be amended to reflect the date and identification of changes to control measures, including the following: (1) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised control measures; or (2) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (3) (4) (5) Changes when control measures are no longer necessary and are removed. Corrective actions that are taken onsite and result in a change to the SWMP. The site or areas of the site qualifying for reduced frequency inspections. For SWMP revisions made prior to or following a change(s) onsite, including revisions to sections addressing site conditions and control measures, a notation must be included in the SWMP that identifies the date of the site change, the control measure removed, or modified, the location(s) of those control measures, and any changes to the control measure(s). The Contractor's SWMP Administrator shall ensure the site changes are reflected in the SWMP. The Contractor is noncompliant with the CDPS-SCP until the SWMP revisions have been made. I Complete vegetative survey transects when required in accordance with CDOT Erosion Control and Stormwater Quality Guide. J Start a new site map before the current one becomes illegible. All site maps shall remain as part of the SWMP. K. Document all inspection and maintenance activities. Keep the SWMP and documentation on the project site. L When adding or revising control measures in the SWMP, add a narrative explaining what, when, where, why, and how the control measure is being used, and add a detail to the SWMP. (1) How to install and inspect the control measure. (2) Where to install the control measure. (3) When to maintain the control measure. M. If using existing topography, vegetation, etc. as a control measure, label it as such on the SWMP Site Map; add a narrative as to when, where, why, and how the control measure is being used. N. Indicate control measures in use or not in use by recording them on Standard Plans M-208-1, M-216-1, and M-615-1 in the SWMP. O. Record on the SWMP, the approved Method Statement for Containing Pollutant Byproducts. October 4, 2023 15 REVISION OF SECTION 208 EROSION CONTROL P Update the potential pollutants list in the SWMP and Spill Response Plan throughout construction. Q. Do not use vegetative buffers as a sole control measure. Use them only as the final stage of a treatment train. R. Install, maintain, and repair control measures as required. 2 Erosion Control Inspector. One ECI is required for every 40 acres of total disturbed area which is currently receiving temporary and interim stabilization measures as defined in subsection 208.04(e). An ECI shall not be responsible for more than 40 acres in the project. Accepted permanent stabilization methods as defined in subsection 208.04(e) will not be included in the 40 acres. A. ECI duties shall be as follows: (1) Coordinate with the SWMP Administrator on reporting the results of inspections and how to install and inspect the control measure. (2) Review the construction site on all days during which work activities are occurring and all days following a storm event for compliance with the Stormwater Construction Permit. The ECI shall complete a Form 1388 daily identifying any maintenance items that are found. The completed Form 1388 shall be signed by the ECI or SWMP Administrator and placed in the SWMP Notebook. If maintenance is needed for the control measures, the SWMP Administrator, Superintendent, and Project Engineer shall be notified. Any identified maintenance shall be promptly (immediately in most cases) performed by the Contractor. The ECI shall be capable of installing, maintaining, and repairing the various control measures on the project. (3) Inspect with the Superintendent and the Engineer (or their designated representatives) the stormwater management system at least every seven calendar days, commencing within seven days of the start of construction activities. Variations to the seven-day inspection frequency are allowed, but shall not exceed 14 days. Post -storm inspections are required for 7 -day and 14 -day inspection frequencies. Conduct post -storm event inspections within 24 hours after the end of any precipitation or snowmelt event that may cause surface erosion. If no construction activities will occur following a storm event, post -storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. Document delay in inspections in the inspection report. Form 1176 (Stormwater Field Inspection Report — Active Construction) shall be used for all seven-day inspections and inspections following storm events. The Contractor shall notify the ECI when a storm event occurs. Inspections are not required at sites when construction activities are temporarily halted, when snow cover exists over the entire site for an extended period and melting conditions do not pose a risk of surface erosion. This exception shall be applicable only during the period where melting conditions do not exist and applies to the routine seven-day as well as post -storm event inspections. Document the following information on Form 1176 for use of this exclusion: dates when snow cover occurred, date when construction activities ceased, and date melting conditions began. October 4, 2023 16 REVISION OF SECTION 208 EROSION CONTROL Per Part I.D.2.c of the CDPS-SCP, when site conditions make the above inspection frequencies impractical, the Contractor may submit an alternative inspection schedule to the Engineer for approval. The alternative inspection schedule shall not be implemented before the Engineer's written approval and incorporation into the SWMP. The reason for an alternative inspection schedule shall be provided on the SWMP Inspection Report and shall be documented on the SWMP calendar. (4) Per Pad I.D.4 of the CDPS-SCP, site inspections may be performed at a reduced frequency when one or more of the following conditions exist: a. Post -storm inspections at temporarily idle sites — If no construction activities will occur following a storm event, post -storm inspections shall be conducted before re- commencing construction activities, and no later than 72 hours following the storm event. The inspection delay shall be documented in the inspection record. Routine inspections shall still be conducted at least every 14 days. b. Inspections at Completed Sites/Areas — When the site or portions of a site are awaiting establishment of a vegetative ground cover and final stabilization, a thorough inspection of the stormwater management system shall be conducted at least once every 30 days. Post -storm inspections are not required under this schedule. This reduced inspection schedule is allowed if all of the following criteria are met: i. all construction activities resulting in ground disturbance are complete, ii. all activities required for final stabilization have been completed with the exception of seeding that has not occurred due to seasonal constraints, or the necessity for additional seed application to augment previous efforts, and iii. the SWMP has been amended to locate those areas to be inspected in accordance with the reduced schedule. c Inspections are not required at sites when construction activities are temporarily halted, when snow cover exists over the entire site for an extended period and melting conditions do not pose a risk of surface erosion. This inspection exception shall be applicable only during the period where melting conditions do not exist and applies to the routine seven-day as well as the post -storm event inspections. Document the following information on Form 1176 for use of this exclusion: dates when snow cover occurred, date when construction activities ceased, and date melting conditions began. B. The order of precedence for required inspections shall be as follows: (1) Monthly SWMP audits (2) Post -storm event inspections (3) Seven-day inspections When one of the listed inspections is performed, the inspections listed below it need not be performed on that day if the required Weld County and Contractor personnel participated in the inspection. October 4, 2023 17 REVISION OF SECTION 208 EROSION CONTROL A seven-day inspection is not required on the same day a Weld County monthly SWMP audit is conducted, as long as all of the inspection scope requirements for a seven-day and post -storm event inspection are met. A sheet shall be placed in the inspections area of the SWMP to refer to the date the inspection was performed. C. Seven-day inspections and post -storm inspections shall include inspection of the following areas, if applicable, for evidence of, or the potential for, pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to State waters: (1) Construction site perimeter (2) All disturbed areas within the construction limits (3) Designated haul routes (4) Material and waste storage areas exposed to precipitation (5) Locations where stormwater has the potential to discharge offsite (6) Locations where vehicles exit the site (7) Locations of installed control measures D. Inspections shall include the following: (1) Visually verify whether all implemented control measures are in effective operational condition and are working as designed in their specifications to minimize pollutant discharges. (2) Determine if there are new potential sources of pollutants. (3) Assess the adequacy of control measures at the site to identify areas requiring new or modified control measures to minimize pollutant discharges. (4) Identify all areas of non-compliance with the permit requirements and, if necessary, implement corrective action in accordance with the CDPS-SCP. (5) The written report shall also be provided to the Engineer and a copy shall be placed in the SWMP notebook. Follow all other agency Stormwater requirements and inspections unless a waiver or other agreement has been made. E The Contractor shall report the following circumstances orally to the Engineer, CDPHE, the Contractor's Superintendent, and the SWMP Administrator within 24 hours from the time the Contractor becomes aware of the circumstances, and shall mail to CDPHE a written report containing the information requested within five working days after becoming aware of the following circumstances: (1) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (2) Unanticipated bypass which exceeds any effluent limitations in accordance with the CDPS- SCP. October 4, 2023 18 REVISION OF SECTION 208 EROSION CONTROL (3) Upset conditions which causes an exceedance of any effluent limitation in accordance with the CDPS-SCP. (4) Daily maximum violations for any of the pollutants limited by the permit. This includes any toxic pollutant or hazardous substance, or any pollutant specifically identified as the method to control any toxic pollutant or hazardous substance. (5) The written report shall also be provided to the Engineer and a copy shall be placed in the SWMP notebook. F Document spills, leaks, or overflows that result in the discharge of pollutants on the Form 1176. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated. (d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the Weld County field office or at another on -site location approved by the Engineer during construction: 1. SWMP. The Engineer will provide an approved SWMP design at the Pre -construction Conference, which is and shall remain the property of Weld County. Prior to construction, Weld County will provide the documentation for items (A) through (D), and (R) as listed below, when available. The Contractor shall provide the contents required for items (E) through (Q) as well as items (A) through (D) and (R) when they were unavailable to Weld County. The SWMP shall be stored in the Weld County field office or at another on -site location approved by the Engineer. The SWMP Administrator shall modify and update the SWMP as needed to reflect actual site conditions prior to the change or as soon as practicable, but in no case more than 72 hours after the change. Per Part I.C.4 of the CDPS-SCP, a copy of the SWMP must be provided upon request to the CDPHE, EPA, and any local agency with authority for approving sediment and erosion plans, grading plans, or stormwater management plans. If the SWMP is required to be submitted to any of these entities, the submission shall include a signed certification certifying that the SWMP is complete and compliant with all terms and conditions of the permit. The certification shall state: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquire of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted, to the best of my knowledge and belief, is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." The SWMP required under the CDPS-SCP are considered reports that must be available to the public under Section 308(b) of the CWA and Section 61.5(4) of the CDPS regulations. The Permittee shall make plans available to members of the public upon request. However, the Contractor may claim any portion of the SWMP as confidential in accordance with 40 CFR Part 2. The following Contract documents and reports shall be kept, maintained, and updated in the SWMP under the appropriate items by the SWMP Administrator: A. SWMP Plan Sheets — Notes, tabulation, site description. The SWMP site description shall include, at a minimum, the following: 164 October 4, 2023 19 REVISION OF SECTION 208 EROSION CONTROL (1) The nature of the construction activity at the site. (2) The proposed schedule for the sequence for major construction activities and the planned implementation of control measures for each phase (clearing, grading, utilities, vertical, etc.). (3) Estimates of the total acreage of the site, and the acreage expected to be disturbed by clearing, excavation, grading, or any other construction activities including areas of borrow and fill. (4) A summary of any existing data used in the development of the construction site plans or SWMP that describe the soil types and erodibility found in the permitted area or existing potential for soil erosion. (5) A description of the percent of existing vegetative ground cover relative to the entire site and the method for determining the percentage, in accordance with CDOT Erosion Control and Stormwater Quality Guide. If a percent cover is not appropriate for the site location (i.e., arid), describe the technique and justification for the identified cover of vegetation. (6) A description of any allowable non-stormwater discharges at the site, including those being discharged under a division low risk discharge guidance policy, and the applicable control measures installed. (7) A description of areas receiving discharge from the site. Including a description of the immediate source receiving the discharge. If the stormwater discharge is to a municipal separate storm sewer system, the name of the entity owning the system, the location of the storm sewer discharge, and the ultimate receiving water(s). (8) A description of all stream crossings located within the construction site boundary. (9) A description of the alternative temporary stabilization schedule, if applicable. (10) A description of the alternative diversion criteria as approved by CDPHE, if applicable. B. SWMP Site Maps and Project Plan Title Sheet. C Specifications — Standard and project special provisions related to stormwater and erosion control. D. Standard Plans M-208-1, M-216-1 and M-615-1. E Control Measure Details not in Standard Plan M-208-1 — Non-standard details. F Weekly meeting sign -in sheet and weekly meeting notes. G. Calendar of Inspections — Calendar of inspections marking when all inspections take place. H Contractor Stormwater Field Inspection Reports (Forms 1176, 1177, 1388). I All Water Quality Audit Reports and Form 105(s) relating to Water Quality. October 4, 2023 20 REVISION OF SECTION 208 EROSION CONTROL J. Description of Inspection and Maintenance Methods — Description of inspection and maintenance methods implemented at the site to maintain all control measures identified in the SWMP and items not addressed in the design. K. Spill Prevention and Response Plan — Per Part I.C.2.a.ii of the CDPS-SCP, the plan may incorporate by reference any part of a Spill Prevention Control and Countermeasure (SPCC) plan under Section 311 of the Clean Water Act (CWA) or Spill Prevention Plan required by a separate CDPS Permit. Reports of reportable spills submitted to CDPHE. L. List and Evaluation of Potential Pollutants — List of potential pollutants as described in subsection 107.25 and approved Method Statement for Containing Pollutant Byproducts. Per Part I.C.2.a.iv of the CDPS-SCP, the SWMP shall describe the handling procedures of all control measures implemented at the site to minimize impacts from handling significant materials that could contribute pollutants to runoff. These handling procedures may include control measures for pollutants and activities such as, exposed storage of building materials, paints and solvents, landscape materials, fertilizers or chemicals, sanitary waste material, trash and equipment maintenance or fueling procedures. M Other Correspondence including agreements with other MS4s, approved deferral request, CDPHE audit documentation, Water Quality Permit Transfer to Maintenance Punch List, and other miscellaneous documentation such as documented use agreements for areas outside of the permitted area. TECS Certifications of the SWMP Administrator and all ECIs, kept current through the life of the Project. Environmental Pre -construction Conference — Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. All attendees shall sign the certification. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Pre -construction Conference has been held. P Project Environmental Permits — All project environmental permits and associated applications and certifications, including: CDPS-SCP, Senate Bill 40, USACE 404, temporary stream crossings, dewatering, biological opinions, and all other permits applicable to the project, including any separate CDPS-SCP obtained by the Contractor for staging area on private property, asphalt or concrete batch plant, etc. Q. Photographs Documenting Existing Vegetation — Project photographs shall include the following information with the record: project number, project code, name of the person who took the picture, date and time the picture was taken, and location and approximate station number or mile marker. The Contractor shall submit photographs documenting existing vegetation, prior to construction commencing, on paper with a maximum of four colored images per side of 8 1/2 inch by 11 -inch sheet or a digital copy on CD-ROM/Flash Drive (JPG format) as directed by the Engineer. R Permanent Water Quality Plan Sheets — Plan sheets and specifications for permanent water quality structures and riprap. S. Per Part I.C.2.ix of the CDPS-SCP, the SWMP shall: October 4, 2023 21 REVISION OF SECTION 208 EROSION CONTROL (i) Document the constraints necessitating an alternative temporary stabilization schedule, provide the alternative stabilization schedule, and identify all locations where the alternative schedule is applicable on the site map. (ii) Describe and locate the methods used to achieve final stabilization of all disturbed areas at the site. (iii) Describe the measures used to establish final stabilization through vegetative cover or alternative stabilization method, and describe and locate any temporary controls measures in place during the process of final stabilization. (iv) Describe and locate any planned permanent control measures to control pollutants in stormwater discharges that will occur after construction operations are completed, including but not limited to, detention/retention ponds, rain gardens, stormwater vaults, etc. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. The SWMP Administrator shall finalize the SWMP for Weld County's use upon completion of the project. The Engineer shall approve SWMP completeness. Corrections to the SWMP shall be made at the Contractor's expense. Once the project is deemed complete, a final SWMP walkthrough shall be scheduled with the Engineer. Once the walkthrough has been completed and all erosion control requirements for permanent stabilization have been accepted by Weld County, the Contractor shall transfer the CDPS- SCP to Weld County. The SWMP notebook has to be up to date with all signatures and shall be complete prior to transferring the CDPS-SCP to Weld County. The Contractor is responsible for maintenance and weekly inspections until the CDPS-SCP is transferred to Weld County. Project Final Acceptance shall not be issued until the CDPS-SCP is transferred to Weld County. 2. Reference Materials. The following Reference materials shall be used: (1) CDOT Erosion Control and Stormwater Quality Guide. (2) CDOT Erosion Control and Stormwater Quality Field Guide. e Weekly Meetings: The Engineer, the Superintendent, and the SWMP Administrator shall conduct a weekly meeting with supervisors involved in construction activities that could adversely affect water quality. The meeting shall follow an agenda prepared by the Contractor, or a designated representative, and have a sign in sheet on which the names of all attendees shall be recorded. The SWMP Administrator shall take notes of water quality comments and action items at each weekly meeting and place the agenda and sign in sheet in the SWMP. At this meeting the following shall be discussed and recorded in tab 6 of the SWMP: (1) Maintenance, regular, recalcitrant, chronic, and severe inspection findings. (2) Unresolved issues from previous inspections. (3) Requirements of the SWMP. (4) Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. 167 October 4, 2023 22 REVISION OF SECTION 208 EROSION CONTROL (5) Control measures that are to be installed, removed, modified, or maintained, and associated SWMP modifications. (6) Planned activities that will affect stormwater in order to proactively phase control measures. 208.04 Control Measures for Stormwater. The SWMP Administrator shall modify the SWMP to clearly describe and locate all control measures implemented at the site to control potential sediment discharges. Vehicle tracking pads shall be used at all vehicle and equipment exit points from the site to prevent sediment exiting the limits of construction (LOC) of the project site. Access shall be provided only at locations approved by the Engineer. The SWMP Administrator shall record vehicle tracking pad locations on the SWMP Site Map. New inlets and culverts shall be protected during their construction. Appropriate protection of each culvert and inlet shall be installed immediately. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours of completion of each pipe. The Contractor shall remove sediment, millings, debris, and other pollutants from within the newly constructed drainage system in accordance with the CDPS-SCP, prior to use, at the Contractor's expense. All removed sediment shall be disposed of outside the project limits in accordance with all applicable regulations. Concrete products wasted on the ground during construction including, but not limited to, excess concrete removed from forms, spills, slop, and all other unused concrete are potential pollutants that shall be removed from the site or contained at a preapproved containment area that has been identified in the SWMP. The concrete shall be picked up and recycled in accordance with 6 CCR 1007-2 (CDPHE Regulations Pertaining to Solid Waste Sites and Facilities) at regular intervals, as needed, or as directed by the Engineer. The uses of recycled concrete from permitted recycling facilities shall be in accordance with Section 203. (a) Unforeseen Conditions. The Contractor shall design and implement erosion and sediment control measures for correcting conditions unforeseen during the design of the project, or for emergency situations, that develop during construction. The CDOT Erosion Control and Stormwater Quality Guide shall be used as a reference document for the purpose of designing erosion and sediment control measures. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation. (b) Other Agencies. If CDPHE, US Army Corps of Engineers (USACE), the Environmental Protection Agency (EPA), or a Local Agency reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect the neighboring MS4, including installing additional measures. Implementation of these additional measures will be paid for at contract unit prices. ( c ) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside Weld County ROW and outside easements acquired by Weld County for construction, are the responsibility of the Contractor. These areas shall be subject to a separate CDPS-SCP and all other necessary permits, as they are considered a common plan of development if within a 1/4 mile of the construction site. The Contractor shall acquire these permits and submit copies to the Engineer prior to any disturbance. These permits shall be acquired, and all erosion and sediment control work performed at the Contractor's expense. These areas are subject to inspections by Weld County or any other agency. A documented use agreement between the Contractor and the owner or operator of any control measures located outside of the permitted area that are utilized by the Contractor's construction site for compliance with the CDPS-SCP, but not under the direct control of the Contractor shall be placed in the project's SWMP. 168 October 4, 2023 23 REVISION OF SECTION 208 EROSION CONTROL (d) Construction Implementation. The Contractor shall incorporate control measures into the project as outlined in the accepted schedule. (e) Stabilization. Once earthwork has started, the Contractor shall maintain erosion control measures until permanent stabilization of the area has been completed and accepted. Clearing, grubbing and slope stabilization measures shall be performed regularly to ensure final stabilization. Failure to properly maintain erosion control and stabilization methods, either through improper phasing or sequencing will require the Contractor to repair or replace sections of earthwork at the Contractor's expense. The Contractor shall schedule and implement the following stabilization measures during the course of the project: 1. Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation or underlying soil of a site, such as clearing, grading, roadbed preparation, soil compaction, and movement and stockpiling of sediment and materials. Designated topsoil distributed on the surface or in stockpiles shall not receive temporary stabilization. Other stabilization measures may be implemented, as approved. The maximum area of temporary stabilization (excluding areas of designated topsoil) shall not exceed 20 acres. 2 Interim Stabilization. Per Part I.B.2.a.iii of the CDPS-SCP, stabilization shall be implemented for earth disturbing activities on any portion of the site where ground disturbing construction has permanently ceased, or temporarily ceased for more than 14 days. Temporary stabilization methods may include, but are not limited to, tarps, soil tackifier, and hydroseed. The Contractor may exceed the 14 -day schedule when either the function of the specific area of the site requires it to remain disturbed or physical characteristics of the terrain and climate prevent stabilization. The SWMP shall document the constraints necessitating the alternative schedule, provide the alternate stabilization schedule, and identify all locations where the alternative schedule is applicable on the site map. Minimum inspection frequency and scope shall be followed for temporarily stabilized areas. As soon as it is known with reasonable certainty that work will be temporarily halted for 14 days or more, sediment and material stockpiles and disturbed areas shall be stabilized using one or more of the following methods: A. Application of 1.5 tons per acre of mechanically crimped certified weed free hay or straw in combination with an approved organic mulch tackifier. B Placement of bonded fiber matrix in accordance with Section 213. C. Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, in accordance with Section 213. D. Application of spray -on mulch blanket in accordance with Section 213. Magnesium Chloride, Potassium Chloride, and Sodium Chloride or other salt products shall not be used as a stabilization method. E Topsoil stockpiles shall receive interim stabilization unless specified in accordance with Section 207 as a different material than the other disturbed areas on -site. 3 Summer and Winter Stabilization. Summer and winter stabilization is defined as stabilization during months when seeding is not permitted. As soon as the Contractor knows shutdown is to occur, interim stabilization shall be applied to the disturbed area. Protection of the interim stabilization method is required. Reapplication of interim stabilization may be required as directed. 169 October 4, 2023 24 REVISION OF SECTION 208 EROSION CONTROL 4 Permanent Stabilization. Permanent stabilization is defined as the covering of disturbed areas with topsoil, seeding, mulching with tackifier, soil retention coverings, and such non -erodible methods as permanent pavement or concrete, riprap, road shouldering, etc., or a combination thereof as required by the Contract. Other permanent stabilization techniques may be proposed by the Contractor, in writing, and shall be used if approved in writing by the Engineer. Permanent stabilization requirements shown on the plans shall be completed within four working days of the placement of the topsoil in accordance with Section 207. 5 Final Stabilization. Final stabilization is achieved when all ground -disturbing activities at the site have been completed, permanent stabilization methods are complete, temporary control measures are removed, and uniform perennial vegetative cover has been established with an individual plant density of at least 70 percent of pre -disturbance levels, or equivalent permanent physical erosion reduction methods have been employed. The vegetation coverage must be, at a minimum, equal to 70 percent of what would have been provided by native vegetation in a local, undisturbed area or adequate reference site. Once the CDPS-SCP is transferred, Weld County will be responsible for ensuring all temporary control measures are removed from the construction site once final stabilization is achieved, except when the control measure specifications allow the control measure to be left in place (i.e., bio- degradable control measures). Maintenance. Per Part I.B.1.a.iii.3.b of the CDPS-SCP, the Contractor must ensure that all control measures remain in effective operating condition and are protected from activities that would reduce their effectiveness. Control measures must be maintained in accordance with good engineering, hydrologic and pollution control practices. Erosion and sediment control practices and other protective measures identified in the SWMP as control measures for stormwater pollution prevention shall be maintained in effective operating condition until the CDPS-SCP has been transferred to Weld County. Control measures shall be continuously maintained in accordance with good engineering, hydrologic, and pollution control practices, including removal of collected sediment when silt depth is more than the effective height of the erosion control device shown in Section 208.05. When possible, the Contractor shall use equipment with an operator rather than labor alone to remove the sediment. Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain control measures shall be repaired at the Contactor's expense. Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures to assess the adequacy of control measures at the site and the necessity of changes to those control measures to ensure continued effective performance. Where site assessment results in the determination that new or replacement control measures are necessary, the control measures shall be installed to ensure continuous effectiveness. When identified, control measures shall be maintained, added, modified, or replaced as soon as possible, immediately in most cases. Approved new or replaced control measures will be measured and paid for in accordance with subsections 208.11 and 208.12. Devices damaged due to the Contractor's negligence shall be replaced at the Contractor's expense. From the time seeding and mulching work begins until project acceptance the Contractor shall maintain all seeded areas. Damage to seeded areas or to mulch materials shall be immediately restored. Damage to October 4, 2023 25 REVISION OF SECTION 208 EROSION CONTROL seeded areas or to mulch materials due to Contractor negligence shall be immediately restored at the Contractor's expense. Restoration of other damaged areas will be measured and paid for under the appropriate bid item. Temporary control measures may be removed upon completion of the project, as determined by the Water Quality Partial Acceptance walk-through. If removed, the area in which these control measures were constructed shall be returned to a condition similar to that which existed prior to its disturbance. Removed control measures shall become the property of the Contractor. If the Contractor fails to complete construction within the approved contract time, the Contractor shall continue erosion and sediment control operations at its expense until acceptance of the Work. Sediment removed during maintenance of control measures and material from street sweeping may be used in or on embankment, provided it meets the requirements of Section 203 and is distributed evenly across the embankment. Whenever sediment collects on the paved surface, the surface shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Sweeping with a kick broom will not be allowed. Material from pavement saw cutting operations shall be cleaned from the roadway surface during operations using a vacuum. A control measure, such as a berm, shall be placed to contain slurry from joint flushing operations until the residue can be removed from the soil surface. Aggregate bags, erosion logs or other permeable control measures shall not be used. Residue shall not flow into driving lanes. It shall be removed and disposed of in accordance with subsection 107.25(b). Material containment and removal will not be paid for separately but shall be included in the Work. 208.05 Construction of Control Measures. Control measures shall be constructed in accordance with Standard Plans M- 208-1 and M-216-1, and with the following: (a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket installation shall be performed in accordance with Sections 212, 213, and 216. (b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes. The Contractor shall remove all sediment and debris from the bale when 1/4 of the bale height (as measured on the upstream side of the bale at the center of the bale) has been filled with sediment or as directed by the Engineer. ( c ) Silt Fence. Silt fence shall be installed in locations specified in the Contract. The Contractor shall remove all accumulated sediment and debris from behind the silt fence when the sediment has accumulated to a maximum of 6 inches behind the silt fence or as directed by the Engineer. (d) Temporary Berms. Berms shall be constructed to the dimensions shown in the Contract, and sufficiently compacted to prevent erosion or failure. The Contractor shall remove all accumulated sediment and debris from behind the temporary berms when the sediment has accumulated to a maximum of 6 inches behind the berm or as directed by the Engineer. ( e) Temporary Diversion. Diversions shall be constructed to the dimensions shown in the Contract and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. The construction of temporary diversions shall comply with CDPHE's Guidance for Diversion of State Waters and shall be lined or piped through or around the project to avoid contact with construction activities. 171 October 4, 2023 26 REVISION OF SECTION 208 EROSION CONTROL (f) (g) Temporary Slope Drains. Temporary slope drains shall be installed prior to installation of permanent facilities or growth of adequate ground cover on the slopes. Temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion. Silt Berm. Prior to installation of silt berms, the Contractor shall prepare the surface of the areas in which the berms are to be installed such that are they free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt berms, as approved. Silt berms shall be secured with spikes. The Contractor shall install the silt berm in a manner that will prevent water from going around or under the silt berm. Silt berms shall be installed on top of soil retention blanket or turf reinforcement blanket. (h) Rock Check Dam. Rock shall be installed at locations shown on the plans. Rock check dams shall conform to the dimensions shown on the plans. The Contractor shall remove all sediment and debris from the rock check dam when 1/3 of the original dam height (as measured at the upstream side center) has been filled with sediment or as directed by the Engineer. If the rock check dam fails, it shall be immediately repaired or replaced at the Contractor's expense. Riprap Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 -foot minimum. Riprap size shall be as shown on the plans. Storm Drain Inlet Protection. Prior to installation, the Contractor shall sweep the surface of the area in which the storm drain inlet protection devices are to be installed such that the pavement is free of sediment and debris. The ends of the inlet protection Type 1 and Type 2 shall extend a minimum of 1 foot past each end of the inlet. The Contractor shall remove all accumulated sediment and debris from the surface surrounding all storm drain inlet protection devices after each rain event or as directed. The Contractor shall remove accumulated sediment from each Type II and III containment area when it is more than one third full of sediment, or as directed. The Contractor shall protect storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. (k) Sediment Trap. Sediment traps shall be installed to collect sediment -laden water and to minimize the potential of pollutants leaving the project site. Locations shall be as shown on the plans or as directed. (I) Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed areas can be diverted into the trap. The area under the embankment shall be cleared, grubbed, and stripped of any vegetation and roots. Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material. Sediment shall be removed from the trap when it has accumulated to one half of the wet storage depth of the trap and shall be disposed of in accordance with subsection 208.04(f). Erosion Logs. Erosion logs shall be embedded 2 inches into the soil. Stakes shall be embedded so that the top of the stake does not extend past the top erosion log more than 2 inches, at the discretion of the Engineer, a shallower stake depth may be permitted if adverse site conditions are encountered, e.g., rock, or frozen ground. 172 October 4, 2023 27 REVISION OF SECTION 208 EROSION CONTROL The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs. The Contractor shall remove all accumulated sediment and debris when the sediment accumulation reaches 1/2 the height of the log. (m) Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the silt dikes are to be installed such that they are free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. (n) Concrete Washout Structure. The concrete washout structure shall meet or exceed the dimensions shown on the plans. Work on this structure shall not begin until the Engineer provides written acceptance of location. Implement control measures designed for concrete washout waste. An impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5 or use a prefabricated washout. Meet the following requirements: 1. The structure shall contain all washout water. 2. Stormwater shall not carry wastes from washout and disposal locations. 3. The site shall be located a minimum of 50 horizontal feet away from State waters and shall meet all requirements for containment and disposal as defined in subsection 107.25. 4 The site shall be signed as "Concrete Washout". 5 The site shall be accessible to appropriate vehicles. Freeboard capacity shall be included in the structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. The Contractor shall prevent tracking of washout material out of the washout structure. Do not add solvents, flocculants, and acid to wash water. 9. Surround the structure on three sides by a compacted berm. 10. The structure shall be fenced with orange plastic construction fencing to provide a barrier to construction equipment and to aid in identification of the concrete washout area. 11. Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. ( o) Prefabricated concrete washout structures (Type 1 and Type 2). Structures and sites shall meet the following requirements: 1. Structure shall contain all washout water. If bins are determined to be leaking, the Contractor shall replace the bin onsite and clean up the spilled material. 2 Structure shall be located a minimum of 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be as approved by the Engineer. Sign the prefabricated structure as "Concrete Washout". Sign can be on portable bin. 3 The site shall be accessible to appropriate vehicles. 173 October 4, 2023 28 REVISION OF SECTION 208 EROSION CONTROL 4 Washout bins shall be covered with a tarp tied down to the structure or staked to the ground when a storm event is anticipated. 5 Do not add solvents, flocculants, and acid to wash water. 6 Concrete waste, liquid and solid, shall not exceed 2/3 the storage capacity of the washout structure. 7 Do not move prefabricated structures when they contain liquid, unless otherwise approved. 8 The concrete washout structure shall be installed and ready for use prior to concrete placement operations. 9 Check and maintain washout areas as required. Do not allow on -site permanent disposal of concrete washout waste. 10. All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site and disposed of properly at the Contractor's expense. 11. Delivery to the site shall not occur until written acceptance is provided by the Engineer for both the product and the concrete waste disposal facility. (p) (q) Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area. The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance but will not be measured and paid for separately. The use of prefabricated VTPs is highly encouraged. Prior to delivery to the site, the Contractor shall provide a submittal to the Engineer for review and approval. The prefabricated VTP shall not be installed until written acceptance is provided by the Engineer. Detention Pond. Permanent detention ponds shown on the plans may be used as temporary control measures if the following conditions are met: 1. The pond is designated as a construction control measure in the SWMP. 2. The pond outfall and outlet are designed and implemented for use as a control measure during construction in accordance with good engineering, hydrologic, and pollution control practices. The stormwater discharges from the outfall shall not cause degradation or pollution of State waters and shall have control measures as appropriate. 3 All silt shall be removed, and the pond returned to the design grade and contour prior to project acceptance. (r) Aggregate Bag. Aggregate bags shall be placed on a stable surface, consisting of hardscape or compacted gravel. If approved by the Engineer, the aggregate bag may be placed on compacted dirt areas, where bags conform to the surface and can effectively minimize sediment transport. Aggregate bags shall not be placed in concentrated flow areas. Aggregate bags shall be installed to conform to the surface without gaps to ensure that discharge water does not cause erosion. The Contractor shall remove all accumulated 174 October 4, 2023 29 REVISION OF SECTION 208 EROSION CONTROL sediment and debris when the sediment accumulation reaches 1/2 the height of the bag. If the bag fails or is damaged, it shall be immediately repaired or replaced at the Contractor's expense. ( s ) Surface roughening. Surface roughening creates horizontal grooves along the contour of the slope. Roughening may be accomplished by furrowing, scarifying, ripping, or disking the soil surface to create a 2 to 4 -inch minimum variation in soil surface. (t) Vertical Tracking. Vertical tracking involves driving a tracked vehicle up and down the soil surface and creating horizontal grooves and ridges along the contour of the slope. Sandy soils or soils that are primarily rock need not be tracked. (u) Temporary Stream Crossing. Temporary stream crossings shall be completed by the Contractor in close coordination with the appropriate regulatory agencies. Temporary stream crossings shall be constructed in such a manner as to prevent impacting water quality and flows in the drainageway. A design for the temporary stream crossing has been provided in the plans. The Contractor shall be responsible for verifying the design using a Professional Engineer retained by the Contractor. If the Contractor's engineer requests any changes, they shall be responsible for providing a professional engineering analysis and design to show the details required to achieve the requirements for the crossing. The Contractor's Engineer shall stamp, date, and sign the revised typical detail. A separate professional analysis shall be completed for each temporary stream crossing. If the Contractor or Contractor's engineer wishes to change the temporary stream crossing, it shall be designed to be overtopped by high flows, debris laden flows, or ice laden flows. The Contractor's engineer shall provide a design for the crossing that meets the following criteria: 1. The crossing shall pass the peak flow from a 2 -year frequency, 24 -hour duration storm event. 2. The design shall include a designated overflow route for storm events greater than the 2 -year frequency, 24 -hour duration storm event and provide a protected overflow path. 3 In cases where channel banks are overtopped by this design storm event, the crossing structure shall be designed and constructed such that it will not cause erosion or damage due to increases in water surface profiles to adjacent properties. 4 The design capacity of the crossing structure shall not create a damaging or potentially damaging increase in flood heights (<0.10 feet) or velocities over existing conditions. 5 The design shall not create a threat to public health, safety and welfare or impair the natural hydrologic functions of the floodplain or channel. 6 Approach grades to the temporary crossing shall be less than 10%. The width of the crossing shall be sized to the vehicles using the crossing and to prevent spillage directly into the stream. 7 Temporary stream crossings represent channel constrictions in most cases and thus they shall be in service for the shortest practical period of time and shall be removed as soon as their purpose is complete to avoid the potential to cause or exacerbate flooding. 8 Locations for temporary stream crossings shall be selected where erosion potential is low by evaluating channel geometry, slopes and side slope material. The stream channel conditions, overflow areas, and surface runoff control at the site shall be evaluated before choosing the location and type of crossing. 175 October 4, 2023 30 REVISION OF SECTION 208 EROSION CONTROL 9 The Contractor's engineer shall ensure the velocity at design flow at the outlet of the crossing structure is nonerosive for the receiving stream channel. In order to ensure nonerosive velocities, the Contractor's Engineer shall carefully evaluate the placement of the crossing, the size of the downstream opening in the crossing, and flow velocities under all conditions. 10. Aggregate used for the roadway approach and crossing shall be properly sized based on expected flows and velocities. A minimum layer of stone or recycled concrete that is 1/2 the diameter of the culvert pipe or 12 inches thick, whichever is greater shall be used. 11. The drainageway shall be crossed in a straight reach, rather than on a bend, if possible. Crossings shall be installed as close to perpendicular to the stream channel flow path as possible. The Contractor shall ensure that all necessary materials and equipment are on -site prior to any the start of any work. The construction shall be completed in an expedient manner so the crossing can be removed and then any disturbed areas stabilized immediately. The Contractor shall provide "Clean Equipment" certifications for all equipment that will be used on or around the temporary stream crossing. Equipment, materials, and/or vehicles shall not be stored on the crossing. Upon removal of the crossing, the portion of the side slope that is above the observed water elevation shall be stabilized as specified in the plans prior to accepting flows. The substrate and toe of slope that has been disturbed due to construction activities shall be restored to proposed or preconstruction conditions and fully stabilized prior to accepting flows. The area of ground disturbance shall be limited and appropriate soil erosion and sediment control measures shall be implemented. Alteration to the stream banks and bed shall be kept to the minimum necessary for an effective and safe crossing. Fish passage shall be evaluated when crossing a stream with aquatic life, which may require an assessment of what is present in the stream. Timing of crossing activities shall avoid impacting fish spawning runs. Impacts to mussel beds and endangered or threatened species shall be avoided. The temporary stream crossings shall be inspected after runoff -producing precipitation events to check for blockage in channel, erosion of abutments, channel scour, riprap displacement, or piping. Repairs shall be made immediately to prevent further damage to the structure. Temporary stream crossings shall be immediately removed when they are no longer needed. The channel shall be restored to its original cross- section, smoothed, and all disturbed areas shall be stabilized. Turbidity Curtain. Set all curtain anchor points (including anchor buoys). Care must be taken to ensure that anchor points are of sufficient holding power to retain the curtain under the existing current conditions, prior to putting the furled curtain into the water. Anchor buoys should be employed on all anchors to prevent the current from submerging the flotation at the anchor points. After the anchors have been secured, the furled curtain should be secured to the upstream anchor point and then sequentially attached to each next downstream anchor point until the entire curtain is in position. Before unfurling, the "lay" of the curtain should be assessed and any necessary adjustments made to the anchors. Once the location has been deemed adequate, the furling lines may be cut to allow the skirt to drop. Anchor lines shall be attached to the flotation device, not to the bottom of the curtain. The anchoring line attached to the flotation device on the downstream side will provide support for the curtain. Attaching the anchors to the bottom of the curtain could cause premature failure of the curtain due to the stresses imparted on the middle section of the curtain. October 4, 2023 31 REVISION OF SECTION 208 EROSION CONTROL The Contractor shall maintain the turbidity curtain to ensure its continuous protection of the watercourse. The curtain shall be inspected daily. Any visible plume of cloudy water passing beyond the curtain from the construction area shall constitute inadequate performance of the turbidity curtain. The Contractor shall immediately modify, adjust, or repair any portion of the turbidity curtain to correct inadequate performance. The turbidity curtain shall remain in place until the protected construction activities are complete and the turbidity of the water enclosed is reduced to acceptable levels. The turbidity curtain shall be removed in such a way as to minimize release of sediment. Sediment behind the curtain shall be removed before removal of the curtain, if directed by the Engineer. Any resulting turbidity shall be allowed to settle before removal proceeds. The site selected to bring the curtain ashore shall be free of sharp objects such as rocks, construction materials, cement, etc. in order to minimize the risk of damage when pulling the curtain out of the water. 208.06 Materials Handling and Spill Prevention. The SWMP Administrator shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in place as specified in subsections 107.25(b) or 208.06(c). Construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any State waters or more if the Contractor determines necessary. Equipment fueling and servicing shall occur only within approved designated areas. (a) Bulk Storage Structures. Bulk storage structures for petroleum products and other chemicals shall have impervious secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering State waters. Secondary containment shall be capable of containing the combined volume of all the storage containers plus at least 10 percent freeboard. For secondary containment that is used and may result in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of all accumulated stormwater which is deemed to be contaminated (e.g., has an unusual odor or sheen). (b) Lubricant Leaks. The Contractor shall inspect equipment, vehicles, and repair areas daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. The Contractor shall inform all Spill Response Coordinators in accordance with the Spill Response Plan if unforeseen leakage is encountered. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. Control, cleanup, and removal of by-products resulting from POL leaks shall be performed at the Contractor's expense. ( c ) Spill Response Plan. A Spill Response Plan shall be developed and implemented to establish operating procedures for handling potential pollutants and preventing spills. The Response Plan shall contain the following information: 1. Identification and contact information of each Spill Response Coordinator. 2. Locations of areas on the project site where equipment fueling, and servicing operations are permitted. 3 Location of clean-up kits. 4 Quantities of chemicals and locations stored on -site. Secondary containment is required for bulk storage over 55 gallons. 177 October 4, 2023 32 REVISION OF SECTION 208 EROSION CONTROL 5 Label system for chemicals and Safety Data Sheets (SDS) for products. 6 Clean-up procedures to be implemented in the event of a spill that does not enter State waters or ground water. 7 Procedures for spills of any size that enter surface waters or groundwater or have the potential to do so. CDOT's Erosion Control and Stormwater Quality Guide contains spill notification contacts and phone numbers required in the Spill Response Plan. 8. A summary of the employee training provided. Information in items (1) through (8) shall be updated in the SWMP when they change. 208.07 Stockpile Management. Material stockpiles shall be located 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained with acceptable control measures at the toe (or within 20 feet of the toe) throughout construction. Control measures shall be approved by the Engineer. The SWMP Administrator shall describe, detail, and record the sediment control devices on the SWMP. 208.08 Limits of Disturbance. The Contractor shall limit construction activities to those areas within the limits of disturbance (LDA) shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and all other activities which would disturb existing soil conditions. Staging areas within the LDA shall be as approved by the Engineer. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor's expense. The SWMP Administrator shall tabulate additional disturbances not identified in the CDPS-SCP application and indicate changes to locations and quantities on the SWMP. The Contractor shall report the changes and additional disturbances to the Engineer, Water Quality Control Division of CDPHE, and all other involved agencies. The Contractor shall pursue stabilization of all disturbances to completion. 208.09 Regulatory Mechanism for Water Quality. Per Part I.B.1.c. of the CDPS-SCP, the permittee shall assess the adequacy of control measures at the site and the need for changes to those control measures to ensure continued effective performance. The Contractor shall comply with the Water Quality Specifications as specified in Subsection 208.09(a)(7) and the CDPS-SCP. Failure to comply with the requirements of this section may result in liquidated damages as outlined below from the County and/or monetary penalties from CDPHE for which the Contractor is responsible. The following procedures shall be implemented to ensure the Contractor is meeting the CDPS-SCP, Section 107.25, and Section 208 requirements. Findings not in compliance with Water Quality Specifications, as detailed in subsection 208.09(a)(7), shall be documented by the SWMP Administrator or ECI on Form 1176 during weekly and post -storm water quality control inspections, routine SWMP audits, or observation by the Engineer. The Engineer will immediately notify the Contractor of these findings by issuing a Form 105. Failure by the Contractor to clarify a finding location with the Engineer shall not interrupt the timelines noted in subsection 208.09(b). Timelines noted in subsection 208.09(b) do not indemnify the Contractor from failing to comply with CDPS-SCP timelines for corrective actions. Findings shall be corrected as soon as possible, immediately in most cases but no longer than 24 hours, to minimize the discharge of pollutants. (a) Definitions. 178 October 4, 2023 33 REVISION OF SECTION 208 EROSION CONTROL 12. Compliance Assistance. A low -risk event as determined by the Engineer. Compliance assistance events are not considered Findings and not subject to the Regulatory Mechanism noted in subsection 208.09(b) 2 Deferment. A request from the Contractor to the Engineer to delay implementation of corrective actions for Regular Findings pertaining to Water Quality Specifications and/or the CDPS-SCP. Deferments may only be granted due to extraordinary circumstances. However, it is at the Engineer's discretion to approve or reject these requests. 3 Finding. An incident discovered through inspection by the Department, the Contractor's SWMP Administrator/Erosion Control Inspector, or by Engineer observation, which is noncompliant with the Water Quality Specifications as specified in 208.09(a)(7) and/or the CDPS-SCP. A Finding will be classified as one of the following: A. Regular Finding. A situation upon inspection that is in noncompliance with the Water Quality Specifications. Maintenance issues identified on the weekly or post -storm Form 1176 shall be considered a regular finding. B Severe Finding. A discharge outside the project's Limits of Construction (LOC), subsection 107.25(a), to State waters or to a live inlet where the pollutant cannot be reclaimed. Chronic Finding. A Chronic Finding is assessed when the same Regular Finding at the same location is documented twice in the last three water quality control inspections. Engineer observed findings outside these inspections will not apply. Inspection Form 105. The Form 105 issued by the Engineer documenting findings from water quality inspections per subsection 208.03(c), approved deferments and other items requiring recordkeeping in compliance with the Water Quality Specifications. Location. The place where the finding was observed; can be a document (e.g., stormwater management plan [SWMP]) or physical location. A physical location must be described with enough detail to guide an independent party to the spot of the finding. Physical locations must be supported with at least one photograph. Recalcitrance. Contractor has shown willful negligence or misrepresentation or unwillingness to adhere to the Water Quality Specifications. 7 Water Quality Specifications. Subsection 107.25, Sections 208, 213 and 216, and Standard Plans M- 208-1 and M-216-1. 8 CDPS-SCP. Colorado Discharge Permitting System — Stormwater Construction Permit (COR 400000). 9 Immediately. For the purposes of this section, immediately shall mean by the end of the construction day. (b) Liquidated Damages and Stop Work Orders. The Contractor will be subject to Liquidated Damages for incidents of failure to comply with the Water Quality Specifications and implement corrective actions to resolve noncompliance in the time frame established in subsection 208.09(b) and (c). Liquidated damages are for the Contractor's failure to comply with the Water Quality Specifications and/or the CDPS-SCP. 179 October 4, 2023 34 REVISION OF SECTION 208 EROSION CONTROL Liquidated damages will accumulate for each finding, for each cumulative day that the finding remains uncorrected. Liquidated damages associated with incidents pertaining to this subsection do not indemnify the Contractor of other Liquidated Damages associated with this project. In addition to Liquidated Damages, the Contractor will be subject to a project -wide Stop Work Order for recalcitrance and the Engineer may, in writing, issue a Stop Work Order for Chronic and Severe Findings in accordance with subsection 105.01. A Stop Work Order shall not result in the stopping of the Contract Time. Issuance of a Stop Work Order shall not be considered a valid reason for the Contractor asking for additional Contract Time. Findings are closed when the corrective action is complete, reported to the Engineer and accepted by the Engineer. The Engineer will notify the Contractor when the corrective action is accepted or denied. Liquidated damages will be assessed by the type of finding as follows and will continue until the corrective action is approved by the Engineer. 1. Regular Finding. The time required to repair a Regular Finding shall begin at the conclusion of the SWMP inspection. The correction of a Regular Finding shall begin as soon as possible, immediately in most cases but not more than 24 hours from the time of the finding. The Engineer shall issue a Form 105 informing the Contractor of the finding and the need for correction to occur. If a finding cannot be immediately corrected, the Contractor shall request a deferment per Section 208.09(c). The Engineer will issue a Form 105 notifying the Contractor that Liquidated Damages are accruing at $1,500 per day per finding for each full or partial calendar day a Regular Finding remains uncorrected after 24 hours from discovery. Each uncorrected or undeferred Regular Finding will be assessed as recalcitrant and the Engineer will issue a project -wide stop work order if the Regular Finding is not addressed within 48 hours after the SWMP inspection has concluded. The Contractor shall fix each recalcitrant finding and submit a plan to avoid future instances of each recalcitrance to the Engineer for approval. The recalcitrance plan shall be in writing, signed by the Contractor and shall include: A. A description of each Recalcitrant Finding. B. Why the corrective action for each Recalcitrant Finding was not implemented within 2 days. C. How the Contractor will avoid future recalcitrance. The Engineer will discuss the recalcitrance plan and may meet with the Superintendent to recommend modifications, if needed. The Engineer will issue a Form 105 accepting or rejecting the recalcitrance plan within 24 hours of the Contractor submitting a plan or resubmitting a modified plan. The Contractor will neither be reimbursed for costs incurred to fix each Recalcitrant Finding pertaining to a control measure in the SWMP plan nor costs to prepare the recalcitrance plan. The Contractor shall propose additional control measures, if needed, according to subsection 208.04(a). The project -wide Stop Work Order and Liquidated Damages will be assessed until approval of the corrective action for each Recalcitrant Finding and approval of the Contractor's recalcitrance plan by the Engineer is given. After written approval by the Engineer, the project - wide Stop Work Order will be lifted, and accrual of Liquidated Damages will cease once the corrective work has been completed. If the Contractor fails to perform corrective work by the second day from discovery, the County shall have the option of utilizing a third -party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the October 4, 2023 35 REVISION OF SECTION 208 EROSION CONTROL corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. 2 Severe Finding. In response to a Severe Finding, the Engineer will issue a Form 105 and immediately assess Liquidated Damages of $3,500 per Severe Finding. Severe Findings shall not be eligible for the 24 -hour grace period (subsection 208.09(b)(1)). Liquidated damages will accrue at $3,500 per Severe Finding per calendar day beginning at the time of discovery of the Severe Finding. A. If the Severe Finding is a discharge to State waters, the Contractor shall prevent any further discharge and shall reclaim discharge which has not yet entered State waters. The Contractor shall report the discharge to CDPHE in accordance with CDPS-SCP requirements. B If the Severe Finding is a discharge outside the LOC that does not enter State waters, the Contractor shall fully reclaim the discharge before it enters State waters and implement relevant CDPS-SCP noncompliance notification procedures. The Engineer may require the Contractor to submit a plan for permanent stabilization of disturbed areas outside the LOC per 208.04(e)(4) for approval. Permanent stabilization plans pertaining to Severe Findings and subsequent stabilization activities are not subject to 208.09(b). The Contractor shall not be reimbursed for activities undertaken to reclaim the discharge, stabilize areas outside the LOC and implement relevant CDPS-SCP noncompliance notification procedures. If the Contractor fails to perform corrective work immediately upon discovery, the County shall have the option of utilizing a third -party to complete the corrective work. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. 2 Chronic Finding. In response to a Chronic Finding, the Engineer will issue a Form 105 and immediately assess Liquidated Damages of $1,500 per Chronic Finding. Chronic Findings shall October 4, 2023 36 REVISION OF SECTION 208 EROSION CONTROL be immediately corrected. Liquidated damages will accrue at $1,500 per Chronic Finding per day beginning upon discovery of the Chronic Finding. When the Chronic Finding is comprised of two Severe Findings, the Engineer will assess Liquidated Damages in accordance with this specification. If the Contractor fails to perform corrective work immediately upon but not more than 24 hours from discovery, the County shall have the option of utilizing a third -party to complete the corrective work. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. 4 SWMP Notebook Deficiencies. The SWMP Notebook shall be kept up to date with all SWMP requirements of the Water Quality Specifications and CDPS-SCP. SWMP deficiencies shall result in a pay reduction of $300 per incident that the SWMP Notebook is out of date by more than one week. Corrective actions shall be initialed and dated immediately upon completion and the Compliance Certification signed by the ECI, Superintendent and Engineer, or liquidated damages will be assessed. The Engineer shall document the pay reduction with a Form 105 which shall be signed by the Contractor. The pay reduction shall be deducted from the amount owed to the Contractor for the pay period in which the pay reduction occurred. Deferment. If the Contractor seeks deferment because a regular finding cannot be corrected immediately upon discovery, the Superintendent shall submit a deferment request to the Engineer immediately after the issuance of the Form 105. Chronic and Severe Findings are not eligible for deferment. The deferment request shall be in writing, signed by the Superintendent and shall include: 1. Description of Regular Findings to be deferred; 2. The reasons why the Findings cannot be corrected in twenty-four hours; 3. An action plan containing: A. Methodology to protect water quality until each deferred Finding is corrected and accepted; B. Milestones to measure progress toward completion; October 4, 2023 37 REVISION OF SECTION 208 EROSION CONTROL C. Additional control measures to be implemented until each deferred Finding is corrected and accepted; D. Corrective completion dates for each Finding. Deferments will not be accepted or approved due to the Contractor's operational error, improperly installed control measures, inadequate control measures, lack of preventative maintenance, careless or improper operation, or other non -proactive reason. Note: If an alternative control measure is implemented to correct a Regular Finding, a deferment is not necessary. All modifications to the plan shall be documented in the SWMP. The Engineer will discuss the deferment request and may meet with the Superintendent to recommend modifications to the action plan within 48 hours of the receipt of the deferment request. The Engineer will issue a Form 105 accepting or rejecting the deferment request. The Department will not accept a deferment for operational error, improperly installed control measures, inadequate control measures, lack of preventative maintenance, careless or improper operation, or other non -proactive reason. Preparation of deferment documentation and additional materials, including additional control measures, required to complete the action plan shall be at the Contractor's expense. Time frames noted in subsection 208.09(b)(1) will not be stopped during the deferment review period, therefore, Liquidated Damages will be assessed beginning per the timeframes outlined above if the deferment request is rejected and, furthermore, a rejected deferment plan (subsection 208.09(c)) shall not absolve the Contractor from recalcitrance. The Engineer will assess Liquidated Damages in the amount of $1,500 per calendar day, and partial day, for each uncorrected Deferred Finding that is not completed within the deferment period. These Liquidated Damages will start retroactively to the day the finding was originally noted on the Form 105. (d) Conflict Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (Weld County and the Contractor) agree to resolve any issue that may result in a dispute. (e) Exemptions. The Engineer will exempt from subsection 208.09(b) situations of Compliance Assistance, Documented Upset Conditions, Documented Reportable Spills and Documented Winter Exemptions. Release from subsection 208.09(b) does not exempt the Contractor from compliance with CDPS-SCP. 1. Documented Upset Condition. The Contractor shall report, both verbally and in writing, the Upset Condition to CDPHE per CDPS-SCP Part II.L.6 and subsection 208.03(c) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Upset Condition. 2 Documented Reportable Spills. The Contractor shall report, both verbally and in writing, the Reportable Spill to CDPHE per subsection 107.25(b) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Reportable Spill. 3 Winter Exemptions. The Contractor is unable to address findings noted on the water quality control inspection due to: A. Snow covers the entire site for an extended period and; 183 October 4, 2023 38 REVISION OF SECTION 208 EROSION CONTROL B. No construction activity and; C. Melting conditions posing a risk of surface erosion do not exist. The Contractor shall request a Winter Exemption to the Department. If approved, the Engineer will issue a Form 105 and recognize the exemption to subsection 208.09(b). The Contractor shall also update the SWMP with the Form 105 and the documented Winter Exemption. Liquidated Damages, if assessed, will only accrue up to the point where the Winter Exemptions are approved. (f) Routine SWMP Audits. Routine SWMP audits will be performed by Weld County Stormwater Staff to ensure the SWMP Notebook is compliant with the CDPS-SCP and provisions of Section 208. The audits will be performed monthly but may occur more frequently or reduced based upon the history of compliance with the CDPS-SCP and the provisions of Section 208. The results of the audit will be sent to the Engineer to determine appropriate enforcement actions. 208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work. (a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in accordance with subsection 208.05(n) at the Contractor's expense. (b) Survey. When Permanent Water Quality (PWQ) control measures are required on the project and once built, the Contractor shall survey the control measures to confirm that the PWQ control measures conform to the configuration, grade, and volume shown on the plans. The survey shall conform to Section 625. The results of the survey shall be submitted in AutoCAD format or GIS with attribute tables, showing both designed and final elevations and configurations. The Contractor's Surveyor shall submit electronically sealed control measure drawings. PWQ control measures that do not meet the Contract requirements will be identified in writing by the Engineer and shall be repaired or replaced at the Contractor's expense. Correction surveys shall be performed at the Contractor's expense to confirm the locations, dimensions, and volume certification (for water quality capture volume structures only) of each PWQ control measure. The Engineer and the Weld County Stormwater Staff will perform a walkthrough of the PWQ control measures to confirm conformance to material requirements, locations, and dimensions. Before the walkthrough, the Contractor shall provide the corrected survey to the Engineer. Projects located within an MS4 area may have additional requirements as required by the MS4 Program of the jurisdiction. ( c ) Locations of Temporary Control Measures. The Engineer will identify locations where modification, cleaning, or removal of temporary control measures are required and will provide these in writing to the Contractor. Upon completion of work required, the SWMP Administrator shall modify the SWMP to provide an accurate depiction of control measures to remain on the project site. All punch list and walkthrough items shall be completed by the Contractor and accepted by the Engineer prior to the request for partial acceptance of the water quality control work . METHOD OF MEASUREMENT 208.11. Erosion Control Management (ECM) will be measured as the actual number of days of ECM work performed regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and preparation of the SWMP. If the combined hours of SWMP Administration and Erosion Control Inspection is four hours or less in a day, the work will be measured as % day. If the combined hours of SWMP Administration and Erosion Control Inspection is more than 4 hours in a day, the work will be measured as one day. If the 184 October 4, 2023 39 REVISION OF SECTION 208 EROSION CONTROL combined hours of SWMP Administration and Erosion Control Inspection exceed more than 8 hours in a day, it shall be counted as 1 day. In order to be paid for any ECM time, the SWMP Administrator and/or the ECI shall complete a Form 1388 and place it in the SWMP Notebook for each daily inspection. The SWMP Notebook shall be kept up to date. The required signatures shall be done immediately following the correction of the findings. There shall be a pay reduction of $300 per incident the SWMP Notebook is out of date by more than one week. The Engineer shall document the pay reduction with a Form 105 which shall be signed by the Contractor. The pay reduction shall be deducted from the amount owed to the Contractor for the pay period in which the pay reduction occurred. Erosion bales and rock check dams will be measured by the actual number installed and accepted. Silt fence, silt berms, erosion logs, aggregate bags, silt dikes, temporary berms, temporary diversions, and temporary slope drains, will be measured by the actual number of linear feet that are installed and accepted. Measured length will not include required overlap or waste. Concrete washout structure will be measured by the actual number of structures that are installed and accepted. Prefabricated concrete washout structures will be measured by the actual number of structures delivered to the site. It shall not include structures relocated on -site. Storm drain inlet protection will be measured by linear foot or actual number of devices that are installed and accepted. Sediment trap quantities will be measured by the actual number installed and accepted. Removal of trash that is not generated by construction activities will be measured by the actual number of hours that Contractor workers actively remove trash from the project. Each week the Contractor shall submit to the Engineer a list of workers and the hours spent collecting such trash. Removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. Vehicle tracking pads will be measured by the actual number constructed and accepted. Additional aggregate may be required for maintaining vehicle -tracking pads and will not be measured separately but shall be included in the Work. Prefabricated vehicle -tracking pads will be measured by the actual number of pads delivered to the site and set up to the minimum dimensions. It shall not include pads moved on -site. Control measure failures shall be immediately repaired or replaced at the Contractor's expense. Temporary stream crossings will be measured by the actual number constructed and accepted. Additional maintenance may be required for maintaining the temporary stream crossings and will not be measured separately but shall be included in the Work. Turbidity curtains will be measured by the linear footage installed and accepted by the Engineer. Additional maintenance and removal of the turbidity curtain will not be measured and paid for separately but shall be included in the Work. BASIS OF PAYMENT 208.12. Pay for ECM and control measures at the Contract unit price for each of the items listed below that appear in the bid schedule. 185 October 4, 2023 40 REVISION OF SECTION 208 EROSION CONTROL Additional modifications and additional control measures will be paid for using the unit prices established for the additional control measures. Payment for Erosion Control Management (ECM) will be full compensation for all labor, materials and equipment necessary for the SWMP Administrator and Erosion Control Inspectors to perform all the Work described in this specification. This includes assembling items (5) to (18) in subsection 208.03(d)1 and required updates to the SWMP. The SWMP Administrator and ECI's commute times will not be measured and paid for separately but shall be included in the Work. Payment will be made under: Pay Item Pay Unit Aggregate Bag Linear foot Concrete Washout Structure Each Erosion Bales (Weed Free) Each Erosion Control Management Day Erosion Log (Type 1) (12lnch) Linear foot Erosion Log (Type 2) (_Inch) Linear foot Erosion Log (Type 3) (_Inch) Linear foot Prefabricated Concrete Washout Structure (Type 1) Each Prefabricated Concrete Washout Structure (Type 2) Each Prefabricated Vehicle Tracking Pad Each Removal and Disposal of Sediment (Equipment) Hour Removal and Disposal of Sediment (Labor) Hour Removal of Trash (Interim) Hour Rock Check Dam Each Sediment Basin Each Sediment Trap Linear Foot Silt Berm Linear Foot Silt Dike Linear Foot Silt Fence Linear Foot Silt Fence (Reinforced) Linear Foot Storm Drain Inlet Protection (Type ) Linear Foot Storm Drain Inlet Protection (Type ) Each Storm Drain Inlet Protection (Type ) Each Storm Drain Inlet Protection (Type ) Hour Sweeping (Sediment Removal) Linear Foot Temporary Berms Linear Foot Temporary Diversion Linear Foot Temporary Slope Drain Linear Foot Temporary Slope Drain Lump Sum Temporary Stream Crossing Each Turbidity Curtain Linear Foot Vehicle Tracking Pad Each Concrete Washout Structure (Lined) Each Prefabricated Tracking Pad Each Modifications to the SWMP due to construction errors or survey errors by the Contractor shall be made at the Contractor's expense. 186 October 4, 2023 41 REVISION OF SECTION 208 EROSION CONTROL Surface roughening and vertical tracking (temporary stabilization) will not be measured and paid for separately but shall be included in the Work. Payment for each control measure item will be full compensation for all work and materials required to furnish, install, maintain, and remove the control measure when directed. Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, including the operator. Payment for Removal and Disposal of Sediment (Labor) will be full compensation for use of the labor. Payment for concrete washout structure, whether constructed or prefabricated, will be full compensation for all work and materials required to install, maintain, and remove the item. Maintenance and relocation, as required, of these structures throughout the duration of the project will not be measured and paid for separately but shall be included in the Work. Silt berm spikes and wood spikes will not be measured and paid for separately but shall be included in the Work. When required, soil retention blankets will be measured and paid for in accordance with Section 216. Compost and wood stakes for Erosion Log (Type 2) will not be measured and paid for separately but shall be included in the Work. Spray -on mulch blankets required by the Contract, including those used in both interim and final stabilization, will be measured and paid for in accordance with Section 213. Payment for storm drain inlet protection will be full compensation for all work, materials, and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of the work. Aggregate will not be measured and paid for separately but shall be included in the Work. Sweeping, when used as a control measure as shown in the Contract, will be measured by the number of hours that a pickup broom or equipment capable of collecting sediment, authorized by the Engineer, is used to remove sediment from the roadway or other paved surfaces. Each week the Contractor shall submit to the Engineer a statement detailing the type of sweeping equipment used and the number of hours it was used to pick up sediment. The operator will not be measured and paid for separately but shall be included in the Work. Stakes, anchors, connections, geotextile, riprap, and tie downs used for temporary slope drains will not be measured and paid for separately but shall be included in the Work. Payment for vehicle tracking pad will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the Work. Aggregate and geotextile will not be measured and paid for separately but shall be included in the Work. If additional aggregate for maintenance of vehicle tracking pads is required, it will not be measured and paid for separately but shall be included in the Work. Seeding, sod, mulching, soil retention blanket, and riprap will be measured and paid for in accordance with Sections 212, 213, 216, and 506. All work and materials required to perform the permanent control measure survey and furnish the electronic files shall be included in the original unit price bid for surveying. Surveying will be measured and paid for in accordance with Section 625. Wood stakes for erosion control logs will not be measured and paid for separately but shall be included in the Work. Temporary erosion and sediment control measures required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the Work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor's expense. If the Contractor fails to complete 187 October 4, 2023 42 REVISION OF SECTION 208 EROSION CONTROL construction within the contract time, payment will not be made for pay items installed after the expiration of the contract time. These items shall be provided at the Contractor's expense. Payment for temporary stream crossings will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the Work. Payment for turbidity curtains will be full compensation for all work, materials and equipment required to install, maintain, and remove the turbidity curtain upon completion of the Work. END OF SECTION 188 October 4, 2023 1 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS Section 211 of the Standard Specifications is hereby added for this project as follows: DESCRIPTION 211.01. This work consists of dewatering temporary excavations and constructing temporary diversions required to control groundwater and surface water for the installation of hydrologic structures (e.g., concrete box culvert, ditches, irrigation structures, culverts, etc.). All diversion and dewatering activities shall be performed per Sections 107.25 and 208 of the Specifications. All dewatering activities shall be performed per Colorado Department of Health and Environment dewatering regulations. Contractor is cautioned that the Work involves construction in and around irrigation channels and areas of local drainage. These areas are subject to frequent periodic inundation. MATERIALS 211.02. On -site materials may be used within the limits of construction to construct temporary dams and berms. Materials such as plastic sheeting, sand bags, inflatable devices and storm sewer pipe may also be used if desired by Contractor. The Contractor shall provide all required materials and equipment to facilitate dewatering activities. Dewatering shall also include all materials, equipment, erosion/sediment control measures, and personnel required for the treatment of groundwater, surface water, or stormwater that has come into contact with construction materials. CONSTRUCTION REQUIREMENTS 211.03. Requirements for diverting and controlling surface and groundwater during construction are as follows: (a) Dewatering Plan. The Contractor's method of dewatering and water disposal, including pumping and discharge equipment, must be approved by the Engineer before implementation. Prior to the preconstruction conference the Contractor shall submit their dewatering plan to the Engineer for approval. The dewatering plans and water disposal shall be in compliance with Subsection 107.25 - "Water Quality Control". Contractor shall obtain all necessary permits and submit copies to the Engineer before commencing any dewatering activities. The dewatering plan shall include the following: 1. Copies of all permits required for dewatering, treatment of, and/or disposing of the water. Other permits required for construction or operation of the dewatering system including drilling of wells, temporary power drops, etc. shall be provided. 2 Method statement detailing how dewatering activities will be minimized in excavations. 3 Method of measuring surface water or groundwater discharge. The method statement shall include procedures for verifying that water levels have been lowered to the specified levels prior to trench or structure excavation and installation. 4 Listing of equipment descriptions including the size, number, type, capacity, and location of equipment during dewatering operations. The discharge locations and the capacity of those locations shall be provided. 189 October 4, 2023 2 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS 5 Location and details for sediment and erosion control measures to be utilized to ensure that all water discharged in the dewater process is treated in accordance with the CDPHE dewatering and discharge permits. 6 Methods of testing surface water and groundwater to determine the appropriate disposal methods; 7 Detailed methods for water disposal; 8 If applicable, name of the facility where contaminated water is to be delivered. If an agreement is required with a third party to accept the discharges, the Contractor shall include them if the dewatering plan. 9 Contingency plan for higher than anticipated flows when the capacity of the planned discharge and disposal locations may be exceeded. 10. Contingency plans for equipment and/or power failures. 11. Plans and design calculations, sealed and signed by a Professional Engineer licensed in the State of Colorado which support the dewatering plan including but not limited to: a. Method for determining the design flow; b. Map showing location of the discharge points; c. Phasing plans; and d. Site restoration plans show how the area will returned to its original configuration. (b) General Dewatering Requirements. When diverting surface water and/or groundwater through the project area, the Contractor shall ensure that comingling of offsite and onsite water does not occur unless all of the water discharging from the site is treated before releasing it offsite. Irrigation water shall be piped through the project, wherever possible, in order to avoid comingling with onsite water and the subsequent treatment of the water before its release offsite. For all excavation, Contractor shall provide suitable equipment and labor to remove water, and shall keep the excavation dewatered so construction can be carried on under dewatered conditions. The Contractor shall dewater, by pumping or by excavating trenches leading to a positive gravity outlet, to a depth of at least three feet below the underside of any permanent structural element including but not limited to footings, cutoff walls, headwalls, etc. before exposing their proposed bearing surfaces. The dewatering process shall be commenced a sufficient amount of time in advance of placing excavation equipment thereon to prevent undue disturbance of the foundation soil. If, in the opinion of the Engineer, equipment is causing undue disturbance, the Engineer may require further drying of the bearing area or place limitations on the type of equipment permitted on the bearing area. The Engineer may require the Contractor to place (at the Contractor's expense) additional filter material beyond any limits that may be shown on the plans to compensate for the loss of bearing capacity. The water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. (c) Structure Dewatering Construction Requirements: 190 October 4, 2023 3 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS The Contractor shall obtain a construction dewatering permit and water quality shall conform to subsection 107.25(b)(7) &(8) of the Specifications prior to the start of the dewatering process. Contractor shall be responsible for investigating and becoming familiar with all site conditions that may affect the Work including surface water, potential flooding conditions, level of groundwater and the time of year the Work is to be done. The Contractor shall design a dewatering system to achieve the required level of dewatering. This system may incorporate wells, well points, interception trenches, sumps, etc. The dewatering system shall include discharge conveyances to an approved disposal location. The Contractor shall submit details of this plan as described above. Discharge shall comply with all State & Federal requirements. The water quality shall conform to subsection 107.25(b)(8) of the Specifications and applicable CDPHE discharge requirements. The Contractor shall furnish, install, and prepare for operation, all necessary machinery, appliances and equipment to maintain all structure excavations free from water during construction. Contractor shall provide temporary power sources for all dewatering equipment that requires a power source. Generators shall be contained to prevent fuel spillage onto the ground. Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices. Contractor shall conduct operations in such a manner that storm or other waters may proceed uninterrupted along their existing drainage courses. By submitting a bid, Contractor acknowledges that Contractor has investigated the risk arising from such waters and has prepared their bid accordingly, and assumes all of said risk. Dewatering discharge to or across adjacent canals, drains, right-of-way, and private property outside of the designated limits of construction shall not be allowed unless the Contractor has obtained written approval from agency or property owner having jurisdiction. The Contractor shall provide copies of the agreements with dewatering plan submittal as described above. The Contractor shall dewater and dispose of water in such a manner that it does not cause injury to public or private property, or to cause a nuisance or a menace to the general public. The Contractor shall lower and maintain a static water level at least three feet (3') below the bottom of the excavation prior to excavating below the water table to maintain the undisturbed state of the foundation soils and allow placement of riprap, bedding material and backfill to the required density. The Contractor shall remove all groundwater, seepage, stormwater and other water that accumulates in the excavation during construction. All structure excavations shall be kept free of water during construction or until otherwise requested by the Contractor and approved by the Engineer. The Contractor shall prevent the softening of the bottom of excavations and the formation of "quick" conditions or "boils" during excavation. The occurrence of such conditions will require over -excavation and subsequent backfilling of soils meeting the requirements of the CDOT Specifications at no additional cost to the Owner. Additional costs for trench bottom stabilization resulting from inadequate dewatering and non-compliance with the specifications included herein, as determined by the Engineer, shall not be measured and paid for separately but shall be included in the Work. October 4, 2023 4 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS The Contractor shall compact native soil at the bottom of the excavation prior to placing bedding in accordance with the specifications. All excavations made as part of dewatering operations shall be backfilled with the same type of material as was removed and compacted to ninety five percent (95%) of Maximum Standard Proctor Density (ASTM D698) except where replacement by other materials and/or methods are required. Prior to advancing the structure excavation below the pre -construction groundwater level, the Contractor shall excavate a test pit or install another form of groundwater measurement. Water levels in the test pit shall be measured and recorded and the information provided to the Engineer. Measured water levels shall show that the groundwater has been lowered to the minimum level stated herein. If monitoring shows that the specified level of dewatering has not been achieved, the Contractor shall cease construction of the affected Work, and continue dewatering or modify dewatering activities until the specified level of dewatering is achieved at no additional cost to the Owner. The Contractor shall install, operate, and maintain the dewatering system so adjacent channel banks, structures, and property are not endangered by the reduction in the groundwater level. Any damage to adjacent property resulting from Contractor 's alteration of surface or subsurface drainage patterns shall be repaired by Contractor at no additional cost to the Owner. The Contractor shall monitor discharge from dewatering operations for changes in visual or odor components indicating the presence of contaminants including, but not limited to, gasoline and pesticides and other hazardous materials and toxins. The Contractor's superintendent shall routinely monitor conditions in excavations where dewatering is being performed to verify performance requirements are being met and that conditions in the excavation are in accordance with the Contract Documents. Monitoring shall occur at least once per day and more often if conditions require. Notify Engineer of any observations that may jeopardize the Work or is not in accordance with the Contract Documents. The Contractor shall cease dewatering operations and notify Engineer and regulatory agencies immediately upon observation of conditions that may indicate the presence of hazardous contaminants in the dewatering discharge or excavation. Contractor shall remove all temporary water control facilities when they are no longer needed or at the completion of the Project. The Contractor shall remove the temporary water control facilities in accordance with applicable State and Federal rules and regulations. The Contractor shall restore the dewatering area(s) to repair/replace any surface impacted by the dewatering activities. The impacted area(s) shall be returned to a condition as good a condition or better than the preconstruction conditions at no additional costs to the Project. (d) Surface Water Control. Surface water control generally falls into the following categories: 1. Normal low flows along the channel 2. Storm/flood flows along the channel 3. Flows from existing storm drain pipelines; and 192 October 4, 2023 5 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS 4. Local surface inflows not conveyed by pipelines Contractor shall coordinate, evaluate, design, construct, and maintain temporary water conveyance systems. These systems shall not worsen flooding, alter major flow paths, or worsen flow characteristics during construction. Contractor is responsible to ensure that any such worsening of flooding does not occur. Contractor is solely responsible for determining the methods and adequacy of water control measures. At a minimum, Contractor shall be responsible for diverting the quantity of surface flow around the construction area so that the excavations will remain free of surface water for the time it takes to install these materials, and the time required for curing of any concrete or grout. Contractor is cautioned that the minimum quantity of water to be diverted is for erosion control and construction purposes and not for general protection of the construction -site. It shall be Contractor 's responsibility to determine the quantity of water which shall be diverted to protect the Work from damage caused by stormwater. Contractor shall, at all times, maintain a flow path for all channels. Temporary structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel flow, as long as such measures are not a major obstruction to flood flows, do not worsen flooding, or alter historic flow routes. The Contractor's method of diverting the surface water shall be approved by the Engineer before implementation. The Contractor shall submit a diversion plan for review and approval 30 calendar days before implementation in accordance with Subsection 105.02. The diversion plan shall include the following: 1. Method statement addressing all requirements including copies of the relevant permits required for stream diversion; and 2 Plans and design calculations, sealed and signed by a Professional Engineer licensed in the State of Colorado, support the diversion plan including but not limited to: a Method for determining design flow; b Surface water profiling and conveyance calculations; c. Phasing Plans; and d Site restoration plans showing how to return the stream bed to its original configuration as it was before construction. e) Groundwater Control. Contractor shall install adequate measures to maintain the level of groundwater below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, earthwork, and rock work. Such measures may include, but are not limited to, installation of perimeter sub -drains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. Dewatering from within the foundation excavations shall not be allowed. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. Disturbance of foundation subgrade by Contractor operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at Contractor's expense. Any temporary dewatering trenches or well points shall be restored following dewatering operations to reduce permeability in those areas as approved by Engineer. METHOD OF MEASUREMENT 193 October 4, 2023 6 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS 211.04. In order to construct the drainage infrastructure, it is possible that the Contractor will need to maintain flow in a channel or ditch. If needed, diverting flows in the channel shall be included as part of the Dewatering pay item. Work required to comply with water quality and permit requirements shall not be measured and paid for separately but shall be included in the Work. The dewatering plan will not be measured and paid for separately but shall be included in the Work. No separate measurement for payment will be made for any labor, equipment, erosion/sediment control measures, and materials required for this item. The price will include all of Contractor's costs. This item includes: 1. Implementing measures to control surface water and groundwater. 2. Obtaining and transferring all required permits, upon approval. 3. Providing temporary power as required. 4. Evaluating, designing, constructing, maintaining, and monitoring dewatering measures 5. Installing erosion/sediment control measures including but not limited to: check dams, pumps, dewatering bags, earth embankments, diversion channels, sheet pile, wells, turbidity curtains, or any other material necessary for dewatering. Monitoring, sampling, analysis, and water quality reports if required. Protect Work from base flows and storm events. Providing all other related and necessary labor, equipment, and materials to complete the Work. BASIS OF PAYMENT 211.05. Payment will be on a daily basis for the time that the Contractor starts to put their Water Control and Dewatering in place to the time it is removed as accepted by the Engineer. Dewatering will not be paid for on days when no dewatering occurs. The Engineer at their sole discretion will determine if dewatering occurred. Dewatering operations shall be terminated as quickly as possible and shall not continue beyond the time needed for the construction activity. Dewatering requires pre -approval by the Engineer. The cost of restoring the surface of dewatering areas shall not be measured and paid for separately but shall be included in the cost of the Work. Payment will be made under: Pay Item Pay Unit Dewatering Day END OF SECTION 194 October 4, 2023 1 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby deleted and replaced with the following: DESCRIPTION 212.01. This work consists of application of fertilizer, soil amendments, seedbed preparation, and placing seed and sod. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. Multiple seeding operations shall be anticipated as portions of the job site shall be seeded as they are completed in order to take advantage of the growing conditions and to comply with Section 208 and the remainder of this section. MATERIALS 212.02 Seed, Fertilizers, Soil Conditioners, Mycorrhizae, Elemental Sulfur, and Sod. (a) Seed. The native seed mix identified for use on this project is specified below. Common Name Pounds PLS/Acre Western wheatgrass (Arriba, Barton, Rosana) 5.00 Blue Grama (Hachital, Lovington) 1.25 Sideoats Grama (Vaughn, Butte, Niner, El Reno, Haskell) 7.50 Bottlebrush Squireltail 1.25 Slender Wheatgrass (Pryor, Revenue, or San Luis) 2.50 Indian Ricegrass 1.25 Big Bluestem 1.25 Little Bluestem 1.25 Yellow Indiangrass 1.25 Canada Wild Rye 1.25 Switchgrass (Nebraska 28, Blackwell) 1.25 Total 25.00 WB-cedar wheat or approved equivalent shall be used as a nurse crop and shall be added to the Native Seed Mixture at a rate of 15 PLS per acre. Native and nurse crop seeding shall be done using the appropriate seed drill. Seed shall be delivered to the project site in sealed bags tagged by a registered seed supplier conforming to the requirements of the Colorado Seed Act, CRS 35-27-111(1). Seed used on the project shall not be in the Contractor's possession for more than 30 days from the date of pickup or delivery on the seed vendors packing slip. Bags which have been opened or damaged before Engineer inspection will be rejected. The State required legal tags shall remain on the bag until opened and the seed is placed in either the drill or hydraulic seeders in the presence of the Engineer. The Engineer shall remove all tags after seed has been planted. Each seed tag shall clearly show the following: (1) Name and address of the supplier (2) Botanical and common name for each species 195 October 4, 2023 2 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (3) Lot numbers (4) Percent by weight of inert ingredients (5) Guaranteed percentage of purity and germination (6) Pounds of Pure Live Seed (PLS) of each seed species (7) Total net weight in pounds of PLS in the sealed bag (8) Calendar month and year of test date Seeds shall be free from all noxious weed seeds per Colorado Seed Act (CRS 35-17) prohibited noxious weed seed list. Weed seed content shall not exceed the requirements in part 7.2 of the Colorado Department of Agriculture's Seed Act Rules and Regulations. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. Seed and seed labels shall conform to all current State regulations and to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. The Contractor shall store seed under dry conditions, at temperatures between 35 °F to 90 °F, under low humidity and out of direct sunlight. The Contractor shall provide the location of where seed is stored and access to stored seed locations to the Engineer. Seed stored by the Contractor for longer than 30 days will be rejected. (b) Organic Fertilizer. Fertilizer derived directly from plant or animal sources shall conform to Colorado Revised Fertilizer Rules 8 CCR 1202-4. Fertilizer shall be uniform in composition and shall be delivered to the site in the original, unopened containers, each bearing the manufacturer's name, address, and nutrient analysis. Fertilizer bags (containers) which arrive at the project site opened, damaged, or lacking a label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacturer's original label and sealed at the manufacturing facility. Fertilizer which becomes caked or damaged will not be accepted. Fertilizer shall be stored according to manufacturer's recommendations in a dry area where the fertilizer will not be damaged. Soil in all areas to receive native seed shall be fertilized and conditioned as identified by the topsoil test recommendations specified in Section 207. Organic fertilizer formulation being submitted for use must be registered with the Colorado Department of Agriculture. Verification tests may be conducted by Weld County on grab samples of organic fertilizer delivered to the site to determine the reliability of bag label analysis and for ingredients which are injurious to plants. If a product of any supplier is found to consistently deviate from the bag level analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the Colorado State Board of Agriculture for appropriate action under the "Colorado Fertilizer Law". Fertilizer shall be supplied in one of the following physical forms: (1) A dry free -flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. 196 October 4, 2023 3 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (2) A homogeneous pellet, suitable for application by agricultural fertilizer spreader. Pellet size shall be 2-3 mm. Smaller may be allowed when Seeding (Native) Hydraulic is shown on the plans. (3) A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. The application rate of the organic fertilizer shall be either as high or low nitrogen (N) fertilizer at the rates shown on the plans or as recommended by the Soil Testing Laboratory. In the absence of an application rate shown on the plans and a recommendation from the Soil Testing Laboratory, an application rate of 30 lbs/ac Nitrogen, 40 lbs/ac Phosphorous as P2O5, and 40 lbs/ac of Potassium as K2O shall be used. High N organic fertilizer chemical analysis shall conform to Table 212-1. Table 212-1 Chemical Analysis for High N Fertilizer Ingredient Range Test Method Nitro en g ( N % ) ( ) 6 - 10 AOAC Combustion Official Method Method 993.13 Nitrogen (Total) in Fertilizers Phosphorus (P) (`)/0) 1 - 8 AOAC Fertilizers Official Method 960.03 Phosphorus (Available) in Potassium (K) (%) 1 - 8 AOAC Official Method 983.02 Potassium in Fertilizers Low N organic fertilizer chemical analysis shall conform to Table 212-2. Table 212-2 Chemical Analysis for Low N Fertilizer Ingredient Range Test Method Nitrogen en (N) % C/0) 2-5 AOAC Official Combustion Method Method 993.13 Nitrogen in Fertilizers (Total) Phosphorus ( P % ) ( ) 3-8 AOAC Fertilizers Official Method 960.03 Phosphorus (Available) in Potassium (K) (%) 1-8 AOAC Official Method 983.02 Potassium in Fertilizers Organic fertilizers shall conform to Table 212-3. Table 212-3 Organic Fertilizer Properties Criteria Range Moisture content by weight < 6% Compost (Mechanically Applied). Soil in all areas to receive native seed shall have compost applied as identified by the topsoil test recommendations outlined in Section 207. Compost shall be suitable for use in Erosion Log (Type 2) and permanent seeding applications. Compost shall not contain visible refuse, other physical contaminants, or substances considered harmful to plant growth. Compost shall be used per all applicable EPA 40 CFR 503 standards for Class A biosolids including the time and temperature standards. Materials that have been treated with chemical preservatives as a compost feedstock will not be permitted. October 4, 2023 4 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING The Contractor shall provide material that has been aerobically composted in a commercial facility. Compost shall be from a producer that participates in the United States Composting Council's (USCC) Seal of Testing Assurance (STA) program. The Department will only accept STA approved compost that is tested per the USCC Test Methods for Examining of Composting and Compost (TMECC) manual. Verification tests may be conducted by Weld County on grab samples of compost delivered to the site to determine the gradation and physical properties. Testing may be done for indication of ingredients which are injurious to plants. Sampling procedures will follow the STA 02.01 Field Sampling of Compost Materials and 02.01-B Selection of Sampling Locations for Windrows and Piles. If a product is found to consistently deviate from the gradation and property analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the USCC. 1. Compost for permanent seeding soil conditioner locations onsite and application rates shall be as shown on the plans or at the rate recommended by the Soil Testing Laboratory. In the absence of an application rate being provided on the plans and from the Soil Testing Laboratory, the application rate for compost shall be 2 tons/acre. Organic matter in compost shall be no more than 2 inches in length. Compost (Mechanically Applied) for permanent seeding shall meet the gradation and physical properties as shown in Table 212-4 and Table 212-5. The Contractor shall provide a written explanation for compost tested parameters not within the acceptable requirements for review and consideration. The Contractor shall provide documentation from the composting facility confirming that the material has been tested per USCC TMECC. Table 212-4 Gradation for Permanent Seeding Compost Sieve Size Percent Passing Minimum Maximum Test Method 25.0 mm (1") 100 TMECC Aggregate 02.02-B, Size Classification" "Sample Sieving for 19.0 mm (3/4") 90 100 6.25 mm (1/4") 70 100 Note: Compost shall be from a producer that participates in the USCC STA program. October 4, 2023 5 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Table 212-5 Properties for Permanent Seeding Compost Compost Parameters Reported as Requirements Method Test pH pH units 6.0 - 8.5 04.11-A TMECC (Electrical Soluble Salts Conductivity) dS/m (mmhos/cm) < 5.0 04.10-A TMECC Moisture Content %, wet weight basis 25% - 50% 03.09-A TMECC Organic Matter Content %, dry weight basis 20% - 50% TMECC 05.07-A pounds per cubic yard >240 Carbon Ratio (C:N) to Nitrogen < 15:1 Man-made Contamination (plastic, ceramics, concrete, Inert metal, etc.) %, dry weight g basis < 1% TMECC 03.08-A Stability (respirometry) mg CO2-C mg CO2-C per g per g per day per day 8 or below TMECC 05.08-B TS OM Select weed free Pathogens g and (PASS/FAIL) Salmonella Coliform PASS/FAIL Bacteria < Limits: 3 MPN/4 < 1000 grams MPN/gram of TS, or Pass TMECC Fecal or Salmonella 07.02 07.01-B Coliforms, Metals (PASS/FAIL) Limits Arsenic Copper Mercury Selenium (mg (As) (Cu)1500, (Hg) (Se) kg -1' 41, 17, 100, dw Cadmium Nickel basis): Lead Zinc (Pb) (Ni) (Zn) (Cd) 420, 39, 300, 2800 Pass 04.06 Trace TMECC Maturity (Bioassay) TMECC 05.05-A Percent Emergence %, (average) > 80% Relative Seedling Vigor %, (average) > 80% Use 27 the to calculate STA Lab pounds bulk density per cubic lb/cu yard ft as of received, organic matter. multiplied by organic matter % as received, multiplied by 2 Compost for Erosion Log (Type 2) shall meet the gradation and physical properties as shown in Table 212-6 and Table 212-7. Table 212-6 Gradation for Erosion Log (Type 2) Compost Sieve Size Percent Passing Minimum Maximum Test Method 75.0 mm (3") 100 "Sample 25.0mm(1") 90 100 TMECC Aggregate 02.02-B, Size Classification" p Sieving for 9.5 mm 3I8" ( } 10 50 Note: Organic Compost matter shall be for erosion from a log producer compost that shall participates be no more in the than 4 USCC inches STA in length. program. Table 212-7 Properties for Erosion Log (Type 2) Compost 199 October 4, 2023 6 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Compost Parameters Reported as Requirements Test Method pH pH units 6.0 - 8.5 04.11-A TMECC Soluble Salts (Electrical dS/m (mmhos/cm) < 5.0 TMECC 04.10-A Conductivity) Moisture Content °/0, wet weight basis < 60% 03.09-A TMECC Organic Contentg Matter %, dry weight basis 25% - 100% TMECC 05.07-A Man-made Inert Contamination (plastic, concrete, %, dry weight basis < 0.5% TMECC 03.08-A ceramics, etc.) metal, Stability (respirometry) mg CO2-C mg CO2-C per g TS per g OM per day per day N/A TMECC 05.08-B (PASS/FAIL) Limits: 07.01-B TMECC Select Pathogens Salmonella < 3 MPN/4 grams of TS, Pass Fecal Coliforms, or and weed free or MPN/gram Coliform Bacteria < 1000 07.02 Salmonella (PASS/FAIL) Limits (mg kg -1' dw basis): Metals Arsenic Copper (As) (Cu)1500, 41, Cadmium Lead (Pb) (Cd) 39, 300, Pass TMECC 04.06 Trace Mercury (Hg) 17, Nickel (Ni) 420, Selenium (Se) 100, Zinc (Zn) 2800 Maturity (Bioassay) Percent Emergence ) ( %, (average) N/A 05.05-A TMECC Relative Vigor Seedling %, (average) N/A (d) Biotic Soil Amendments (Hydraulically Applied). Biotic Earth Black hydraulic growth medium (HGM) or approved equivalent shall be used. In order to be considered an equivalent to Biotic Earth Black, the submitted HGM shall meet or exceed every specification category. The HGM shall be composed from a combination of thermally and mechanically processed straw and flexible flax fibers; sphagnum peat moss or certified compost and other organic growth enhancing additives as shown in Table 212-8. Biotic soil amendments shall be pre-packaged in ultraviolet and weather resistant packaging and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking a label will be rejected. Bulk shipments such as tote bags will be rejected. Biotic soil amendments shall be stored in locations not exceeding 80 °F. In addition to the HGM, the Soil Testing Laboratory may recommend additional soil fertilizers and conditioners which shall be added. If additional fertilizer and soil conditioner recommendations are provided, they shall be applied. The Contractor shall submit the Application Rates Guide, Installation and Mixing Instructions, and Product Specifications to the Engineer for approval. The Contractor shall submit a letter of certification from the Manufacturer or Representative showing the products meet or exceed all material composition requirements, laboratory testing properties, and product packaging requirements. Certification shall detail 200 October 4, 2023 7 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING that the straw or fiber was processed at over 160 °F to ensure material is weed free. The Contractor shall provide a CTR with independent laboratory analysis per subsection 106.13. The HGM shall be applied at a rate of 4,500 pounds/acre unless otherwise specified by the Soil Testing Laboratory. Special application rate considerations may be required depending on environmental and soil conditions along with erosion potential on the site. At no time will field mixing of organic fiber materials be allowed. The use of mulch tackifier (Plantago Insularis or pre -gelatinized corn starch polymer) shall be per Section 213. It shall be used as a wetting agent at a rate of 30 pounds per acre. Biotic soil amendments shall provide a continuous and uniform cover and shall consist of one of the components in Table 212-8 and all of the performance and physical properties in Table 212-9. Table 212-8 Required Percentage Ranges of Biotic Soil Amendments Components Units Requirement Professional and other organic grade sphagnum growth enhancing peat additives. moss, certified composts %, dry weight g basis 57% Mechanically free agricultural and straw, thermally flexible processed flax straw fiber consisting of weed %, dry weight g basis 40% Trace starches, vitamin Minerals, A, proteins, and triacontanol plant and based 16 growth biodegradable amino stimulants/regulators) acids co -polymer, (including folic sugars, acid, %, dry weight basis 2% Multiple species of both mycorrhizae and beneficial bacteria %, dry weight basis 1% Table 212-9 Performance and Physical Requirements of Biotic Soil Amendments Parameters Reported as Requirement Test Method pH pH units 5.0 - 7.5 Saturated media extract method Moisture content %, wet weight basis 10% - 50% ASTM D 2974 Organic matter content `)/0, dry weight basis > 95% ASTM D586 Carbon Nitrogen Ratio Ratio C:N < 25-45:1 ASTM E1508 Acute Toxicity (Pass/Fail) Pass (non-toxic) EPA TM 2002.0 The accordance Contractor with shall subsection provide 106.13. a CTR with independent laboratory analysis for the required parameters in e) Humate. The Contractor shall provide a screened dry granular form of organic humic and fulvic acid substance. Humate shall be pre-packaged and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacture's original label and sealed at the manufacturing facility. Humate shall be stored in locations not exceeding 80 °F. Humate shall be provided per the rates shown on the plans. Product shall conform to the parameters in Table 212-10 and Table 212- 11. Table 212-10 Screened Size Requirements for Humate Seeding Method Reported as Requirement Seeding Broadcast (Native) Drill, Hydraulic and inches < 1/4 201 October 4, 2023 8 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Table 212-11 Performance and Physical Requirements of Humate Parameters Reported as Requirement Test Method Organic Matter %, dry weight basis >70% Fines than the sieve) (material No. 200 that is (75-µm) finer %, dry weight basis <2% ASTM D7928 pH pH units 3.0 - 4.5 ASTM D1293 Acute Toxicity Pass I Fail Non Toxic ASTM Method 7101 2021 or or 2002 EPA Humic and Fulvic Acids %, dry weight g basis > 70% A total & alkali L Western extractable method; Carbon Content %, dry weight basis 40% - 50% Moisture Content %, dry weight basis < 20% Heavy Metal I Ash Content %, dry weight basis < 15% Contractor subsection 106.13. shall provide a CTR with independent laboratory analysis for the required parameters The per Mycorrhizae. Mycorrhizae shall arrive onsite in original and undamaged packaging. Handling of this material shall follow manufacturer's safety recommendations. Mycorrhizae shall be stored onsite in such a way as to avoid exposure to direct sunlight for more than four hours and to prevent package temperatures to rise above 85 °F. The endo mycorrhizal inoculum shall provide at least 60,000 propagules per pound and shall contain all of the following species and conform to the parameters in Table 212-12: (1) Glomus intraradices (a.k.a. Rhizophagus intraradices) (2) Glomus mosseae (a.k.a. Funneliformis mosseae) (3) Glomus aggregatum (a.k.a. Rhizophagus aggregatus) (4) Glomus etunicatum (a.k.a. Claroideoglomus etunicatum) Table 212-12 Physical Requirements of Endo Mycorrhizae Parameters Reported as Requirement Test Method Acute Toxicity Pass or Fail Non Toxic ASTM 7101 or EPA Method 2021 or 2002 The product Contractor for shall the required provide a CTR parameters with per subsection independent 106.13. laboratory analysis has been done on the The following rates shall be used for Seeding Methods: (1) For Seeding (Native). Drill, the mycorrhizae product shall be provided as a dry free -flowing granular material, suitable for application by agricultural drill seeder. Application rate shall be 8 pounds per acre. (2) For Seeding (Native). Hydraulic, the mycorrhizae product shall be provided as a fine granular (< 2 mm) or powdered form (particle size less than 300 microns) that will permit complete suspension and used with hydro -seeder equipment. Application rate shall be 20 pounds per acre. 202 October 4, 2023 9 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (g) (3) For Seeding (Native) Broadcast, the mycorrhizae product shall be provided as a dry free -flowing granular material, suitable for application by fertilizer spreader. Application rate shall be 20 pounds per acre. Elemental Sulfur. The Contractor shall provide a free -flowing granular material consistent in size suitable for application by agricultural spreader and conform to the parameters in Table 212-13. Elemental sulfur shall arrive onsite in original and undamaged packaging. Table 212-13 Physical Requirements of Elemental Sulfur Parameters Reported as Requirement Guaranteed Analysis of Elemental Sulfur (S) % > 90 Bulk Density Lbs per cu. ft. > 75 The elemental sulfur application rate shall be at the rate specified on the plans or as recommended by Soil Testing Laboratory. (h) Sod. Sod shall be nursery grown and 99 percent weed free. Species shall be as shown on the plans. The 1 percent allowable weeds shall not include undesirable perennial or annual grasses, or plants defined as noxious by current State statute or county noxious weed list. Soil thickness of sod cuts shall not be less than % inch or more than 1 inch. Sod shall be cut in uniform strips with minimum dimensions of 18 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod proposed for use, which shall serve as a standard if approved. Sod furnished, whether in place or not, that is not up to the standard of the sample will be rejected. Weld County will reject all sod that was cut more than 72 hours before installation. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod and the date and time of cutting. The Contractor shall submit the certificate to the Engineer before application of the sod. Only sod that is accompanied by the certificate from the grower will be accepted and paid for. CONSTRUCTION REQUIREMENTS 212.03 Submittals. The Contractor shall provide the name and contact information of the seeding contractor 30 days before start of seeding work. The Contractor shall provide two copies of items (1) - (15) listed below 5 days before the Pre -Vegetation Conference per Section 207. (1) Written confirmation from the registered seed supplier, on the Contractor's letterhead, that the Contract specified seed has been secured. No substitutions of the contract specified seed will be permitted unless evidence is submitted, from one of the registered seed suppliers that the Contract specified seed is not available and will not become available during the anticipated construction period. (2) Seed vendor's "seed dealer" endorsement. (3) A copy of each seed species germination report of analysis that verifies the lot has been tested by a recognized laboratory for seed testing within 13 months before the date of seeding. (4) A copy of each seed species purity laboratory report of analysis that verifies that the lot has been tested by a recognized laboratory for seed testing. The report shall list all identified species, seed count, and date of test. 203 October 4, 2023 10 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (5) Manufacturer's documentation stating that the fertilizer meets the Contract requirements. (6) Organic fertilizer documentation showing manufacturer and chemical analysis. (7) Permit issued from CDPHE confirming that the vendor can produce or sell compost per House Bill (HB) 1181. (8) Documentation from the compost manufacturer that it is a participating member of in the U.S. Composting Council's Seal of Testing Assurance Program (STA). (9) Results of compost testing on an STA Compost Technical Data Sheet confirming all required test methods are met using the STA Program. (10) Sample of physical compost (at least one cubic foot of material). (11) Manufacturer's documentation confirming that biotic soil amendment meets the required physical and performance criteria based on independent testing by the manufacturer. (12) Manufacturer's documentation confirming that humate meets the required physical and performance criteria based on independent testing by the manufacture. (13) Manufacturer's documentation confirming that mycorrhizae meets the physical criteria based on independent testing and that the minimum required species is provided. (14) Pictures and descriptions of seeding equipment proposed to be used on the project. Based on the seeding methods required at a minimum this should include the drill seeder, hydraulic seeder, cultipacker or seed bed roller implements. (15) Instructions and documentation on how seeders will be calibrated onsite, per subsection 212.05(a). 212.04 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-14. Seeding accomplished outside the time periods listed above will be allowed only when the Contractor's request is approved by the Engineer in writing. If requested by the Contractor, the Contractor must agree to perform the following work at no cost to Weld County: reseed, remulch, and repair areas which fail to produce species indicated in the Contract. If seeding is ordered by the Engineer outside the time periods listed above, the cost to repair areas that fail to produce species will be paid for by Weld County. Table 212-14 Seeding Seasons Zone Spring Seeding Fall Seeding Below feet 6000 April 1st or spring thaw() to June 15th September 15th or until consistent ground freeze(2) (1) "Spring surface thaw" soil (topsoil) is the through earliest date normal in a drill new calendar seeding methods. year in which seed can be buried 1/2 inch into the (2) "Consistent freeze not conditions, be sown, ground drilled, prevents freeze" or planted is burying the when time the during seed the surface 1 the inch soil fall through or months topsoil in which normal is in a drill frozen the surface seeding or crusted operations. soil state. (topsoil), Seed due shall to 212.05 Native Seeding Methods. Areas to be seeded shall be installed per SWMP Permanent Stabilization Plan. 204 October 4, 2023 11 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING All amendments shall be applied based on the seeding method and rates specified on the plans or recommended by Soil Testing Laboratory. All seed shall be done per the rates specified in the Specifications. The Contractor shall submit a proposed Permanent Stabilization Phasing Plan to the Engineer before the Pre- revegetation Conference for approval showing how the SWMP Permanent Stabilization Plans will be implemented to minimize traffic loading damage to subgrade soil prepared and seeded areas. The proposed sequencing shall consider and identify strategies and site management control measures to protect seeded areas from foot, vehicle, and other disturbances. The strategic planning of the permanent seeding and mulch shall consider all other phasing of construction activities including traffic management and utility work. Areas damaged due to the Contractor's failing to protect the seeded areas shall be repaired at no cost to the Department. Seeded areas damaged due to circumstances beyond the Contractor's control shall be repaired and reseeded as ordered. Payment for corrective work, when ordered, shall be at the Contract prices shown and per subsection 109.04. The following seeding application methods shall not be implemented during winds which are consistently higher than 20 MPH, or when the ground is frozen, excessively wet, or otherwise untillable. The Engineer may test to see if the moisture level in the soil is acceptable to work the soil by performing a Soil Plasticity Test as described in the CDOT Construction Manual. Multiple seeding operations shall be anticipated, based on acceptable seeding conditions. The seeding methods to be implemented shall be one or more of the following, as shown on the plans: (a) Seeding (Native) Drill. 1. Soil Preparation. Slopes flatter than 2:1, shall be tilled into an even and loose seed bed 4 inches deep. Slopes 2:1 or steeper shall be left in a roughened condition. Slopes shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension and brought to the desired line and grade. Roll, rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas that can be planted within 24 hours after fine grading has been completed. No additional payment will be made if the Contractor has to complete fine grading or for fine grading more than one time. 2 Fertilizer, Compost, and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the topsoil using an agricultural spreader at the rate outlined in above. All competitive, non-native vegetation shall be uprooted and hauled offsite before spreading amendments. If SWMP Site Maps are not included in the Contract, the Contractor shall use the Grading or Roadway plan sheets. When compost and elemental sulfur is required, the Contractor shall homogenously incorporate the compost and elemental sulfur into the top 6 inches of topsoil. Tillage of the amendments shall be completed using a disc and harrow, field cultivator, vibra-shank, or other method suitable to site conditions. For small areas tillage shall be completed using rotary tillers. No measurable depth of organic amendment shall be present on the surface. The shanks on the back of a grader or dozer shall not be used for tillage. Tillage may take multiple passes to achieve the desired harmonious incorporation. If multiple passes are required, the Contractor shall cross till the soil with the second pass occurring at a 30 -degree angle to the first pass. On slope areas, all tillage shall be parallel to the contour. For projects that will utilize aggregate or recycled asphalt shouldering material amendments, tillage is not required under shouldering material. Projects seeding up to the edge of pavement, tillage is not required for first 12" from the edge of pavement. When fertilizers are required, the Contractor shall uniformly apply fertilizer on the surface of the topsoil using an agricultural spreader and then work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. 205 October 4, 2023 12 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING When HGM is required, the HGM shall be mixed in the tank following the procedures outlined below: A. Fill tank with water to a level where the paddles are 1 covered and may be activated. B. Activate the mechanical agitation system. C. Prime pump and any discharge hoses before adding any HGMs. D. Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. E Continue filling tank with water to approximately % full and begin adding bags of HGMs. F All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. G. Add seed and/or other amendments to slurry as required. Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. 3 Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using cultipacker or seed bed roller implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension per Section 207. Areas shall be left in a rough and uncompacted condition with a surface variance of 2 to 4 inches. 4 Seed and Mycorrhizae. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be done within two days of seedbed preparation efforts (tilling or scarifying). If a rain event occurs that compacts or erodes the seedbed before performing seeding, the seedbed shall be re -prepared as directed by the Engineer. Areas shall be seeded by mechanical power drawn drills suitable for area soils, topography, and size followed by packer wheels. Mechanical power drawn drills shall have furrow openers and depth bands set to maintain a planting depth of at least IA inch and not more than % inch and shall be set to space the rows not more than 8 inches apart. Seeding equipment shall have a double disk opener, seed box agitator, and seed metering device. The seeder shall be calibrated by collecting seed from a single drop tube in the presence of the Engineer based on the following procedure. The Contractor shall provide the tape measure, scale, collection cup, and seed bag with complete label from the supplier. The Contractor may submit an alternative method for approval at the site Pre -vegetation Conference. A. Measure the total width (W) of the drill seeder in feet. B. Count the number of drill rows (N) on the seeder. C. On drill seeders that the tire drives the seeding mechanism, measure the tire circumference (C) in feet. October 4, 2023 13 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING D. Calculate the number of rotations the tire will complete per acre using the following equation: A = one acre or 43,560 square feet (SF) A /W = feet (F) the drill seeder needs to travel for each acre F/C = number of rotations (R) of the tire per acre E Reduce the amount of tire rotations by one tenth. .90R = # Tire rotations to calibrate seeder (RCS) F Find the seeding rate (LBS PLS / Acre) on the Stormwater Management Plan G Using the information from the seed tag, convert the PLS seed rate to a bulk seeding rate using the following equations: PLS = C/0 purity (in decimal form) from seed label) x (% germination (in decimal form) from seed label) (LBS PLS / Acre) from the SWMP / % PLS = Required bulk seed per acre in LBS H. Reduce the required bulk seed per acre based on the number of seeder tubes. Required bulk seed per acre / N = Weight in LBS of bulk seed from one tube I Reduce the required bulk seed rate from the tube by one tenth. 0.90 x Weight of bulk seed from one tube = Collected bulk seed weight (CBS) in LBS J Set the drill seeder to the correct seeding rate using the manufacturer's recommendation. K. With the collection cup under one tube and the driving wheel jacked up, rotate the tire the RCS amount of times. Use the value stem to count the rotations. L Using the scale, weigh the seed in the collection cup. M Adjust the drill calibration until the weight of bulk seed in the collection cup equals the CBS in LBS. 5. Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. If these items are required, they shall be mixed according to the process outlined below. The HGM or biotic soil amendment shall be mixed in the tank following the procedures outlined below: A. Fill tank with water to a level where the paddles are 1/4 covered and may be activated. B. Activate the mechanical agitation system. C. Prime pump and any discharge hoses before adding any HGMs. October 4, 2023 14 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING D Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. E Continue filling tank with water to approximately % full and begin adding bags of HGM. F All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. G. Fertilizer and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. H Add seed and/or other amendments to slurry as required. I Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. Drill seeders shall be recalibrated every time the drill is mobilized onsite. The Contractor shall submit a written statement that the equipment is calibrated and shall provide the correct depth based on conditions before seeding actions are initiated. The Contractor shall continuously monitor equipment to ensure that it is providing a uniform seed application. Mycorrhizae granules shall be included with the seed in the drill seeder such that the mycorrhizae is placed at or below the seed. The distance between furrows produced using the drill shall not be more than 8 inches. If rows on the drill exceed 8 inches, the Contractor shall drill the areas twice (if achievable at 30 -degree angles to each other) at no additional cost to Weld County. After seeding, the furrows that were created by the drill shall be maintained in place. Construction traffic, other than what is needed to mulch the areas, shall not be permitted on the areas completed. Permanent stabilization mulching shall be accomplished within 24 hours of drill seeding. (b) Seeding (Native) Hydraulic. Hydraulic seeding shall not be allowed unless approved in advance by the Engineer. If hydraulic seeding is approved, it shall be completed at twice the rate specified in the Contract at no additional cost to the project. If hydraulic seeding is approved, the hydraulic seeding shall be completed as outlined below. This method utilizes water as the carrying agent and mixes biotic soil amendments, seed, organic fertilizer, humates, mycorrhizae and elemental sulfur into a single slurry for hydraulic application. The Contractor shall furnish and place combined slurry with a hydro -seeder that will maintain a continuous agitation and apply homogenous mixture through a spray nozzle. The pump shall produce enough pressure to maintain a continuous, non -fluctuating spray that will reach the extremities of the seeding area. Water tanks shall have a means of measuring volume in the tank. Seed shall be added to the slurry onsite, no more than 60 minutes before starting application. Slurry shall be applied from a minimum of two opposing directions to achieve complete soil coverage. The application of the single slurry shall be applied within four hours of adding Mycorrhizae. October 4, 2023 15 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING The Contractor shall prevent seed, fertilizer, and mulch from falling or drifting onto areas occupied by rock base, rock shoulders, plant beds, or other areas where grass is detrimental. The Contractor shall remove material that falls on plants, roadways, gravel shoulders, structures, and other surfaces where material is not specified. A. Seedbed Preparation. All areas shall be loosened to at least 6 inches, leaving the surface in rough condition with a surface variance of 6 to 8 inches. On steep slopes, tillage shall be accomplished with appropriate equipment as the slope is constructed. Soil areas shall be tilled to produce loose and friable surfaces with crusted hard soils broken up. All slopes shall be free of clods, sticks, stones, debris, concrete, asphalt and all other materials in excess of 4 inches in any dimension. All competitive, non-native vegetation shall be uprooted and hauled offsite before spreading amendments. Under no circumstances shall the ground surface be smooth and compacted. B Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. If these items are required, they shall be mixed according to the process outlined below. The HGM or biotic soil amendment shall be mixed in the tank following the procedures outlined below: (1) Fill tank with water to a level where the paddles are IA covered and may be activated. (2) Activate the mechanical agitation system. (3) Prime pump and any discharge hoses before adding any HGMs. (4) Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. (5) Continue filling tank with water to approximately % full and begin adding bags of HGM. (6) All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. (7) Fertilizer and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. (8) Add seed and/or other amendments to slurry as required. (9) Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. Hydraulic seeding equipment shall include a pump capable of being operated at 100 gallons per minute and at 100 pounds per square inch pressure. The equipment shall have a nozzle adaptable to hydraulic seeding requirements. Storage tanks shall have a means of estimating the volume used or remaining in the tank. Seed shall be added to the slurry onsite no more than 60 minutes before starting application. The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) by 2 times at no additional cost to Weld County. The Contractor may be required to apply slurry using multiple hoses to ensure uniform application to all areas of the site. Coverage rates shall be based on the volume of October 4, 2023 16 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING material in the tank, as verified by the Engineer. Areas of lighter applications (covering more area than what is calculated) will require additional application, as directed at no additional cost to the County. An appropriate curing period shall be per manufacturer's recommendations and shall consider forecasted weather conditions. Permanent stabilization mulching shall be accomplished within 24 hours of hydraulic application of native seed. (c) Seeding (Native) Broadcast. This method utilizes hand equipment to broadcast spread amendments and seed over prepared seedbeds. Broadcasting seed will be permitted only on small areas that are not accessible to machine methods. Areas to be broadcast seeded shall be approved in writing by the Engineer prior to the start of seeding. A. Fertilizing, Compost, Humate and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the placed topsoil using an agricultural spreader at the rate of application specified on the plans or as recommended by the Soil Testing Laboratory. All competitive non-native vegetation shall be uprooted and hauled offsite before spreading amendments. The Contractor shall homogenously incorporate the compost into the top 6 inches of soil. Tillage of the amendments shall be completed using appropriate tools depending on the size of the area to be worked. Contractor shall use hand tillers or approved small space implements. Once incorporation of compost and elemental sulfur is approved, the Contractor shall uniformly apply organic fertilizer and humates on the surface of the topsoil using an agricultural spreader. B Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using tractor implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension per Section 207. Areas shall be left in a rough condition with a surface variance of 2 to 4 inches. Under no circumstances shall the ground surface be smooth and compacted. C. Seed and Mycorrhizae. Before seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be accomplished within two days of seedbed preparation efforts (tilling or scarifying) to make additional seedbed preparation unnecessary. If a rain event occurs that compacts or erodes the seedbed before performing seeding, the seedbed shall be re -prepared as directed. Areas shall be seeded by broadcast -type seeders (cyclone or approved mechanical seeders). The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) as shown on the plans by 2 times at no additional cost to Weld County. After seeding, mycorrhizae shall be evenly hand -distributed across the area. Seed and mycorrhizae shall be covered by hand raking and covering with IA to % inch of topsoil. To ensure seeds have a firm contact with the soil the Contractor shall use a heavy roller as approved in the Site Pre - vegetation Conference. Mycorrhizae shall not be exposed to sunlight for more than four hours. Using equipment with continuous cleat tracks (cat -tracking) to cover seed is not permitted. Permanent stabilization mulching shall be accomplished within 24 hours of broadcast seed application of native seed. 210 October 4, 2023 17 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 212.06 Seeding (Temporary). Areas of topsoil shall be seeded with annual grasses per SWMP Interim Site Maps or as directed by the Engineer. Temporary seeding may take place at any time during the year as long as the ground is not covered in snow and topsoil is not frozen. Topsoil may be placed in a stockpile or distributed on -grade after receiving subgrade soil preparation. Interim stabilization for areas that receive temporary seeding shall be per subsection 208.04(e)2. Seed shall not be included with interim hydraulic mulch applications. The Contractor shall wait to amend topsoil until the area is ready for permanent seeding with native seed mix shown on the SWMP. The Contractor shall use either the drill, hydraulic, or broadcast method of seeding. Seeding rates (LBS PLS / Acre) shall be increased by 2 times for hydraulic and broadcast methods at no additional cost to Weld County. Seed shall meet the requirements of 212.02(a) and shall be selected from Table 212-15 based on the application time. Table 212-15 Temporary Seed Mixes Common Name Botanical Name Application Time Seeding ( LBS PLS/Acre) Rates Planting (inches) Depth Oats Avena sativa October 1 - May 1 35 1 - 2 Foxtail Millet Setaria italica May 2 - September 30 30 1/2 - 3/4 The Contractor shall restrict motorized vehicle and foot traffic from areas that have received temporary seeding. 212.07 Seeding (Lawn). Lawn grass seeding shall be accomplished in the seeding seasons per subsection 212.03. (a) Fertilizing and Soil Conditioning. The first application of fertilizer, soil conditioner, or both shall be incorporated into the soil immediately before seeding, and shall consist of a soil conditioner, commercial fertilizer, or both as designated in the Contract. Fertilizer called for on the plans or as recommended by the Soil Testing Laboratory shall be worked into the top 4 inches of soil. Biological nutrient, culture, or humate based material shall be applied at the rate recommended by the Soil Testing Laboratory and shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. The second application of fertilizer shall consist of a fertilizer having an available nutrient analysis of 20-10- 5 applied at the rate of 100 pounds per acre. It shall be uniformly broadcast over the seeded area three weeks after germination or emergence. The area shall then be thoroughly soaked with water to a depth of 1 inch. Fertilizer shall not be applied when the application will damage the new lawn. (b) Seedbed Preparation. In preparation of seeding lawn grass, irregularities in the ground surface, except the saucers for trees and shrubs, shall be removed. Measures shall be taken to prevent the formation of low places and pockets where water will stand. Immediately before seeding, the ground surface shall be tilled, or hand worked into an even and loose seedbed to a depth of 6 inches, free of clods, sticks, stones, debris, concrete, and asphalt in excess of 2 inches in any dimension and brought to the desired line and grade. 211 October 4, 2023 18 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING ( c ) Seeding. Seed shall be drilled with mechanical landscape type drills. Broadcast type seeders or hydraulic seeding will be permitted only on small areas not accessible to drills. Seed shall not be drilled or broadcast during windy weather or when the ground is frozen or untillable. 212.08 Sodding. (a) Fertilizing and Soil Conditioning. Before laying sod, the 4 inches of subsoil underlying the sod shall be treated by tilling in fertilizer, compost, or humates as shown on the plans or as recommended by the Soil Testing Laboratory. Amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. After laying the sod, it shall be fertilized with a fertilizer having a nutrient analysis of 20-10-5 at the rate of 200 pounds per acre. Fertilizer shall not be applied when the application will damage the sod. (b) Soil Preparation. Before sodding, the ground shall be tilled, or hand worked into an even and loose sod bed to a depth of 6 inches, and irregularities in the ground surface shall be removed. Sticks, stones, debris, clods, asphalt, concrete, and other material more than 2 inches in any dimension shall be removed. Depressions or variances from a smooth grade shall be corrected. Areas to be sodded shall be smooth before sodding occurs. ( c ) Sodding. Sod shall be placed by staggering joints with all edges touching. On slopes, the sod shall run approximately parallel to the slope contours. Where the sod abuts a drop inlet, the subgrade shall be adjusted so that the sod shall be 1-1/2 inches below the top of the inlet. Within one hour after the sod is placed and fertilized it shall be watered. After watering, the sod shall be permitted to dry to the point where it is still wet enough for effective rolling. The Contractor shall roll the sod in two directions with a lawn roller capable of applying between 50 - 80 pounds per square inch of surface pressure to eliminate air pockets. METHOD OF MEASUREMENT 212.09. The quantities of lawn seeding, and the three native seeding types will not be measured but shall be the quantities designated in the Contract, except that measurements will be made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. The quantity of sod will be by the actual number of square feet, including soil preparation, water, fertilizer, and sod, completed and accepted. Fertilizer, compost, elemental sulfur, humates, and mycorrhizae soil amendments for seeding methods (drill, hydraulic, and broadcast) will not be measured separately but shall be included in the work unless they are identified as separate pay items in the plans. If these items are identified as separate pay items in the Contract, they will be measured by the actual quantity of material applied and accepted by the Engineer. Measurement for acres will be by slope distances. Hydraulic Growth Medium shall be measured by the actual quantity of material applied and accepted. BASIS OF PAYMENT 212.10. The accepted quantities of lawn seeding, native seeding, soil conditioning, and sod will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Rejected seed that has been stored longer than 30 days shall be re -ordered at the expense of the Contractor. 212 October 4, 2023 19 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Payment will be made under: Pay Item Pay Unit Organic Fertilizer Pound, Acre Compost (Mechanically Applied) Cubic Yard, Acre Biotic Soil Amendments (Hydraulic Applied) Pound Biotic Earth Black (HGM) Acre Humate Pound Mycorrhizae Pound Elemental Sulfur Pound, Acre Seeding (Native)(Drill) Acre Seeding (Native)(Hydraulic) Acre Seeding (Native)(Broadcast) Acre Seeding (Wetland)(Drill) Acre Seeding (Wetland)(Hydraulic) Acre Seeding (Wetland)(Broadcast) Acre Seeding (Temporary) Acre Seeding (Lawn) Acre Sod Square Foot Soil Conditioning (Fertilizer) Acre Soil Conditioning (Compost) Acre Soil Conditioning (Elemental Sulfur) Acre Seeding (Native) Acre Topsoil preparation including incorporating and applying amendments, seedbed preparation, water, and seed mix (LBS PLS/Acre) will not be measured and paid for separately but shall be included in the Work. Calibrating, adjusting, or readjusting seeding or fertilizing equipment will not be measured and paid for separately but shall be included in the Work. No additional cost will be accepted for approved substitution of specified seed mix. Additional seedbed preparation before seeding to correct compaction or erosion from storm events will not be measured and paid for separately but shall be included in the Work. Additional mobilizations as needed to complete seeding within allowed seeding seasons will not be measured and paid for separately but shall be included in the Work. Removal of all competitive, non-native vegetation before spreading amendments will not be measured and paid for separately but shall be included in the Work. Unless specifically identified as separate pay items in the plans, Organic Fertilizer, Compost (Mechanically Applied) and Mycorrhizae soil amendments for Seeding (Native) methods drill, hydraulic, and broadcast will not be measured separately and shall be included in the cost of the Work. END OF SECTION 213 October 4, 2023 1 REVISION OF SECTION 213 MULCHING Section 213 of the Standard Specifications is hereby revised for this project as follows: Subsection 213.04, paragraph 2 shall be deleted and replaced with the following: The quantity of hydro -mulch and tackifier will not be measured separately but shall be included in the measurement for seeding. Subsection 213.05 shall include the following: Payment will be made under. Pay Item Pay Unit Mulching (Weed Free) Acre Mulching (Hydro -mulch with Tackifier) shall be measured and paid for separately but shall be considered incidental to seeding (native). END OF SECTION 214 October 4, 2023 1 REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby revised for this project as follows: Subsection 216.01 shall be deleted and replaced with the following: 216.01. This work consists of furnishing, preparing, applying, placing, and securing soil retention blankets and turf reinforcement mats for erosion control on roadway ditches, slopes, or channels as designated in the Contract or as directed. This work shall also include site preparation to proper depth, placement of native soil over the turf reinforcement mat as recommended by the TRM manufacturer or as directed by Weld County. When Soil Retention Blankets (bio-degradable) are required, the work will be paid for separately per Section 216 Soil Retention Blanket (straw/coconut). Subsection 216.02 shall be deleted and replaced with the following: (d) Soil Retention Blanket (Coconut). Soil Retention Blanket (Coconut) shall be a machine -produced mat consisting of 100 percent coconut fiber. It shall be either biodegradable or photodegradable. Netting shall be as follows: When biodegradable netting is specified, the top and bottom netting shall be 100 percent biodegradable organic jute fiber. Netting shall be constructed using a weave which is unattached at the intersections, and which allows the strands of the net to move independently of each other. When photodegradable netting is specified, the bottom and top side shall be heavyweight polypropylene. Table 216-1 PHYSICAL REQUIREMENTS FOR SOIL RETENTION BLANKET PHOTODEGRADABLE OR BIODEGRADABLE BLANKETS Photo/Bio- DegradableClass Minimum Width Roll Minimum ASTM Thickness D6525 Acceptable Matrix Material Fill Min. Unit ASTM Mass Area D6475 per Size of Net Opening degradable Photo- degradable Bio- 1 6.5 ft. 250 mils Straw/ Coconut 8 oz.ISY Minimum: 0.50"x0.50" Minimum: 0.50"x0.50" Maximum: 0.75"x0.75" Maximum: 0.5"x1.0" 1 6.5 ft. 250 mils Excelsior 8 oz./SY Minimum: 0.50"x0.50" NONE Maximum: 1.0"x2.0" 2 6.5 ft. 200 mils Coconut 8 oz/SY 0.50" Minimum: x0.50" Minimum: 0.50"x0.50" Maximum: 0.75"x0.75" Maximum: 0.5"x1.0" 215 October 4, 2023 2 REVISION OF SECTION 216 SOIL RETENTION COVERING Table 216-2 PERFORMANCE REQUIREMENTS FOR SOIL RETENTION BLANKET PHOTODEGRADABLE OR BIODEGRADABLE BLANKETS Product Class Slope "C" Factor1 Application D 6459 ASTM Channel Permissible (Un-vegetated) Application Shear ASTM Stress2 D 6460 Minimum Strength 6818 Tensile ASTM D 1 ≤ 0.10@3:1 2.00 lbs/sf 100 lbs/ft 2 < 0.10@3:1 2.25 lbs/sf 125 lbs/ft Notes: I "C" Factor calculated as ratio of soil loss from soil retention blanket protected slope (tested at specified or greater gradient, h:v) to ratio of soil loss from unprotected (control) plot in large- scale testing. 2 Permissible shear stress is the minimum shear stress that a product must be able to sustain without physical damage or excess soil loss when it is installed on a bare soil channel. Failure is defined as 1/2 inch of soil loss during a 30 -minute flow event in large scale testing. Blankets shall be tested for physical properties and have published data from an independent testing facility. Large scale testing of Slope Erosion Protection ("C" factor) shall be performed by an independent testing facility. Subsection 216.02(e) shall be deleted and replaced with the following: (e) Before installation, topsoil shall be placed and amended with soil conditioning per Section 207 and Section 212. Then one-half of the specified seed shall be applied by hand broadcasting at the broadcast rate and raked into the soil in accordance with Section 212. After installation, the TRM shall be covered with 0.5 inches of topsoil in accordance with Section 207. After the topsoil has been placed, the remaining one-half of the seed shall be hand broadcast at the broadcast rate and raked into the soil in accordance with Section 212. Turf reinforcement mat (TRM) shall be a rolled mat consisting of UV stabilized, corrosion resistant, non- degradable synthetic fibers, filaments, or nets processed into a permanent three-dimensional matrix of the thickness specified in Tables 216-3 and 216-4. TRMs shall provide sufficient thickness, strength and void space to permit soil filling and retention, and the development of vegetation within the matrix. The class of TRM is defined by the physical and performance characteristics as specified in the following tables. After installation, the TRM shall be covered with 0.5 inches of topsoil per Section 207. After the topsoil has been placed, the remaining one-half of the seed shall be hand broadcast at the broadcast rate and raked into the soil per Section 212. TRMs shall be tested for physical properties and have published data from an independent testing facility Large scale testing of Permissible Shear Stress shall be performed by an independent testing facility. Table 216-4 shall be deleted and replaced with the following: 216 October 4, 2023 3 REVISION OF SECTION 216 SOIL RETENTION COVERING Table 216-4 PERFORMANCE REQUIREMENTS FOR TURF REINFORCEMENT MAT Specification S p Product Name152 LandLok 450 Pyramat 50 Pyramat 75 Thickness ASTM D-6525 (in) 0.50 0.30 0.40 Tensile Strength ASTM D-6818 (lbs/ft) 425 x 350 3200 x 3000 4000 x 3000 Elongation ASTM D-6818 (%) 50 30x30 40x35 Resiliency ASTM D-6524 (%) 90 . 70 80 Flexibility ASTM D-6576 (in -lb) 0.026 0.195 0.534 UV Resistance % Retained @ 1,000 Hours ASTM D-4355 80 . 90 90 Velocity (Vegetated) (ft/sec) 18 22 25 Permissible Shear Stress3 (Vegetated) ASTM D 6460 (lbs/ft2) 10 14 16 Manning's n (Unvegetated) 0.025 0.028 0.028 Seeding Emergence ASTM D-7322 (%) 409 - 619 16 16 8x 140 x x 348.75 140 8.5 15 x x 120 120 8.5 15 x x 120 120 Roll Sizes (ft x ft) Notes: 1 In 2 3 Approved must Permissible on soil the a loss event meet fully during equivalent vegetated or that shear exceed the a stress 30 channel -minute product products all specifications is the flow name without may minimum event is be not physical listed used in large called shear if approved above. damage out stress scale in testing. the that or by excess plans, a the product Engineer. Pyramat soil loss. must 75 An be shall approved able Failure be is the to sustain defined equivalent installed. when as 1/2 inch product placed of S ubsection 216.02(f) shall be deleted and replaced with the following: (f) Staples. Staples shall be made of ductile steel wire. For use in Channel: 0.165 inch, "U" shaped staples shall be 8 inches long and have a 1 -inch crown. For use on Slope: 0.165 inch, "U" shaped staples shall be 8 inches long and have a 1 -inch crown. "T" shaped pins shall not be used. A sample of the staples and a Certificate of Compliance (COC) including the manufacturer's product data showing that the product meets the Contract requirements shall be submitted for approval at the Environmental Pre -construction Conference. Installation of the blanket will not begin until approval has been received from the Engineer in writing. S ubsection 216.07 shall be deleted and replaced with the following: 216.07. Soil retention coverings and turf reinforcement mats will be measured by the square yard of finished surface which is installed and accepted by the Engineer. Trenches, overlap, and wastage will not be measured separately but shall be included in the Work. If approved by the Engineer for use on the project, earth anchors will be measured by the actual number of earth anchors complete in place and accepted. S ubsection 216.08 shall be revised to include the following: 217 October 4, 2023 4 REVISION OF SECTION 216 SOIL RETENTION COVERING Payment will be made under: Pay Item Pay Unit Soil Retention Blanket (S-C)(BioD CL 2) Square Yard Soil Filled Turf Reinforcement Mat (Class 3) Square Yard ( Soil Retention Blanket (Straw/Coconut)(Biodegradable)( Class 1) Square Yard Subsection 216.08, paragraphs following the payment table shall be deleted all and replaced with the following: Preparation of seedbed, placement of topsoil, fertilizing, soil conditioning, and seeding shall not be paid for separately but shall be incidental to the Soil Filled Turf Reinforcement Mat. Staples will not be paid for separately but shall be included in the Work. END OF SECTION 218 October 4, 2023 1 SECTION 217 HERBICIDE TREATMENT Section 240 is hereby added to the Standard Specifications for this project as follows Subsection 217.03 shall be revised to include the following: Once the project area is disturbed and the vegetation is removed or impacted, no break in construction is expected to allow for habitat rehabilitation until the project construction is complete. If a break in construction occurs, particularly during the growing season, and vegetation growth occurs, including noxious weed growth, a qualified biologist will assess the site prior to commencement of a second or continued phase of construction to identify any areas where grubbing/mowing should occur and/or identify areas of noxious plants for mechanical, manual, or chemical treatment. Subsection 217.05 shall be revised to include the following: Herbicide treatment to control noxious weeds within the project area will not be measured and paid for separately but shall be included in the Work. 219 October 4, 2023 1 SECTION 240 PROTECTION OF MIGRATORY BIRDS BIOLOGICAL WORK PERFORMED BY THE COUNTY'S BIOLOGIST Section 240 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 240.01 This work consists of protecting migratory birds during construction. This includes, but is not limited to roadway earthwork, bridge demolition or construction, new signing, new lighting, new guardrail posts, erosion control, and minor drainage. The removal of nests without fledglings before construction shall be coordinated with the Engineer. MATERIALS AND CONSTRUCTION REQUIREMENTS 240.02 The Contractor shall schedule clearing and grubbing operations and work on structures to avoid taking (pursue, hunt, take, capture or kill; attempt to take, capture, kill or possess) migratory birds protected by the Migratory Bird Treaty Act (MBTA). Weld County will retain a qualified wildlife biologist for this project. The Contractor shall coordinate with the Engineer and Weld County's wildlife biologist during the course of the project. (a) Vegetation Removal. When possible, vegetation shall be cleared by the Contractor prior to the time when active nests are present. Vegetation removal activities shall be timed to avoid the migratory bird breeding season which begins on April 1 and runs to August 31. All areas scheduled for clearing and grubbing between April 1 and August 31 will be surveyed within the work limits by Weld County's biologist for active migratory bird nests. Weld County's biologist will also survey for active migratory bird nests within 50 feet outside work limits. Contractor personnel shall enter areas outside the right of way only if a written, signed document granting permission to enter the property has been obtained from the property owner. The Contractor shall document all denials of permission to enter property. The Contractor shall avoid all active migratory bird nests. The Contractor shall avoid the area within 50 feet of the active nests or the area within the distance recommended by the biologist until all nests within that area have become inactive. Inactive nest removal and other necessary measures shall be incorporated into the Work as follows: (1) Tree and Shrub Removal or Trimming. Tree and shrub removal or trimming shall occur before April 1 or after August 31 if possible. If tree and shrub removal or trimming will occur between April 1 and August 31, a survey for active nests shall be conducted by the Weld County's biologist within the seven days immediately prior to the beginning of work in each area of tree and shrub removal or trimming. The Contractor shall notify the Engineer at least 10 working days in advance of the need for the County's biologist to perform the survey. The survey shall be conducted for each phase of tree and shrub removal or trimming. If an active nest containing eggs or young birds is found, the tree or shrub containing the active nest shall remain undisturbed and protected until the nest becomes inactive. The nest shall be protected by placing fence (plastic) a minimum distance of 50 feet from each nest to be undisturbed. This buffer dimension may be changed if determined appropriate by the County's biologist and approved by the Engineer. Work shall not proceed within the fenced buffer area until the young have fledged or the nests have become inactive. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the Work, wholly or in part, until the fence is satisfactorily repaired at the Contractor's expense. Time lost due to 220 October 4, 2023 2 SECTION 240 PROTECTION OF MIGRATORY BIRDS BIOLOGICAL WORK PERFORMED BY THE CONTRACTOR'S BIOLOGIST such suspension will not be considered a basis for adjustment of time charges but will be charged as contract time. The County's biologist will conduct raptor nest surveys within 0.5 mile of the construction site before the start of construction and before each construction phase. This survey can be done with binoculars. If construction activities are located within the Colorado Division of Wildlife (CDOW) recommended buffer zone for specific raptors, "NO WORK" zones shall be established around active sites during construction according to the CDOW standards or as recommended by the wildlife biologist in consultation with the CDOW. The "NO WORK" zone shall be marked with either fencing or signing. Work shall not proceed within a "NO WORK" zone until the County's biologist has determined that the young have fledged, or the nest is unoccupied. (2) Grasses and Other Vegetation Management. Due to the potential for encountering ground nesting birds' habitat, if work occurs between April 1 and August 31, the area shall be surveyed by the County's biologist within the seven days immediately prior to ground disturbing activities. The Contractor shall notify the Engineer at least ten working days in advance of the need for the County's biologist to perform the survey. The undisturbed ground cover to 50 feet beyond the planned disturbance, or to the right of way line, whichever is less, shall be maintained at a height of 6 inches or less beginning April 1 and continuing until August 31 or until the end of ground disturbance work, whichever comes first. If birds establish a nest within the survey area, an appropriate buffer of 50 feet will be established around the nest by the County's biologist. This buffer dimension may be changed if determined appropriate by the County's biologist and approved by the Engineer. The Contractor shall install fence (plastic) at the perimeter of the buffer. Work shall not proceed within the buffer until the young have fledged or the nests have become inactive. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the Work, wholly or in part, until the fence is satisfactorily repaired at the Contractor's expense. Time lost due to such suspension will not be considered a basis for adjustment of time charges but will be charged as contract time. (b) Work on structures. If Bald Eagle roosts are present, the County's biologist will conduct dusk and dawn surveys of the Bald Eagle roosts within seven (7) days before the start of any construction during the winter season, November 15 to March 15. If a Bald Eagle roost is identified, construction activity shall not proceed within 0.25 miles of active nocturnal roost sites between November 15 and March 15. If raptors may be present, the County's biologist shall conduct raptor nest surveys within 0.5 mile of the construction site before the start of construction and before each construction phase. This survey can be done with binoculars. If construction activities are located within the Colorado Division of Wildlife (CDOW) recommended buffer zone for specific raptors, "NO WORK" zones shall be established around active sites during construction according to the CDOW standards or as recommended by the County's biologist in consultation with the CDOW. The "NO WORK" zone shall be marked with either fencing or signing. Work shall not proceed within a "NO WORK" zone until the County's biologist has determined that the young have fledged, or the nest is unoccupied. If raptor perches will be affected, the Contractor shall install perch poles, made from 2 inch round steel signposts with 24 -inch T brackets without sign mounting holes. The poles shall be at least 12 feet in height. The Contractor shall perform work on the project in a manner that does not result in a taking of migratory birds protected by the Migratory Bird Treaty Act (MBTA). The Contractor shall not perform the Work on 221 October 4, 2023 3 SECTION 240 PROTECTION OF MIGRATORY BIRDS BIOLOGICAL WORK PERFORMED BY THE CONTRACTOR'S BIOLOGIST structures during the primary breeding season, April 1 through August 31, unless the following actions are taken: (1) The Contractor shall remove existing nests prior to April 1. If the Contract is not awarded prior to April 1 and Weld County has removed existing nests, then the monitoring of nest building shall become the Contractor's responsibility upon Notice to Proceed. (2) During the time that the birds are trying to build or occupy their nests, between April 1 and August 31, the Contractor shall monitor the structures at least once every three days for any nesting activity. ( c ) (3) If the birds have started to build any nests, they shall be removed before the nest is completed. Water shall not be used to remove the nests if nests are located within 50 feet of any surface waters. (4) Installation of netting may be used to prevent nest building. The netting shall be monitored and repaired or replaced as needed. Netting shall consist of a mesh with openings that are % inch by % inch or less. If an active nest become established, i.e., there are eggs or young in the nest, all work that could result in abandonment or destruction of the nest shall be avoided until the young have fledged or the nest is unoccupied as determined by the County's biologist and approved by the Engineer. The Contractor shall prevent construction activity from displacing birds after they have laid their eggs and before the young have fledged. If the project continues into the following spring, this cycle shall be repeated. When work on the structure is complete, the Contractor shall remove and properly dispose of netting used on the structure. Taking of a Migratory Bird. The taking of a migratory bird shall be reported to the Engineer. The Contractor shall be responsible for all penalties levied by the U. S. Fish and Wildlife Service (USFWS) for the taking of a migratory bird. METHOD OF MEASUREMENT 240.03 Removal of nests will be measured by the actual number of man-hours spent removing inactive nests just prior to and during the breeding season, April 1 through August 31. During this period, the Contractor shall submit to the Engineer each week for approval a list of the workers who removed nests and the number of hours each one spent removing nests. Netting shall be measured by the square yard of material placed to keep birds from nesting on the structure. Square yards shall be calculated using the length of netting measured where it is attached to the ground and the average height of the netting where it is attached to the structure. BASIS OF PAYMENT 240.04 The accepted quantities measured as provided above shall be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Removal of Nests Hour Netting Square Yard Perch Poles Linear Foot 222 October 4, 2023 4 SECTION 240 PROTECTION OF MIGRATORY BIRDS BIOLOGICAL WORK PERFORMED BY THE CONTRACTOR'S BIOLOGIST Payment for Removal of Nests shall be full compensation for all work and material required to complete the Work. Payment for netting shall be full compensation for all work and material required to complete the item. Overlaps of netting will not be measured and paid for separately but shall be included in the Work. Maintenance and replacement, removal, and disposal of netting shall not be measured and paid for separately but shall be included in the Work. Clearing and grubbing shall be measured and paid for in accordance with Section 201. Mowing shall not be measured and paid for separately but shall be included in the Work. Removal and trimming of trees shall be measured and paid for in accordance with Section 202. Fence (Plastic) shall be measured and paid for in accordance with Section 607. Perch poles, made from steel signposts, (2 inch round) will be measured and paid for by the linear foot according to Section 614. 24 -inch T brackets without sign mounting holes will not be paid for separately but shall be included in the Work. END OF SECTION 223 October 4, 2023 1 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: S ubsection 304.01 shall be revised to include the following: This work consists of furnishing and placing aggregate as shouldering material adjacent to the edges of pavement. This work consists of furnishing and placing aggregate as surface material on the gravel roadways as designated in the plans. Aggregate Base Course (RAP) consists of hauling to the site and placing one or more courses of asphalt millings on a prepared surface in conformity with the lines, grades, and typical sections shown on the plans or established. Equipment used in grade control of the base course shall be rubber tired or soft track to protect against gradation breakdown. A steel tracked dozer shall not be used for grade control. Pneumatic and/or steel wheel vibratory rollers shall be used to achieve compaction of the aggregate base course. S ubsection 304.02 shall be deleted and replaced with the following: 304.02 Aggregate. The aggregates shall meet the requirements of subsection 703.03. Acceptance will be based on stratified random samples. Materials for the base course materials shall be Aggregate Base Course (Class 6) as shown in subsection 703.03. All aggregate base course materials shall be virgin materials unless otherwise specified or approved in writing by the Engineer. If aggregate base course materials made from recycled concrete are allowed by the Engineer, the material shall not be used in areas where it is not covered by a subsequent layer of either hot mix asphalt pavement or Portland concrete cement pavement. The use of recycled concrete in an aggregate base course material shall be approved in writing by the Engineer. The aggregate base course (Class 6) must meet the gradation requirements and have a resistance value of at least 69 when tested by the Hveem Stabilometer method. The material shall be a manufactured crushed material; no natural aggregate material will be accepted. The material shall have a minimum of 45% of 1 or more fractured faces per ASTM D5821 or as required. Materials for Aggregate Base Course (Shouldering) shall meet all the requirements for Class 6. Materials for Aggregate Base Course (Surface Gravel) shall meet all the requirements in Section 703.03. Approval of the surface gravel will be contingent on material meeting the requirements in Table 703-3. Materials for Aggregate Base Course (Class 6) (RAP) shall be provided by the Contractor's material supplier (not generated on -site) unless otherwise approved by the Engineer. This material shall meet the requirements of subsection 703.03. S ubsection 304.03 shall be revised to include the following: Commercial Mineral Fillers will not be allowed in Aggregate Base Course (Shouldering) or in Aggregate Base Course (Surfacing). 224 October 4, 2023 2 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Subsection 304.04 shall be deleted and replaced with the following: 304.04 Placing. The Contractor shall ensure that all aggregate base course activities are performed with machine control to within the tolerance specified in section 304.06. If the required compacted depth of the aggregate base course exceeds 6 inches, it shall be constructed in two or more layers of approximately equal thickness. The maximum compacted thickness of any one layer shall not exceed 6 inches. When vibratory or other approved types of special compacting equipment are used, the compacted depth of a single layer may be increased to 8 inches upon request, provided that specified density is achieved, and written approval is given. A device capable of placing the shouldering material in its final position shall be used. The device is subject to the Engineer's approval. Dumping of shouldering material on the roadway surface will not be permitted. Any roadway and/or shoulder damage shall be removed by milling 2 inches of material from the roadway and replacing it to the nearest longitudinal or transverse joint at no additional cost to the Department. Aggregate base course of any kind shall not be stockpiled onsite without first submitting a method of handling statement and obtaining written approval from the Engineer. Subsection 304.06 be deleted and replaced with the following: 304.06 Shaping and Compaction. Compaction of each layer shall continue until a density of at least 95 percent of the maximum density has been achieved as determined per AASHTO T180 as modified by CP 23. The moisture content shall be at plus or minus 2 percent of optimum moisture content. The surface of each layer shall be maintained during the compaction operations so that a uniform texture is produced, and the aggregates are firmly keyed. Moisture conditioning shall be performed uniformly during compaction. Compaction of each reclaimed asphalt pavement aggregate layer shall continue until a wet density of at least 95 percent of the maximum wet density when determined per a one point AASHTO T180, Method D test has been achieved. The surface of the base course shall be checked with a GPS Rover or other approved device. The surface shall be verified by the Contractor and the Engineer before the application of any primer or pavement. The variation of the surface from the plan surface elevation for base course shall not exceed 0.04 feet (1/2 inch). All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the Department. The subbase or base course shall be brought to the specified cross section elevation as shown in the plan (+/- 0.04 feet). High areas shall be trimmed to the proper elevation. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The finished grade shall be maintained in a smooth and compacted condition until the pavement is placed. Only blades with machine control capable of finishing the base grade to within the specified tolerance shall be allowed. A trimming machine shall not be used to achieve final grade unless written approval is obtained from the Engineer. If a trimming machine is approved for use, it shall be machined controlled. The trimmer machine shall not change the trimming's approved proctor for the aggregate base course material by more than 6 lbs/cubic foot. If it does, the trimmings shall not be allowed to be placed within the roadway prism. Shouldering material shall be compacted initially after placement with approved rubber -tired equipment. Shouldering material shall be wetted to achieve proper moisture content and shall achieve a compacted density of at least 95% of the modified proctor maximum density value. A water truck and or loaded bucket loader can be used for wheel rolling compaction on shoulder material. A heavy plate tamper may be needed. 225 October 4, 2023 3 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Subsection 304.07 shall be deleted and replaced with the following: 304.07. Aggregate base course will be measured by the ton and placed to the lines and grades shown in the plans, within the specified grade tolerances and density requirements and accepted. The Contractor shall be aware that the plan quantities are based upon unit weight and in -place density, as describe in the Plans. The Contractor's bid unit cost shall account for differing unit weights intended to be furnished to the project as no quantity adjustments will be made for differing unit weights. The Project Inspector will verify that the plan quantity has been incorporated into the project utilizing information from delivery tickets furnished by the material supplier. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. At the sole discretion of Weld County, failure to comply with the requirements of this subsection shall be grounds for replacement of damaged roadway sections by the contractor at no cost to the County. Aggregate base materials will be measured by the ton, or by the cubic yard compacted in place. Subsection 304.08 shall be revised to include the following: Pay Item Pay Unit Aggregate Base Course (Class ) Ton, Cubic Yard Aggregate Base Course (RAP) Ton, Cubic Yard Aggregate Base Course (Shouldering) Ton, Cubic Yard Aggregate Base Course (Surface Gravel) Ton, Cubic Yard Aggregate Base Course (Class 6)(Virgin) Ton, Cubic Yard Water will not be measured and paid for separately but shall be included in the Work. Commercial mineral fillers, when used, will be measured and paid for per Section 307 or as provided in the Contract. 226 October 4, 2023 3 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Section 703 of the Standard Specifications is hereby revised for this project as follows: Table 703-2 shall be deleted and replaced with the following: Table 703-2 CLASSIFICATION FOR AGGREGATE BASE COURSE Sieve Designation Mass Percent Passing Square Mesh Sieves LL not greater than 35 LL not greater than 20 Surface Standard (mm) Mesh (in) Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 Gravel 150.00 6 100 100.00 4 100 75.00 3 95-100 63.00 2 1/2 100 50.00 2 95-100 100 37.50 1 1/2 90-100 100 100 25.40 1 95-100 100 100 90-100 19.00 3/4 50-90 95-100 12.50 1/2 55-80 4.76 No. 4 30-65 30-50 30-70 30-65 45-65 2.38 No. 8 25-55 20-85 33-53 0.42 No.40 15-35 0.07 No. 200 3-15 3-15 20 Max. 3-12 3-15 3-12 5-15 4-15 Plasticity Index 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 4-12 LA wear test (T96) 50 Max. 50 Max. 40 Max. NOTE: Class 3 material shall consist of bank or pit run material END OF SECTION 227 October 4, 2023 1 REVISION OF SECTION 306 RECONDITIONING Section 306 of the Standard Specifications is hereby revised for this project as follows: Subsection 306.01 shall be revised to include the following: This work is to help minimize possible earthwork settlements and to provide consistency in the subgrade material. The work areas shall be those contained within the roadway prism and located within 2 feet of the top of subgrade (bottom of aggregate base course elevations, as indicated on the Plans. A general description of the activities to be included within this work item follows: (1) Complete clearing/grubbing, removals, and topsoil stockpiling to establish top of existing subgrade elevations. (2) Any areas which require cuts to get to the designed top of subgrade elevations will require the top two feet of subgrade soils to be reconditioned. (3) Any areas which require fills of less than two feet to get to the designed top of subgrade elevations will require the top two feet of subgrade soils to be reconditioned. (4) Any areas which require fills of greater than two feet do not require subgrade soils reconditioning. (5) The two feet reconditioning areas shall be brought up to design top of subgrade elevations in equal lifts not to exceed 8 inches in depth. Each lift shall be tested for proper moisture and compaction requirements before proceeding with the next lift. (6) After the final top lift of subgrade material has been placed, all areas located within the roadway prism. Subsection 306.02 shall be deleted and replaced with the following: 306.02. The contractor shall ensure that all earthwork activities are performed with machine control to the accuracies specified below. Unless otherwise shown in the plans, the top 24 inches of subgrade shall be excavated and hauled off of the site. Once the excavated material is removed, the top 6 inches of the existing subgrade beneath shall be reconditioned by blading and rolling. Sufficient water shall be added to meet the density requirements as specified in the Contract. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested for smoothness and density before the application of any base course material. Where asphalt or concrete surfacing materials are to be placed directly on the subgrade (including on aggregate base course), the subgrade plane shall not vary more than 0.04 foot. All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the Department. The surface shall be satisfactorily maintained until base course has been placed. When working with fine-grained embankment materials, the Contractor shall be required to properly blend and break down dirt clumps and clods before commencing with moisture conditioning and compaction. After placement of a loose thickness of embankment materials, the Contractor shall utilize a disc harrow with minimum blade diameter of 16", pulled behind a rubber -tire tractor. This equipment shall be utilized to produce well - blended and uniform embankment materials. Grader or dozer rippers are not an adequate substitution for the disc harrow. After the embankment lift has been adequately blended, as determined by the Inspector, moisture conditioning, compaction, and grading of the lift can follow. Section 306.04 shall be revised to include the following: Payment will be made under: 228 October 4, 2023 2 REVISION OF SECTION 306 RECONDITIONING Pay Item Pay Unit Subgrade Reconditioning (Special)(2 Foot Depth) Square Yard Water will not be measured and paid for separately but shall be included in the Work. END OF SECTION 229 October 19, 2023 1 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a) shall be revised to include the following: (4) The job -mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County prior to construction. Subsection 401.02(c) shall be added immediately following Subsection 401.02(b): (c) Reclaimed Asphalt Pavement (RAP) Mixes Furnished to the Project. RAP is allowed in hot mix asphalt (HMA) up to a maximum binder replacement of 20 percent for all lifts, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances, and must meet the uniformity requirements as outlined below. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual in accordance with CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with 1B or 1C, below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164, Method A or B, or in accordance with 1C below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the following equation: Total Binder Replaced = (A x B) x 100/E Where: A = RAP % Binder Content * B= RAP %in Mix* E = Total Effective Binder Content * * in decimal format (i.e., 2% is 0.02) The Total Binder Replaced by the binder in the RAP shall not exceed 20 percent of the effective binder content of either the mix design or the produced mix. The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Process Control (PC) Plan that details how the RAP will be processed and controlled. The PC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. 230 October 19, 2023 2 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL B Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined in accordance with CP-L 5120, provided a RAP AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined in accordance with CP-L 5120. Frequency: 1/1000 tons of processed RAP material (minimum five tests) C. Alternative Control of RAP Binder Content. The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP- L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP PC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used. D. Control of RAP Gradation (CP31 or AASHTO T-30): Frequency: 1/1000 tons of processed RAP material (minimum three tests) E Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available, along with RAP AC extraction testing laboratory reports, to the Engineer upon request. 2 The processed RAP must be 100 percent passing the 31.5 mm (11/4 inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters in accordance with the following: UNIFORMITY* Parameter Standard Deviation Binder Content 0.5 Percent Passing 19 mm (3/4") 4.0 Percent Passing 12.5 mm (�/2") 4.0 Percent Passing 9.5 mm (%") 4.0 Percent Passing 4.75 mm (#4) 4.0 Percent Passing 2.36 mm (#8) 4.0 Percent Passing 600 µm (#30) 3.0 Percent Passing 75 µm (#200) 1.5 * Uniformity is the Maximum allowable Standard Deviation of test results of processed RAP. October 19, 2023 3 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL 3 If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix. S ubsection 401.12 shall be deleted and replaced with the following: 401.12 Surface Conditioning. After the roadbed has been graded and compacted, the subgrade shall be trimmed to the correct elevation (+/- 0.04 feet) and cross section as shown on the plans. Only blades with machine control capable of finishing the base grade to within the specified tolerance above shall be allowed. A trimming machine shall not be used to achieve final grade unless written approval is obtained from the Engineer. If a trimming machine is approved for use, it shall be machine controlled. The machine shall not change the trimming's approved proctor for the aggregate base course material by more than 6 lbs/cubic foot. If it does, the trimmings shall not be allowed to be placed within the roadway prism. The aggregate base course shall be brought to the specified cross section elevation as shown in the plans (+/- 0.04 feet). High areas shall be trimmed to the proper elevation. Low areas in untreated bases shall be filled and compacted to a condition similar to that of the surrounding grade. Low areas between 0.5 and 1 inch below the specified elevation may be filled with hot mix asphalt. Low areas greater than 1 inch shall be filled and moisture compacted with aggregate base course material. The finished grade shall be maintained in a smooth and compacted condition until the pavement is placed. Before placing the tack coat and beginning overlay work, the surface to be tack coated shall be swept to remove accumulations of loose gravel and debris. Asphalt plant mix shall be placed only on properly constructed surfaces that are free from substances that would adversely affect the pavement quality. Contact surfaces of curbing, gutters, manholes, and other structures shall be painted with a uniform coating of asphalt cement before placing asphalt mixture against them. S ubsection 401.17, paragraph 1, shall be modified to include the following: If the Contractor can demonstrate to Weld County that all the manufacturer's recommendations were followed and the pneumatic tire roller is detrimental to the finished surface of the HMA, the Contractor may request Weld County to waive the pneumatic tire roller requirement. S ubsection 401.17 shall be revised to include the following: Pneumatic tire rollers shall not be used on SMA pavement. Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks. END OF SECTION 232 October 4, 2023 1 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.01 shall be revised to include the following: The HMA acceptance testing for this project shall be the gradation testing procedures per the CDOT Field Materials Manual. All mix designs shall be submitted in accordance with the following: (a) Contractor HMA Mix Designs. All HMA mix designs shall follow CP 52 including a completed Form 429 in the submittal package and any time a new HMA mix design is submitted. (b) Approval of HMS Mix Designs. All HMA mix designs will be approved following CP 54. Contractor coordination and communication with the Engineer and/or the Engineer's Representative is mandatory for the acquisition of all materials needed for verification testing. Mix design shall not be approved or used on the project when the verification process has not been satisfactorily completed and a Form 43 has been approved. Sampling of all materials shall be performed in the presence of the Engineer and/or the Engineer's representative. All material required in the submitted mix design package shall be collected the same day and in the same location during the scheduled sampling and pickup time. Submitted mix(es) oil samples, in an approved container(s), shall be provided to the Engineer and/or the Engineer's representative at the scheduled sampling and pickup time. ( c ) HMA Check Testing Program. The HMA Check Testing Program (CTP) shall follow CP 13. Sample splits of the HMA used for the CTP shall be taken in the presence of the Engineer and/or the Engineer's Representative. The sample splits shall follow: (1) Samples shall be from the same batches, loads, or trucks. (2) Batch tickets shall be submitted to the Engineer's Representative at the time of sampling. Failure to provide batch tickets at the time of sampling shall result in the rejection of the sample from the CTP. The CTP shall start over or Owner Acceptance test results will be used without dispute or challenge from the Contractor or subcontractor during the course of HMA paving operations. (3) CTP samples shall be from the same mix design that was submitted for the Engineer's review and acceptance. The Engineer shall not approve any CTP samples that are not from the HMA mix design which has been submitted for their review and acceptance. (4) An oven correction mix shall be prepared for the OA lab a minimum of 2 weeks before the CTP scheduled dates for all mix designs that are to be used in the CTP. Subsection 403.02 shall be revised to include the following: The design mixes for hot mix asphalt shall conform to the following: 233 October 4, 2023 2 REVISION OF SECTION 403 HOT MIX ASPHALT Table 403-1 HMA MIX DESIGN PROPERTIES Property Method Test Value for Grading (PG SX 64 — 28) (PG 76 S —28) S (PG 64 —22) SG (PG 64 —22) Patching Air N Voids, (design) percent at: CPL 5115 3.5-4.5 3.5-4.5 3.5-4.5 3.5-4.5 3.5-4.5 Lab Compaction (Revolutions): CPL 5115 100 100 100 100 100 N (design) Stability, minimum CPL 5106 30 30 30 30 30 Aggregate the 4.75 mm Retained (No. on 4) Sieve for S, SX and SG, and on the 2.36mm for ST (No. and SF 8) with Sieve at CP 45 60% 60% 60% 90% 60% least 2 Mechanically Induced fractured faces, % minimum Accelerated Moisture Susceptibility Strength Ratio Tensile CPL Method 5109 B 80 80 80 80 80 (Lottman), minimum Minimum Tensile Strength, Dry Split kPa CPL Method 5109 B 205 (30) 205 (30) 205 (30) 205 (30) 205 (30) (psi) Grade Cement, of Asphalt Top Layer PG 64-28 PG 76-28 Grade of Asphalt Cement, Layers below PG 64-22 PG 64-22 PG 64-22 PG 64-22 Top Voids Aggregate minimum in the (VMA) Mineral % CP 48 See 403-2 Table See 403-2 See Table 403-2 See 403-2 Table See 403-2 Table Table Voids Asphalt Filled (VFA), with % Al MS -2 65-75 65-75 65-75 65-75 65-75 Dust to Asphalt Ratio 0.6- 1.2 0.6- 1.2 0.6- 1.2 0.6- 1.2 0.6— 1.2 Fine Gradation Coarse Gradation CP 50 0.8 - 1.6 0.8 1.6 0.8 1.6 0.8 1.6 0.8 1.6 - - - — Note: • Al MS -2 = Asphalt Institute Manual Series 2 • Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. • Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. • Gradations for mixes with a nominal maximum aggregate size of 3/4" to 3/8" are considered a coarse gradation if they pass below the maximum density line at the #8 screen. • Gradations for mixes with a nominal maximum aggregate size of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the #16 screen. 234 October 4, 2023 3 REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 MINIMUM VOIDS IN THE MINERAL AGGREGATE (VMA) Nominal Size* mm (inches) Maximum ***Design Air Voids ** 3.5% 4.0% 4.5% 5.0% 37.5(1%) 11.6 11.7 11.8 N/A 25.0 (1) 12.6 _ _ 12.7 12.8 19.0(%) 13.6 13.7 13.8 12.5 (1/2) 14.6 _ _ 14.7 14.8 _ 9.5 (%) 15.6 15.7 15.8 16.9 * ** *** Nominal than 10%. specified specified Maximum VMA VMA Size values values is defined for as one design for production sieve larger air voids air voids between beyond than those the those first listed. listed. sieve to retain The more Interpolate Extrapolate The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt when determined by the Engineer. Acceptance samples shall be taken in accordance with CP-41, as determined by the Engineer. Subsection 403.03 shall be revised to include the following: The Contractor shall construct the Work such that all roadway pavement is placed prior to the time paving operations end for the year, and shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. If liquid anti -stripping additive is added at the plant, an approved in -line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti -stripping additive. Subsection 403.05 shall be deleted and replaced with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: 235 October 4, 2023 4 REVISION OF SECTION 403 HOT MIX ASPHALT Pay Item Pay Unit Hot Mix Asphalt (Grading S)(100)(PG 64-28) Ton Hot Mix Asphalt (Grading S)(100)(PG 64-22) Ton Hot Mix Asphalt (Grading SX)(100)(PG 64-28) Ton Hot Mix Asphalt (Patching)(Asphalt) Ton Hot Mix Asphalt (Grading )(Asphalt) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. Asphalt cement will not be measured and paid for separately but shall be included in the Work. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the Work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the Work. The Contractor shall collect the scale ticket on each load when it is delivered to the project site and ensure that the information required in subsection 109.01 is shown on each ticket. The scale tickets shall be provided to the Engineer prior to the start of the next day's paving operations. The Contractor shall provide to the County, envelopes which contain the previous day's signed tickets and the following: (a) On each envelope: Project number, location, date of paving, type of material, daily total and cumulative total (b) One of the following: 1. Two adding machine tape tabulations of the weight tickets with corresponding total run and signed by two different persons, 2 One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person, or 3 Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids or adjustments. (c) A listing of any overweight loads on the envelope, including ticket numbers and amount over legal limit. (d) A comparison of the actual yield for each day's placement to the theoretical yield. Theoretical yield shall be based on the actual area paved, the planned thickness, and the actual density of the mixture being placed. Any variance greater than +2.5% shall be indicated on the envelope and a written explanation included. END OF SECTION 236 October 4, 2023 1 REVISION OF SECTION 411 BITUMINOUS MATERIALS Section 411 of the Standard Specifications is hereby revised as follows: Subsection 411.05 shall be revised to include the following: Bituminous materials will not be measured and paid for separately but shall be included in the unit prices bid for Hot Mix Asphalt (Grading SX)(100)(PG 64-28), and Hot Mix Asphalt (Grading S)(100)(PG 64-22). END OF SECTION 237 October 4, 2023 1 REVISION OF SECTIONS 420 AND 712 G EOSYN TH ETI CS Section 420 of the Standard Specifications is hereby revised for this project as follows: S ubsection 420.01 shall be revised to include the following: This work includes furnishing and installing geosynthetic material over unsuitable subgrade materials per these specifications and the details shown on the plans. S ubsection 420.06, paragraph 1 shall be deleted and replaced with the following: 420.06 Erosion Control and Drainage. Geotextiles for erosion control or drainage shall be loosely laid (not stretched) with the roll direction the same as the anticipated water flow, and in a manner that avoids any rupture of the cloth. Geotextiles used for erosion control or drainage shall meet the requirements of subsection 712.08 and Table 712-2a. Geotextile (Drainage)(Class 1) shall be placed under all riprap as shown on the plans or as directed by the Engineer. S ubsection 420.07 shall be deleted and replaced with the following: 420.07 Geotextile Separator. Geotextiles used as separators shall meet the requirements of subsection 712.08 and Table 712-b. The geotextile separator shall be installed per the following: (a) Subgrade Preparation: Clear, grub and excavate (as required) to the plan subgrade or undercut elevation, stripping topsoil, deleterious debris and unsuitable material from the site. Cut stumps and other projecting vegetation as close and even to the ground surface as practical. Specialized equipment with low ground pressure, as directed by the Engineer, shall be required for very soft soils to minimize subgrade disturbance. The surface of the subgrade shall be relatively smooth and level, and depressions or humps greater than 6 inches shall be graded out. (b) Geotextile Deployment: The geotextile material shall be placed directly on the prepared subgrade. The geotextile shall be placed by machinery or by hand labor. The geotextile shall not be dragged across the subgrade. The geotextile shall be unrolled in the direction of travel so the machine direction (i.e., long axis) of the roll is parallel with channelized traffic patterns. The geotextile shall be rolled out flat and tight with no folds or wrinkles. Wrinkles and folds in the geotextile (not associated with roadway curves) shall be removed by stretching and staking as required. The geotextile may be held in place before the placement of the aggregate base course or other cover material by pins, staples, or piles of fill or rock. On curves, the geotextile may be folded to conform to the curve or by cutting the roll to match the curve . Adjacent rolls shall be overlapped along their sides and ends as a function of subgrade strength per Table 420-1. Table 420-1 MINIMUM REQUIRED OVERLAP Subgrade R Strength -Value Overlap Width Seam (Inches) of Unsewn 5-10 30 10-20 24 > 20 18 238 October 4, 2023 2 REVISION OF SECTIONS 420 AND 712 G EOSYN TH ETI CS If 30 inches of overlap is required, the overlap shall be sewn or otherwise adhered to limit the potential formation of a slip plane between the overlapped panels. Sewn seams shall be per the manufacturer's recommendations. Overlap the geotextile in the direction that fill will be spread to avoid peeling -back of the geotextile at overlaps by the advancing fill. Cut and overlap the geotextile to accommodate curves. The geotextile shall be cut using sharp shears, razor knives or handheld power (i.e., "cutoff") saws. The geotextile shall be cut to conform to immovable protrusions, such as manhole covers and vertical utilities. Overlap lengths will not be paid for separately but will be considered subsidiary to item 420. (c) Fill Placement: Before covering the geotextile separator with fill materials, the condition of the geotextile shall be inspected by the Engineer to determine that no holes, rips or other defects exist. If any defects are observed, the section of the geotextile containing the defect shall be repaired by placing a new layer of geotextile extending beyond the defect in all directions a minimum distance equal to the overlap shown in Table 420-1. Alternatively, the defective section may be replaced. See subsection 420.07(e). The first lift of cover material shall be end -dumped or spread over the geotextile from the edges of the geotextile. The height of the dumped pile shall be limited to avoid local bearing capacity failures. The first lift of cover material shall be graded to a 12 -inch thickness or to top of grade whichever is less and compacted. Equipment shall not be on the treated area with less than the minimum thickness of compacted cover material over the geotextile. Small dozer equipment or front-end loader shall be used to spread the cover material. Construction vehicles shall be limited in size and weight such that rutting in the initial lift is no deeper than 3 inches. If rut depths exceed 3 inches, the Contractor shall use a smaller size and weight of construction vehicles. Ruts shall be filled in with cover material. Construction equipment shall not travel over the exposed geotextile at speeds of more than 5 mph. Construction equipment shall not make turns on the first lift of cover material. Construction vehicles can dump aggregate fill as they advance, provided the construction traffic does not cause significant rutting upon bare subgrade. Sudden braking, sudden starting and sharp turning shall be avoided. Tracked construction equipment shall not be operated directly upon the exposed geotextile. A minimum aggregate fill thickness of 6 inches is required before operation of tracked equipment on the geotextile. In addition, turning of tracked equipment shall be kept to a minimum to prevent tracks from displacing the fill and damaging the geosynthetic. On softer subgrade materials, aggregate fill shall be end - dumped from the edge of the previously placed material, spreading from the middle outward. (d) Compaction: Standard compaction methods shall be used to obtain the required compaction for the fill materials. The compaction tests shall be done per the requirements that are outlined elsewhere in the Specifications. (e) Installation and Repairs for Damaged Areas: Repairs to geotextiles shall be made in the field by placing a repair panel or patch over the damaged area. The repair panel shall extend a minimum of 3 feet beyond the edges of the damaged geotextile. Geotextile that is damaged after placement shall be removed and replaced at the Contractor's expense. Subsection 420.09 shall be revised to include the following: Geotextile (Separator) will be measured in place by the square yard of surface area, completed and accepted. 239 October 4, 2023 3 REVISION OF SECTIONS 420 AND 712 G EOSYN TH ETI CS Subsection 420.10 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Geotextile Separator Square Yard Geotextile (Drainage)(Class 1) will not be measured and paid for separately but shall be included in work for the riprap pay item. Payment will be full compensation for all work and materials required to complete the item. Overlap and waste for geomembrane, geotextile, and geotextile materials will not be measured and paid for separately but shall be included in the Work. Subsection 712.08 shall include the following: The material for Geotextile (Drainage)(Class 1) shall meet the properties in Table 712-2a. For example, Mirafi FW-300 or an approved equal will meet this classification. Table 712-2a GEOTEXTILE (DRAINAGE)(CLASS 1) PHYSICAL AND MECHANICAL PROPERTIES Physical Properties Unit Typical Values Roll Length (minimum) Feet 300 Roll Width (minimum) Feet 12.5 Roll Area (minimum) Sq. Yd. 417 Mechanical Properties Test Method Unit Minimum Average Roll Value STRENGTH Grab Tensile Strength ASTM D4632 lbs 400 (MD) 335 (CD) Grab Tensile Elongation ASTM D4632 % 20(MD) 15(CD) Trapezoid Tear Strength ASTM D4533 lbs 145 (MD) 125 (CD) CBR Puncture Strength ASTM D6241 lbs 1,250 HYDRAULIC Flow Rate ASTM D4491 gal/min/ft2 115 Permittivity ASTM D4491 sec -1 1.5 Percent Open Area COE-02215 % 8 SOIL RETENTION Apparent Opening Size (AOS) ASTM D4751 U.S. Sieve 30 SOIL INTERACTION UV Resistance (at 500 hours) ASTM D4355 °/0 strength retained 90 The material for geotextile separators shall meet the properties in Table 712-2b. For example, Mirafi RS580i or an approved equal will meet this classification. Table 712-2b Geotextile (Separator) Physical and Mechanical Properties 240 October 4, 2023 4 REVISION OF SECTIONS 420 AND 712 G EOSYN TH ETI CS Physical Properties Unit Typical Values Roll Length (minimum) Feet 300 Roll Width (minimum) Feet 15 Roll Area (minimum) Sq. Yd. 500 Mechanical Properties Test Method Unit Minimum Average Roll Value STRENGTH Tensile Modulus @ 2% strain (CD) ASTM D4595 Ibs/ft 1,800 Tensile Modulus @ 5% strain (CD) ASTM D4595 lbs/ft 4,380 HYDRAULIC Flow Rate ASTM D4491 gal/min/ft2 75 Permittivity ASTM D4491 sec -1 1.0 SOIL RETENTION Apparent Opening Size (AOS) ASTM D4751 U.S. Sieve 40 Pore Size 095 ASTM D6767 microns 337 Pore Size 050 ASTM D6767 microns 192 SOIL INTERACTION Interaction Coefficient ASTM D6706 -- 0.9 Factory Sewn Seam ASTM D4884 lbs/ft 3,000 UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 END OF SECTION 241 October 4, 2023 1 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT Section 420 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION 420.11 This work consists of furnishing and installing geogrid reinforcement material, per these specifications and in conformity with the lines and grades shown on the plans or established. MATERIALS 420.12 Geogrid is a polymer grid structure specifically fabricated for use as a soil reinforcement. Geogrid reinforcement material shall conform to the following: Table 420-2 GEOGRID REINFORCEMENT PROPERTIES Physical Properties Unit Characteristic Values Roll Length1 Feet 246 or 328 Roll Width1 Feet 13.1 or 16 Roll Weight1 lb 159 or Mass per Unit Areal oz/sq yd 7.1 Rib Pitch2, Direction inch 1.6 Transverse/Longitudinal Rib Pitch2, Diagonal Direction inch 1.6 Mid -Rib Depth2, Transverse/Longitudinal Direction Inch 0.06 Mid -Rib Depth2, Diagonal Direction Inch 0.06 Mid -Rib Width2, Direction Inch 0.05 Transverse/Longitudinal Mid -Rib Width2, Diagonal Direction Inch 0.04 Rib Shape Rectangular Aperture Shape Triangular Mechanical Properties Unit Test Method Minimum Value Radial Stiffness at 0.5% Strains lb/ft ASTM D 6637-01 20,580 Junction Efficiency3 percent GG2 93 Resistance to Chemical Degradation6 % 100 Resistance to UV Degradation? % 70 Notes: 1 Unless indicated otherwise, values shown are minimum average roll values determined per ASTM D4759-02. Brief descriptions of test procedures are given in the following notes. 2 Nominal dimensions. 3 Load ultimate transfer tensile capability strength. determined per ASTM D6637 and ASTM D7737-11 and expressed as a percentage of 4 ratio and between midway between the minimum and rib directions. maximum observed values of radial stiffness at 0.5% strain, measured on The rib 5 Radial stiffness is determined from tensile stiffness measured in any in -plane axis from testing per ASTM D6637-10. 6 Resistance per EPA to loss 9090 of immersion load capacity testing. or structural integrity when subjected to chemically aggressive environments 7 Resistance aggressive to loss weathering of load capacity per ASTM of D4355-05. structural integrity when subjected to 500 hours of ultraviolet light and The minimum overlap of the geogrid reinforcement shall be 18 inches. The geogrid reinforcement shall be composed principally of polypropylene or high density polyethylene. 242 October 4, 2023 2 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT The geogrid reinforcement shall contain stabilizers or inhibitors to prevent degradation of properties due to ultraviolet light exposure. The geogrid reinforcement shall be inert to all naturally occurring alkaline and acidic soil conditions. The manufacturer shall furnish certified test reports from an independent laboratory indicating that the material meets the requirements of the specification. For example, Tensar InterAx NX650 or an approved equivalent meets or exceeds the specifications outlined in Table 420-2. CONSTRUCTION REQUIREMENTS 420.13 Geogrid reinforcement shall be installed per the following: (a) Delivery, Storage, and Handling. Upon delivery, the Contractor shall check the geogrid to assure the proper material has been received. The geogrid material shall be in roll form with each roll individual identified. Rolls shall be stored in a manner that prevents excessive mud, wet concrete, epoxy, or other deleterious materials from coming in contact with and affixing to the geogrid. Rolls may be stored horizontally in stacks not to exceed five rolls high. Special care shall be taken in the handling of geogrids manufactured from polypropylene at temperatures at or below 0 °F. (b) Site Preparation. Clear, grub and excavate (if necessary) to the design subgrade elevation, stripping topsoil, deleterious debris and unsuitable material from the site. For very soft soils (CBR < 0.5), the Engineer may allow minimal subgrade disturbance and leave root mats in place, cutting stumps and other projecting vegetation as close and even to the ground surface as practical. For moderately competent soils (CBR > 2), the subgrade shall be lightly proof rolled to locate unsuitable materials. Ruts shall be back dragged to provide a smooth surface. Smooth grade and compact the soils using appropriate compaction equipment. Grade or crown the surface for positive drainage away from the construction zone. ( c ) Geogrid Installation. Geogrid shall be laid at the proper elevation and alignment as shown on the plans or as directed by the Engineer. Geogrid shall be oriented such that the roll length runs parallel to the roadway alignment. Place the rolls of geogrid in position, cut the roll bands and manually unroll the material over the subgrade. Unroll the geogrid in the direction of travel so that the long axis of the roll is parallel with channelized traffic patterns. Overlap adjacent rolls along their sides and ends per the manufacturer's recommendations. Care shall be taken to ensure that geogrid sections do not separate at overlaps during construction. Overlap the geogrid in a shingle pattern in the direction that fill placement will be spread to avoid "peeling" of geogrid at overlaps by the advancing fill. Weaker subgrades that are easily rutted with conventional construction traffic shall require an "end -dumping" operation. Adjacent geogrid rolls shall be mechanically connected to one another per the manufacturer's recommendations. 243 October 4, 2023 3 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT Cut and overlap the geogrid to accommodate curves. Cutting may be done with sharp shears, a knife- like implement or handheld power (i.e., "cutoff") saws. Cut grid to conform to manhole covers and other immovable protrusions. Do not allow excessive buckling of the geogrid. Geogrid rolls exhibit "roll memory" where the product may roll back upon cutting or reaching the end of the roll. The installer shall take appropriate measures to ensure that the product lies flat during fill placement. Geogrid material shall be secured to the ground surface by placement of loose fill at the corners and edges or as directed by the Engineer. (d) Dumping and Spreading Aggregate Fill: At least 6 inches of fill material is required for the initial lift thickness of aggregate fill over geogrids. However, for very soft conditions, a significantly thicker fill layer will be required to prevent rutting and/or bearing capacity failure of the underlying subgrade. Fill material shall be back -dumped from trucks riding on top of the reinforced fill and bladed onto the geogrid in such a manner that the fill rolls onto the grid ahead, e.g., by gradually raising dozer blade while moving forward. Standard, highway -legal, rubber -tired trucks (end dumps and belly dumps) may drive over the geogrid at very slow speeds (less than 5 mph) and dump aggregate fill as they advance. This construction traffic shall not cause rutting upon bare subgrade. Turns and sudden starts and stops shall be avoided. On softer subgrades, it may be necessary to back trucks up and dump fill upon previously placed fill. Caution shall be taken to avoid overstressing the subgrade soil both during and after fill placement. Tracked equipment shall not be driven directly on the geogrid. A minimum of 6 inches of aggregate fill (or required minimum design fill thickness) shall be spread between the geogrid and tracked equipment. On softer subgrades, a lightweight, low ground pressure (LGP) dozer shall be used to evenly push out the fill over the exposed geogrid. Do not to catch the dozer blade or other equipment on the geogrid. The dozer blade shall be raised gradually as each lift is pushed out over the geogrid. The fill material shall cascade onto the geogrid, rather than being pushed into it. Be aware of geogrid overlaps and advance the aggregate fill with the shingle pattern. ( e ) Compacting. Material placed over the geogrid shall be compacted per the compaction requirements for embankment for this project or as directed. Care shall be taken to assure the geogrid not damaged. Backfill shall be compacted to 95 percent of the maximum density as determined by AASHTO T-99. The moisture content of the backfill material before and during compaction shall be uniformly distributed throughout each layer and shall be within two percent of optimum. METHOD OF MEASUREMENT 420.14 Geogrid reinforcement will be measured in place by the square yard of surface area, completed and accepted. BASIS OF PAYMENT 420.15 The accepted quantities will be paid for at the contract unit price per square yard. Payment will be made under: 244 October 4, 2023 4 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT Pay Item Pay Unit Geogrid (Reinforcement) Square Yard Square Yard Geogrid (Tensar NX 650) Payment will be full compensation for all labor, materials, equipment, and other items necessary and incidental to the completion of the Work. Additional geogrid for overlaps and waste will not be measured and paid for but shall be included in the Work. Aggregate Base Course will be paid for as provided in Section 304. END OF SECTION 245 October 4, 2023 1 REVISION OF SECTION 503 DRILLED SHAFTS Section 503 of the Standard Specifications is hereby revised for this project as follows: Subsection 503.23 shall be revised to include the following: Payment will be made under. Pay Item Pay Unit Drilled Caisson (30 Inch) Linear Foot Drilled Caisson (64 Inch) Linear Foot END OF SECTION 246 October 4, 2023 1 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows: Subsection 506.01 shall be revised as follows: This work consists of the construction of riprap and installation of Geotextile (Drainage)(Class 1) per the Specifications and Plans. The installation of the geotextile shall be considered subsidiary to the riprap construction and no separate payment shall be made. Soil riprap shall consist of a soil and riprap mixture with 35% by volume of soil and 65% by volume of riprap. Subsection 506.02 shall be deleted and replaced with the following: 506.02. Riprap shall consist of hard, dense, durable stone, angular in shape and resistant to weathering. Rounded stone or boulders shall not be used as riprap material. The stone shall have a specific gravity of at least 2.5. Each piece shall have its greatest dimension not greater than three times its least dimension. Material used for riprap may be approved by the Engineer if, by visual inspection, the rock is determined to be sound and durable. Before delivering this material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Engineer indicating the material meets the requirements for abrasion resistance or compressive strength as indicated in Table 506-1. Table 506-1 RIPRAP MATERIAL TEST REQUIREMENTS Test Description Test Method Specification Requirement Abrasion Resistance by Los Angeles Machine ASTM C535 50% Loss, max. Unconfined Compressive Strength of Drilled Core Specimen AASHTO T24 2500 psi, min. Riprap shall conform to the gradation requirements given in Table 506-2. All riprap shall be a minimum of the nominal stone size (d50) of 12 inches or as called out in the plans and shall conform to the gradation requirements of Table 506-2. Riprap and soil riprap shall be underlain by a Granular Bedding (Class A) material. Granular Bedding (Class A) shall be a porous, free -draining sand, gravel, or crushed stone and conform to the gradation in Table 506-3. Geotextile (Drainage)(Class 1) such as Mirafi FW-300 or approved equivalent shall be placed below the granular bedding per the Plans and Specifications. For soil riprap, the Contractor shall provide all materials and incidentals necessary to install the riprap which is to be mixed with native soils material. Native soil material shall be taken from the banks of the channel to be protected or soil with similar characteristics. Before delivering any riprap material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Project Inspector. Nominal stone size and total thickness of the riprap shall be as shown on the plans. Table 506-2 RIPRAP GRADATION REQUIREMENTS 247 October 4, 2023 2 REVISION OF SECTION 506 RIPRAP Pay Item Stone Size d501 (in) of Material Smaller Than Typical Stone Dimensions 2 Typical yp Stone 3 (in) Typical Weight4 (Ibs) Stone 70-100 12 85 Ri p ra p 6 50-70 35-50 9 6 10 35 2-10 2 0.4 70-100 15 160 Riprap 9 50-70 35-50 12 9 85 35 2-10 3 1.3 70-100 21 440 Riprap 12 50-70 35-50 18 12 275 85 2-10 4 3 100 30 1280 Riprap 18 50-70 24 650 35-50 18 275 Riprap 18 2-10 6 10 100 42 3500 Riprap 24 50-70 35-50 33 24 1700 650 2-10 9 35 1 d50 = nominal stone size 2 based on typical rock mass 3 equivalent spherical diameter 4 based on a specific gravity 2.5 = Table 506-3 GRANULAR BEDDING GRADATION CLASS A REQUIREMENTS Granular Bedding Gradation U.S. Standard Sieve Size % Passing, By Weight 3" 90-100 1 1/" 2 - 3/4" 20-90 3/8" - #4 0-20 #16 - #50 - #100 - #200 0-3 Control of gradation will be by visual inspection. The Contractor shall provide two samples of rock at least 5 tons each, meeting the gradation specified. One sample shall be provided at the construction site and may be a part of the finished riprap covering. The other sample shall be provided at the quarry. 248 October 4, 2023 3 REVISION OF SECTION 506 RIPRAP These samples will be used as a reference for judging the gradation of the riprap supplied. When it is determined necessary, conformance of the gradation will be verified by dumping and checking the gradation of two random truckloads of stone. Mechanical equipment, a sorting site, and labor needed to assist in checking gradation shall be provided at the Contractor's expense. Subsection 506.03 shall be revised to include the following: (a) Riprap. Riprap shall be placed at the locations shown in the plans and shall be installed in accordance with the following requirements. 1. Prior to beginning the structure excavation for riprap installation, the Contractor shall have received written approval from the Engineer for the dewatering plan. Refer to Section 211 of these specifications for dewatering plan information and requirements. 2 Riprap shall be stockpiled at a storage location and shall be transported to the area to receive it on an as needed basis. The riprap shall remain uncontaminated from all other soil and materials that may be stockpiled in the vicinity. 3 Channel slopes, bottoms, or other areas that are to be protected with riprap shall be free of brush, trees, stumps, and other objectionable material and be graded to a smooth compacted surface as shown on the Plans. 4 All riprap shall be placed in a dewatered condition beginning at the toe of the slope or other lowest point and shall be placed working up the slope. Place the riprap in a stepped fashion with the bottom of the uphill riprap below the top of the downhill riprap by half of the height of the riprap minimum. Contractor shall excavate areas to receive riprap to the subgrade elevations as shown on the Plans. The subgrade materials shall be stable. If unsuitable materials are encountered, they shall be removed and replaced per Section 203 of the Specifications for subgrade that has been excavated in undisturbed soil. When subgrade is built up with embankment material it shall be placed and compacted in a maximum of four (4) inch lifts to ninety five percent (95%) maximum standard proctor density (ASTM D698). 8 After the subgrade elevation is exposed and before riprap placement, a Geotextile (Drainage)(Class 1) and Class A filter material as specified shall be installed over the entire area to be riprapped per the Plans. The geotextile shall meet the requirements specified in 712.08 and Table 712-2b. This item shall be included in the cost (subsidiary) of the riprap pay item unless listed separately in the Contract. 9 Riprap shall be installed in a manner that results in a dense, interlocked layer of riprap at a slope not steeper than 3H:1V. A. The thickness of the riprap layer shall be twice the nominal stone size and installed as shown on the Plans. B Place a first layer of smaller soil riprap of approximate d50 thickness. Then place the top layer with surface rocks that are largely d50 or greater, filling voids as necessary with smaller planted riprap C Riprap shall be placed on the prepared areas in a manner which will produce a reasonably well -graded mass of stone with the minimum practicable percentage of voids. 249 October 4, 2023 4 REVISION OF SECTION 506 RIPRAP D Riprap shall be machine placed, unless otherwise stipulated in the Plans or Specifications. It is the intent to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. The mixture shall be consolidated by large vibratory equipment or backhoe bucket to create a tight, dense interlocking mass. E The entire mass of riprap shall be placed in conformance with the required gradation mixture and to line, grade, and thickness shown on the Plans. F Riprap shall be placed to full course thickness at one operation and in such a manner as to avoid displacing the underlying bedding material. G. Placing of riprap by dumping into chutes, or by similar methods shall not be permitted. H All material used for riprap protection for channel slope or bottom shall be placed and distributed such that there shall be no large accumulations of either the larger or smaller sizes of stone. I Some hand -placement may be required to achieve this distribution. J The mixture shall be consolidated by large vibratory equipment or backhoe bucket to create a tight, dense interlocking mass. Compact and level riprap to eliminate all voids and rocks projecting above design riprap top grade. K. The top layer shall be placed in a similar manner, but such that the top surface rocks are largely the size of the d50, and a smooth plane created. 10. Twelve (12) inch riprap shall be placed at the locations shown in the plans. Six (6) inch riprap shall be placed as shown on the CDOT M&S Drawings. 11. The top surface shall be covered with twelve (12) inches of topsoil such that no rock points are protruding. 12. The Contractor shall maintain the riprap until final acceptance. The final surface shall be thoroughly wetted for good compaction, smoothed and compacted by vibrating equipment; the surface shall then be hand raked to receive planting or seeding. Topsoil shall be added to any areas that settle. (b) Soil Riprap 1. Adjacent stockpiles of riprap and soil shall be created, and mixing shall be done at the stockpile location, not at the location where buried/soil riprap is to be placed. 2 Mix thirty-five percent (35%) soil by volume with stockpiled riprap, using additional moisture and control procedures that ensure a homogenous mixture; where the soil fills the inherent voids in the riprap without displacing riprap. 3 Channel slopes, bottoms, or other areas that are to be protected with soil riprap shall be free of brush, trees, stumps, and other objectionable material and be graded to a smooth compacted surface as shown on the Plans. 4 Contractor shall excavate areas to receive soil riprap to the subgrade elevation as shown on the Plans. 250 October 4, 2023 5 REVISION OF SECTION 506 RIPRAP 5 The subgrade materials shall be stable. If unsuitable materials are encountered, they shall be removed and replaced per Section 203 of the Specifications for subgrade that has been excavated in undisturbed soil. 6. When subgrade is built up with embankment material it shall be compacted to 95% maximum density (ASTM D698). 7 All soil riprap is to be placed in a dewatered condition beginning at the toe of the slope or other lowest point and shall be placed working up the slope. Place the riprap in a stepped fashion with the bottom of the uphill riprap below the top of the downhill riprap by half of the height of the riprap minimum. 8 Before soil riprap placement, a Geotextile (Drainage)(Class 1) shall be installed over the entire area to be riprapped per the Plans. The geotextile shall meet the requirements specified in 712.08 and Table 712-2b. This item shall be included in the cost of the riprap pay item unless listed separately in the Contract. 9 Soil riprap shall be installed in a manner that results in a dense, interlocked layer of riprap at a slope not steeper than 3H:1V. 10. The thickness of the riprap layer shall be twice the nominal stone size and installed as shown on the Plans. 11. Place a first layer of smaller soil riprap of approximate d50 thickness. Then place the top layer with surface rocks that are largely d50 or greater, filling voids as necessary with smaller planted riprap. 12. Soil riprap shall be placed on the prepared areas in a manner which will produce a reasonably well - graded mass of stone with the minimum practicable percentage of voids. 13. Soil riprap shall be machine placed, unless otherwise stipulated in the Plans or Specifications. It is the intent to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. The mixture shall be consolidated by large vibratory equipment or backhoe bucket to create a tight, dense interlocking mass. 14. The entire mass of soil riprap shall be placed in conformance with the required gradation mixture and to line, grade, and thickness shown on the Plans. 15. Soil riprap shall be placed to full course thickness at one operation and in such a manner as to avoid displacing the underlying bedding material. 16. Placing of soil riprap by dumping into chutes, or by similar methods shall not be permitted. 17. All material used for soil riprap protection for channel slope or bottom shall be placed and distributed such that there shall be no large accumulations of either the larger or smaller sizes of stone. Some hand -placement may be required to achieve this distribution. 18. The soil riprap mixture shall be consolidated by large vibratory equipment or backhoe bucket to create a tight, dense interlocking mass. Compact and level riprap to eliminate all voids and rocks projecting above design riprap top grade. 19. The soil riprap shall be further wetted to encourage void filling. October 4, 2023 6 REVISION OF SECTION 506 RIPRAP 20. Any large voids shall be filled with rock and small voids filled with soil. 21. The top layer shall be placed in a similar manner, but such that the top surface rocks are largely the size of the d50, and a smooth plane created. 22. Excessively thick zones of soil riprap prone to washing away shall not be created (for example, no thicknesses greater than six (6) inches). 23. All soil riprap shall be reviewed and approved by the Engineer. 24. The Contractor shall maintain the soil riprap until final acceptance The final surface shall be thoroughly wetted for good compaction, smoothed and compacted by vibrating equipment. Soil shall be added to areas that settle. ( c) Buried Riprap 1. Follow the same procedures outlined above in subsection 506.03(b) and add the following steps. 2. The top surface shall be covered with six (6) inches of topsoil such that no rock points are protruding. 3. The Contractor shall maintain the buried riprap until final acceptance. The final surface shall be thoroughly wetted for good compaction, smoothed and compacted by vibrating equipment; the surface shall then be hand raked to receive planting or seeding. Topsoil shall be added to any areas that settle. Subsection 506.05 shall be revised to include the following: Payment will be under: Pay Item Pay Unit Buried Riprap ( inch) Cubic Yard Soil Riprap (12 inch) Cubic Yard Riprap (12 inch) Cubic Yard Geotextile (Drainage)(Class 1) underlaying the riprap shall meet the material requirements of Subsection 712.08 and Table 712-2b. This item shall be included in the cost of the riprap pay item unless listed separately in the Contract. Payment for riprap, soil riprap, and buried riprap shall be full compensation for all work and materials to complete the item, including but is not limited to excavation for riprap and embankment material for filling existing voids; subgrade preparation, bedding and material, filter fabric, furnishing and placing riprap and filling voids of riprap as specified; placing 12 inches of topsoil over the riprap, and disposal of excess excavated material. Excavation for the placement of riprap shall be paid for under Section 203, Unclassified Excavation. END OF SECTION 252 October 24, 2023 1 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: S ubsection 601.01 shall be revised to include the following: The use of ACl 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. S ubsection 601.02, Table 601-1 shall be deleted and replaced with the following: Table 601-1 CONCRETE FIELD REQUIREMENTS Concrete Class Required Compressive Strength Field (psi) Air Content: Range (Total) % Slump# Water/Cementitious Material Ratio: (w/cm) B 4,500 at 28 days 5 - 8 ± 2" of Form 1373 Slump w/cm on Form 1373 BZ 4,500 at 28 days N/A* 6" — 9" w/cm on Form 1373 D 4,500 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 DF 4,500 at 28 days 4 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 DT 4,500 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 (Girders) PS 8,500 at 28 days y N/A* 9" maximum 0.45 PS Panels) (Deck 6,000 at 28 days N/A* 9" maximum 0.45 P 4,500 at 28 days 4 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 S35 5,000 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 S40 5,800 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 S50 7,250 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 Shotcrete 4,500 at 28 days 7-10A N/A 0.45 * NOTES: # A 5 Slump above flow, Before - 8% blocking 9.0 when shall pumping inches be specified. a assessment, maximum when for wet designed process. of and 9.0 inches as segregation Self for all Consolidating shall classes apply. of Concrete concrete. Concrete (SCC). The may requirements have a slump for slump S ubsection 601.03 shall be revised to include the following: Structural Concrete Coating color and texture shall be obtained from the following supplier or an approved equal: Manufacturer: Anchor Paint Manufacturing Company Address: 7205 Gilpin Way, # 200, Denver, CO 80229 Phone Number: 303-744-2361 Texture: Acrylic Color: Almond Tan Product ID #: CC2338 S ubsection 601.04, paragraph 2 shall be deleted and replaced with the following: If the sulfate exposure class of the embankment fill is different than the sulfate exposure class specified in the plans, the Contractor shall provide a concrete mix design that meets or exceeds the corresponding sulfate protection requirements at no additional cost to the project. 253 October 24, 2023 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE S ubsection 601.05 shall be revised to include the following: The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. Placement shall be as directed by the Engineer. S ubsection 601.05(5) shall be deleted and replaced with the following: (5) Class P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. The laboratory trial mix shall produce a flexural strength at 28 days of at least 700 psi. S ubsection 601.09(a) shall be deleted and replaced with the following: (a) Design. Forms shall be mortar tight and sufficiently rigid to prevent distortion due to the pressure of the concrete and other loads incidental to the concrete operations, including vibration. The rate of depositing concrete in forms shall be controlled to prevent deflections of the form panels in excess of the deflections permitted by these specifications. Forms for exposed concrete surfaces shall be designed and constructed so that the formed surface of the concrete does not undulate excessively in any direction between studs, joists, form stiffeners, form fasteners, or wales. Undulations exceeding 3/32 inch between the center -to -center distance of studs, joists, form stiffeners, form fasteners, or wales will be considered excessive. Should any form or forming system, even though previously approved for use, produce a concrete surface with excessive undulations, its use shall be discontinued until modifications satisfactory to the Engineer have been made. Portions of concrete structures with surface undulations in excess of the limits may be rejected by the Engineer. Forms for drainage inlets may be constructed of any suitable material that will produce a structure with the inside dimensions and at least the wall thicknesses shown on the plans. Undulations of finished interior wall surfaces shall not exceed 0.5 inch. Where called for in the Contract, the Contractor shall design and construct a permanent bridge deck forming system. Based on what is indicated, the Contractor will be permitted one of the following sets of options: (1) If the plans indicate that permanent deck forms are optional, the Contractor shall have the option of constructing a cast- in -place bridge deck using conventional forms, a full -depth cast -in -place bridge deck using permanent steel bridge deck forms. When SCC is used, forms shall be designed for loads as defined in American Concrete Institute (ACI) 347. Design calculations and form details shall be provided to the Engineer per the Working Drawing requirements in subsection 105.02. S ubsection 601.17(a), paragraph 2 shall be deleted and replaced with the following: At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less shall be rejected and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the batch is allowed to be placed, a pay factor reduction will be applied to the concrete as shown in Table 601-3. Delete subsection 601.17(c) and replace with the following: 254 October 24, 2023 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE ( c ) Strength (When Specified). Concrete which does not meet the minimum required 28 day strength shall be removed and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the concrete is allowed to be remain, a pay factor reduction will be applied to the concrete as shown in Table 601-3. In subsection 601.17(d), delete Table 601-3 and replace with the following: Table 601-3 PAY FACTOR REDUCTIONS Percent Total Air Strength Deviations from Pay Factor Below Specified Pay Factor Specified Air (%) Reduction (%) Strength (psi) Reduction (%) 0.0-0.2 10 1-100 10 0.3-0.4 20 101-200 20 0.5-0.6 30 201-300 30 0.7-0.8 50 301-400 40 0.8-1.0 70 401-500 50 Over 1.0 Reject Over 501 Reject NOTES: 1. This table does not apply to Portland Cement Concrete Pavement (PCCP). See Tables 105-10 and 105-11. 2. The pay factor reduction formula is Payment for Item 100 — Pay Factor = Reduction. For example, the payment for a structure below the required strength by 250 psi and is allowed to remain in place by the Engineer would be 70% of the unit price (payment = 100-30). Subsection 601.20 shall be revised to include the following: Pay Item Pay Unit Concrete (Class D)(Bridge) Cubic Yard Concrete (Class D) Cubic Yard Structural Concrete Coating (Good Earth) Square Yard Structural Concrete Coating (Apache) Square Yard END OF SECTION 255 October 4, 2023 1 REVISION OF SECTION 602 REINFORCING STEEL S ubsection 602.02, paragraph 1 shall be deleted and replaced with the following: Reinforcing steel shall be epoxy coated and shall meet the requirements of subsection 709.01. Welded wire fabric that shall meet the requirements of subsection 709.01. S ubsection 602.02, paragraph 5 shall be deleted and replaced with the following: Epoxy coated reinforcing steel may not be substituted for Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing alternatives. S ubsection 602.08 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Reinforcing Steel (Black) Pound Welded wire mesh shall not be measured and paid for separately but shall be included in the Work. END OF SECTION 256 October 24, 2023 1 REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised for this project as follows: S ubsection 603.02 shall be revised to include the following: Reinforced concrete pipe shall be manufactured from concrete that meets the requirements for severity of sulfate exposure class specified in the plans or the sulfate exposure class of the embankment material, whichever is higher When the pH of the soil or water is less than 5, reinforced concrete pipe shall be coated in accordance with subsection 706.07. All corrugated steel pipe shall be aluminized per Section 707.11. S ubsection 603.04, paragraph 3 shall be deleted and replaced with the following: When conduits (e.g., pipes, culverts, etc.) are to be installed in embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the pipe of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. S ubsection 603.05 shall be deleted and replaced with the following: 603.05 Bedding for Concrete or Clay Conduit. Bedding shall be prepared per details as shown on the plans. The bed shall consist of a layer of squeegee at least 3 inches in thickness. Recesses shall be made to accommodate the bell of bell -and -spigot pipe. Adjustments to line and grade shall be made by scraping or filling under the body of the conduit. Wedging or blocking the bell will not be permitted. S ubsection 603.06, paragraph 1 shall be deleted and replaced with the following: 603.06 Placing Conduit. The conduit laying shall begin at the downstream end of the conduit line. A laser level or GPS Rover shall be used to determine that each segment of conduit is installed at the slope and elevation shown on the Plans. The lower segment of the conduit shall be in contact with the prepared bedding throughout its full length. Bell or groove ends of concrete or clay conduits and outside circumferential laps of metal or plastic conduits shall be placed facing upstream. S ubsection 603.07(a), paragraph 2 shall be revised to include the following: Concrete collars will be required at all non-standard joints (not tongue and groove or bell and spigot) and at all connections to existing pipe In order to ensure the flared end sections are connected to a standard pipe end, all non-standard joints shall be placed as close as possible to the center of the pipe run.. S ubsection 603.09 shall be revised to include the following: Culverts and storm sewers has be backfilled using structural backfill (squeegee) from the top of bedding material to the spring line of the pipe. Flow fill (Weld County mix) shall then be used to backfill from spring line to 1 foot above the pipe. Embankment material shall be used to backfill from the top of the flow fill to the subgrade elevation. S ubsection 603.13 shall be revised to include the following: Payment will be made under: 257 October 4, 2023 2 REVISION OF SECTION 603 CULVERTS AND SEWERS Pay Item Pay Unit 18 Inch Reinforced Concrete Pipe (Class IV) Linear Foot 24 Inch Reinforced Concrete Pipe (Class IV) Linear Foot 30 Inch Reinforced Concrete Pipe (Class IV) Linear Foot 48 Inch Reinforced Concrete Pipe (Class III) Linear Foot 18 Inch Reinforced Concrete End Section Each 24 Inch Reinforced Concrete End Section Each 30 Inch Reinforced Concrete End Section Each 48 Inch Reinforced Concrete End Section Each Structure excavation, structure backfill including flowfill, filter material, and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be measured and paid for separately but shall be included in the Work. END OF SECTION 258 October 4, 2023 1 REVISION OF SECTION 605 SUBSURFACE DRAINS Section 605 of the Standard Specifications is hereby revised for this project as follows: Subsection 605.07 shall be revised to include the following: Geotextile will not be measured and paid for separately but shall be included in the cost of the Work. END OF SECTION 259 October 4, 2023 1 REVISION OF SECTION 606 GUARDRAIL Section 606 of the Standard Specifications is hereby revised for this project as follows: Subsection 606.06 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Guardrail (Type 3 W-Beam)(6-3 Post Spacing) Linear Foot Transition (Type 3G) Each Transition (Type BR10M-GR3) Each End Anchorage (Nonflared) Each Bridge Rail (Type 10M) Linear Foot END OF SECTION October 4, 2023 1 REVISION OF SECTION 607 FENCES Section 605 of the Standard Specifications is hereby revised for this project as follows: Subsection 607.03 shall be revised to include the following: The barbed wire fence with metal posts and gates shall be installed in accordance with the CDOT M&S Standard, M-607-1. Subsection 607.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Fence(Barbed Wire With Metal Posts) Linear Foot 20 Foot Gate Each END OF SECTION 261 October 4, 2023 1 REVISION OF SECTION 609 CURB & GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 606.06 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Curb (Type 6)(Section M) Linear Foot END OF SECTION 262 October 4, 2023 1 REVISION OF SECTION 611 CATTLE GUARDS Section 611 of the Standard Specifications is hereby revised for this project as follows: Subsection 611.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit 20 Foot Cattle Guard Each END OF SECTION 263 October 4, 2023 1 REVISION OF SECTION 612 DELINEATORS AND REFLECTORS Section 612 of the Standard Specifications is hereby revised for this project as follows: Subsection 612.02(a)(2) shall be deleted and replaced with the following: 1. Flexible Posts. A. Type I Delineators: Type I delineators shall be a green Shur -Flex Driveable Delineator post. The top of the post shall have a 13" flat top equipped with a one (3 x 3 inch) piece of white reflective sheeting on one side facing oncoming traffic. The location of the Type I delineators will be shown on the plans. B Type II Delineators: Type II delineators shall be a green Shur -Flex Driveable Delineator post. The top of the post shall have a 13" flat top equipped with two (3 x 3 inch) pieces of white reflective sheeting on one side facing oncoming traffic. The location of the Type II delineators will be shown on the plans. C Type Ill Delineators. Type III delineators shall be a white Shur -Flex Driveable Delineator post. The top of the post shall have a 13" flat top equipped with three (3 x 3 inch) pieces of yellow reflective sheeting on one side facing oncoming traffic. The location of the Type III delineators will be shown on the plans. Workmanship. The posts shall exhibit good workmanship and shall be free of burrs, discoloration, contamination, and other objectionable marks or defects which affect appearance or serviceability. Each post shall be visibly free of bends or twists, prior to and after installation. E Material. The post shall be manufactured from an impact resistant flexible material, and resistant to the following: U.V. exposure, cold weather temperatures, temperature fluctuation, and de-icing materials. The post shall be permanently sealed at the top and shall be date - stamped showing the month and year of fabrication. The date -stamp shall be on top of the post on the side facing away from traffic. The numerals shall be at least % inch in height and shall be die -stamped or legibly stamped with permanent ink. F Dimensions. (1) Length. The post shall provide a height of 48 inches above the edge of pavement and provide the required anchoring depth for Drivable Method of installation. The post length shall conform to requirements outlined in S-612-01 for all other methods of installation. (2) Width. The post shall have a minimum width of 2 3/8 inches and a maximum width of 4 1/8 inches facing traffic. G. Base Anchoring. The base anchor shall be designed to facilitate a permanent installation resistant to overturning, twisting, and displacement from wind and impact forces. Post bases for the delineator post shall be 2" x 24" square tubing anchor equipped with a cotter pin. A concrete foundation shall be used for delineator support in soft soils per the plans or as directed by the Engineer. The base anchor shall be capable of being driven into an earth shoulder with or without a pilot hole. Installation shall be accomplished with typical maintenance equipment. H Performance Requirements. Posts shall be tested in accordance with NTPEP's Evaluation of Temporary Traffic Control Devices: Flexible Delineators. Posts shall be designed such that an 264 October 4, 2023 2 REVISION OF SECTION 612 DELINEATORS AND REFLECTORS installed post is capable of self -erecting and remain serviceable after being subjected to a series of direct impacts by a typical passenger sedan. Posts installed in ground mount; side of roadway configurations shall be capable of withstanding a series of ten impacts into the traffic face of the post at a speed of 55 mph. Posts installed in surface mount, head-on and/or channelizing configurations shall be capable of withstanding a series of 125 impacts into the traffic face of the post at a speed of 55 mph. I Sampling and Acceptance. Prior to shipment of posts, the manufacturer shall submit a MASH self -certification letter to the Project Engineer. Subsection 612.02(b) shall be deleted and replaced with the following: (b) Reflective Elements. 1 Each reflective element shall be a 3 x 3 inch square, ASTM Type IV reflective sheeting material meeting the requirements of subsection 713.07 and 713.10. Reflective elements shall be placed in a straight vertical column starting one inch from the top edge of the delineator. Type II and III delineators shall have reflective elements separated by one inch vertically in the column. All reflective elements shall be placed at the factory by the manufacturer prior to on -site delivery of delineators. The texture of the projected surface shall be smooth and suitable for the adherence of reflective elements without preparation other than wiping with a clean cloth damped with mineral spirits to remove oil -type contaminants. 4 Reflective elements shall be protected from scratches, abrasions, and other physical damage during shipping and base anchor driving by an easily removable "masking" sheet. 5 Guardrail Reflector Tabs. Details for the guardrail reflector tabs are shown on the plans. Reflectivity shall conform to ASTM D4956 Type IV. 6 Barrier Reflector. Details for barrier reflectors are shown on the plans. Reflectivity shall conform to the requirements in subsection 713.10. 7 Median Barrier Reflector. Details for median barrier reflectors are shown on the plans. Reflectivity shall conform to the requirements in subsection 713.10. Subsection 612.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Delineator (Type 1) Each Delineator (Type 2) Each Delineator (Type 3) Each Post bases shall be included in the Work and shall not be measured and paid for separately. END OF SECTION 265 October 4, 2023 1 REVISION OF SECTION 613 LIGHTING Section 613 of the Standard Specifications is hereby revised for this project as follows: Subsection 613.14 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit 3 % Inch Electrical Conduit Linear Foot END OF SECTION 266 October 4, 2023 1 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: S ubsection 614.02 is hereby revised to include the following: Steel for Signposts and Sign Structures shall conform to the material grade and type specified in the Contract. Steel square tube type perforated sign posts and anchors shall meet or exceed the following: 1. Posts — 2"" x 2" square posts, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 2 Anchors — 2%" x 2%" x 30" tall square tube, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 3 J -bolts or corner bolts shall be used to attach the posts to the anchors. 4 Hardware to secure traffic signs to post shall be 5/16" or 3/8" carriage bolts with 2" fender washers, lock washers, and 5/16" or 3/8" nuts. Rivets shall not be allowed in the assembly of any portion of sign construction. 5 Coating — all posts and anchors shall be galvanized to ASTM designation A653, G90, Structural Quality, Grade 50, Class 1. The steel shall also be coated with a chromate conversion coating and a clear organic polymer topcoat. 6. All stop sign posts (regardless of location) and all other sign posts in a roundabout shall be equipped with reflective markings on all four (4) sides of the posts. Structure signs shall be green with white lettering and shall be attached to the structure wherever possible. S ubsection 614.09, paragraph 19, item (1) shall be revised to include the following: Steel square tube type perforated sign posts and anchors placed in concrete or asphalt shall be either core drilled with a 4" diameter hole, or a 4" diameter PVC pipe sleeve may be placed into the concrete or asphalt full depth and flush with the surface. S ubsection 614.13 is hereby revised to include the following paragraphs: Steel square tube type perforated signposts will be measured by the length in linear feet of post installed. The slip base for the steel square tube signposts will not be measured and paid for separately but shall be included in the cost of the post. The reflective tape for the sign posts will not be measured separately and shall be included in the cost of the post. The J -bolts or corner bolts will not be measured separately and shall be included in the cost of the post. Equipment required to mount signs to bridges shall not be paid for separately but shall be included in the cost of the Work. S ubsection 614.14 is hereby revised to include the following: Payment will be made under: 267 October 4, 2023 2 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES (GROUND SIGN POSTS) Pay Item Pay Unit Sign Panel (Class I) Square Foot Steel Sign Post (2.x 2.Inch Square Tubing) Linear Foot END OF SECTION 268 October 4, 2023 1 REVISION OF SECTION 615 WATER CONTROL DEVICES Section 615 of the Standard Specifications is hereby revised for this project as follows: Subsection 615.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Embankment Protector (Type 5)(Riprap) Linear Foot END OF SECTION 269 October 4, 2023 1 REVISION OF SECTION 618 PRESTRESSED CONCRETE Section 618 of the Standard Specifications is hereby revised for this project as follows: Subsection 618.11(g)(1) shall be deleted and replaced with the following: 1. Test cylinder specimens shall be prepared per ASTM C31. The use of ACI 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. Subsection 618.17 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Prestressed Concrete (I)(CBT54) Linear Foot END OF SECTION 270 October 4, 2023 1 REVISION OF SECTION 620 FIELD FACILITIES Section 620 of the Standard Specifications is hereby revised for this project as follows: Subsection 620.01 shall be revised to include the following: In accordance with Section 107.02, the Contractor shall apply for and obtain a zoning permit for a manufactured home (ZPMH) from the Weld County Department of Planning and Zoning for field offices, field laboratories, and commercial plan laboratories (as required). The Contractor shall apply for and obtain a building permit from the Weld County Building Department for any electrical connections. A building permit shall be required for any field office, field laboratory, or commercial plan laboratory (as required) that is connected to a generator or an electrical meter. The Contractor shall be responsible for coordinating all required inspections. The ZPMH and building permits shall be obtained prior to the start of any work activities on the project. Failure to obtain the ZPMH and building permits shall result in the assessment of liquidated damages as outlined in Subsection 620.06. Subsection 620.02 shall be deleted and replaced with the following: 620.02 Field Offices. Field offices, either Class 1 or Class 2 as designated on the plans, shall substantially conform to the details shown on the plans and to the requirements of this section. The specifications and plans shall identify if the Contractor is required to furnish the field office or if the County will furnish the field office. (a) When the field office is supplied by Weld County, the Contractor shall be responsible for transporting it to the project site using a sub -contractor which has specialized equipment to move the field office. The sub- contractor shall be capable of setting, leveling, and tying the field office down per the applicable building codes. Weld County in its sole discretion shall approve the sub -contractor authorized to move the field office before it being moved. The use of a pickup truck will not be allowed to move the field office. Weld County will provide a location from which the field office is to be moved from. Following completion of the project, the field office shall be returned to 1755 Holly Ave, Greeley, CO. The Contractor is responsible for returning the field office in the same or better condition than when picked up. (b) When the field office is to be supplied by the Contractor, the Contractor shall be responsible for transporting it to and from the project site. The Contractor shall set, level, and tie the field office down per the applicable building codes. The field office shall be equipped with reliable, high speed internet access (minimum download speed of 5 Mbps) for the sole use of Weld County employees or agents (assume 4 users). The Contractor shall be responsible for providing separate internet access for their employees. Required internet services include SSL, VPN, VOIP, and other internet services. The order of preference for internet connections is provided below. If reliable data services are not available, data signal boosters may be required to meet the bandwidth and throughput requirements. (1) Hard wired broadband or DSL (i.e., Xfinity, CenturyLink, Comcast, etc.) (2) Radio broadband (i.e., Rise Broadband, etc.) (3) Satellite broadband (i.e., HughesNet, Viasat, etc.) (4) Cellular Radio — if speed and signal strength requirements are met. 271 October 4, 2023 2 REVISION OF SECTION 620 FIELD FACILITIES (5) Wireless hotspots — only if there is no other option. One hotspot shall be provided per County employee assigned to the project. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. (c) The field office shall be equipped by the Contractor with the following: (1) Electricity: If commercial power is available, the service shall be a minimum of 3,000 -watt, 115-125 AC facility for the field office. If commercial power is not available, independent generators shall be provided. Generators shall be a minimum of 25kW. (2) Office Lighting: All overhead lighting shall meet OSHA and code requirements for office spaces. (3) Ventilation: The field office shall be equipped with heating, ventilation, and air conditioning systems adequate for office use. (4) Parking: The Contractor shall provide an all-weather parking area with one parking space per County employee assigned to the project plus 6 visitor parking spaces. (5) Janitorial: The Contractor shall provide weekly janitorial services. The janitorial services shall include trash bags in all trash cans, sweeping and mopping of the floors, and general cleanup of the offices and meeting spaces. Trash cans both inside and outside of the trailer shall be emptied weekly. (6) Sanitary: Sanitary facilities shall be provided as part of the field office. Although these facilities are not required to be `dedicated' to the field office, the facilities shall be located within 50 feet of the field office and shall be serviced and maintained in a sanitary condition. The sanitary facility shall be located downwind of the field office. (7) Access: The Contractor shall install and remove a staircase/landing at each field office entrance. The Contractor shall also provide maintenance of the exterior of the office trailer including but not limited to access to the parking area and snow removal. (8) Office Supplies: 1. One office type color photocopier/laser printer/scanner machine (a multi -purpose desktop printer will not suffice) with separate trays for 8.5" x 11", 8.5" x 14" and 11" x 17" paper. A. The copier shall be capable of automatically stapling a minimum of 30 sheets (8.5" x 11"); B. The copier shall be equipped with a standard 50 sheet document feeder; C. The copier shall have a minimum resolution of 600 x 600 dpi; D. The copier shall have a minimum of 256 levels of greyscale and shall have both manual and automatic exposure adjustments; E The copier shall have reducing and enlarging ratios between 25% and 400% in 1% increments; F The copier shall have the following features as a minimum: auto magnification, auto paper selection, auto tray switch, booklet/magazine copy, center/border erase, document server, rotate sorting, handle up to 10 separate print jobs, and touch screen control panel; 272 October 4, 2023 3 REVISION OF SECTION 620 FIELD FACILITIES G. The copier shall be capable of copying a minimum of 35 pages per minute; H The scanner shall utilize an embedded scanner capable of 52 ipm at 200 dpi; I The scanner shall be capable of a minimum scanning resolution of 600 dpi; J. The scanner shall be capable of scanning pages of up to 11" x 17" to TIFF, JPEG, and PDF formats; K. The printer shall be capable of printing a minimum of 35 pages per minute; L. The printer shall be capable of printing at a resolution of up to 600 dpi; 2 The office copier/scanner/printer shall be capable of transmitting the scanned file to multiple email addresses; 3 Toner, parts, service and repairs shall be provided by the Contractor. Repair and maintenance services shall be provided within 5 business days of notification; 4 In the event, of theft, the Contractor shall provide a replacement device with 3 business days; 5 The device shall be capable of wireless networking with all offices in the field office; 6 Paper (Letter and Tabloid sizes) shall be provided by the Contractor; 7 The copy machine shall be wheel mounted and shall be capable of rolling to different locations within the office. (9) Office Furniture: Shall be per CDOT Standard Plan M-620-12. Additionally, the following items shall be provided by the Contractor: A. Each office shall be provided with a minimum of 2 five -gallon trash cans. The common area shall be provided with a minimum 35 -gallon trash can. The Contractor shall provide appropriately sized trash bags for all trash cans. B. The common area shall have a minimum of 15 metal folding chairs that can be used for meetings. A folding conference table that is a minimum of 8 feet long and 3 feet wide shall be provided in the common area. C. A 5 -gallon drinking water cooler capable of providing hot and cold water. D. 1,000 Watt minimum microwave oven. E. Mini -refrigerator, 3.3 cubic foot minimum. F. Landline telephone and fax service is only required in the event that there is no cell phone reception at the office location. All office equipment/supplies and office furniture to be provided for this project shall be free of blemishes and in proper working order. The Engineer or Inspector shall approve the office equipment/supplies and office furniture before placement in the office trailer. 620.03 Field Laboratories. 273 October 4, 2023 4 REVISION OF SECTION 620 FIELD FACILITIES Field laboratories, as designated on the plans, shall substantially conform to the details shown on the plans, on the CDOT M&S Standard (M-620-2), and to the requirements of this section. All Concrete Flexural strength specimens used in determining acceptance and verification shall be sampled, cast, cured, and tested onsite in the laboratory by qualified personnel. Additional on -site cure -storage shall be the responsibility of the Contractor. The laboratory and the Contractor's personnel performing acceptance testing of the flexural strength specimens, as required in Section 106.06(a)(6), shall meet requirements of CP-10 when required by the Contract. It is the Contractor's responsibility to ensure conformance of the laboratory, equipment and process control (PC) personnel. It is the Owner's responsibility to ensure conformance to CP-10 of owner acceptance (OA) Personnel. In addition to the PCCP flexural strength acceptance and verification testing, the onsite laboratory shall also be used for intermittent soil testing (One -point, Proctors, Classifications, Atterberg Limits, etc.) by both the Contractor's PC and the Owner's OA personnel. Subsection 620.06 shall be revised to include the following: The Contractor shall be responsible for locating and installing the field office trailer in a location that is acceptable to Weld County. The Contractor shall obtain the necessary permits for the installation of the field office trailer. The field office trailer shall be set up including all utilities at the start of construction. Start of construction shall be anything other than mobilization and surveying. Both parties shall participate in a facility condition inspection prior to and at the completion of occupancy. Set up locations shall be within 1/2 mile of the construction site. Field office shall stay on site and operational until final acceptance is given by the Engineer. If the field office is not set up at the start of construction, 5% of the bid amount for the field office will be deducted daily until it is placed and fully functional. If the bid amount for the field office is less than $10,000 or if the deductions reduce the bid amount below $10,000, then deductions will continue at 5% of the overall project bid price until the office is placed and fully functional. The amount to be deducted will occur daily until the field office is placed and fully functional. In the event the office trailer or appurtenant facilities are stolen, destroyed, or damaged during the Work, except by fault of Weld County, the Contractor shall, at its expense, repair or replace those items to their original condition within five calendar days. If loss or damage is caused by Weld County personnel, the Contractor shall replace the facilities within five calendar days, except Weld County shall be responsible for the costs incurred. Subsection 620.08 shall include the following: The cost of obtaining the ZPMH and building permits shall not be measured separately but shall be included in the Work. Pay Item Pay Unit Field Office (Class 2)(County Provided) Each Field Laboratory (Class 2) Each END OF SECTION 274 October 4, 2023 1 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 shall be deleted and replaced with the following: 625.01. This work consists of the construction surveying, calculating, and staking necessary for the construction of all elements of the project. The work shall be done under the supervision of a Professional Land Surveyor (PLS) or Professional Engineer (PE) who is experienced and competent in road and bridge construction surveying and licensed in the State of Colorado. The PLS or PE shall maintain their license in good standing through the entire Contract period. Locating, preserving, referencing, installing and restoring land monuments such as Primary Control monuments from which the right of way or any land boundary will be calculated, described or monumented, Public Land Survey System (PLSS) monuments, General Land Office (GLO) monuments, Bureau of Land Management (BLM) monuments, Mineral Survey (MS) monuments, Right-of-way (ROW) monuments, property boundary monuments, easement monuments, and other monuments that are required by law or regulation to be established by a PLS, and the determination of any land boundary, shall be done per Section 629, under the supervision of a Professional Land Surveyor (PLS) who is experienced and competent in Right of Way and boundary surveying and licensed in the State of Colorado. The PLS shall be available to review work, resolve problems, and make decisions in a timely manner. Unless specified otherwise in the Contract, all survey procedures shall be in conformance with the CDOT Survey Manual. If the Revision of Section 102 Project Plans and Other Data states 3D modeling data is available, the Contractor shall utilize 3D Engineered Construction Surveying (3DECS). 3DECS is the use of global positioning and or robotic instruments to guide construction equipment operations by comparing 3D model information in real time. For 3DECS, either the construction equipment is fed modeling information and makes automatic adjustments (machine control), or the equipment operator is fed the information and makes physical adjustments. The Contractor is hereby noticed that if Weld County provides any design CAD files to the Contractor's surveyor for construction surveying purposes, it is doing so as a courtesy to the Contractor. The CAD files are not considered Contract Documents and shall not be used in relation to any request for additional time or compensation. The Contractor shall have a GPS(ROVER) with the correct files loaded onsite and available to the Inspector at any time for grade checking and testing/inspection locations. Centerline stationing stakes shall be provided without option. Adobe Sign software shall be used for electronic seals by the Contractor's Engineer, a Professional Engineer, or a Professional Land Surveyor. Electronic signatures and seals shall comply with the requirements of the Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. Subsection 625.04 shall be deleted and replaced with the following: 625.04 Contractor Surveying. The Contractor shall perform all construction surveying and staking necessary for construction of the project. Construction surveying and staking shall be based on the Primary Horizontal and Vertical Control established by the Department. The Contractor shall check all Department established Primary horizontal and vertical control points per the CDOT Survey Manual Chapter 6 and verify and document in the survey records their horizontal accuracy tolerance per the CDOT Survey Manual Chapter 5, and their vertical 275 October 4, 2023 2 REVISION OF SECTION 625 CONSTRUCTION SURVEYING accuracy tolerance per the CDOT Survey Manual Chapter 6, for a CDOT Class A - Primary Survey before using them for construction surveying control. The Contractor's surveyor shall provide a map and list of this control points with locations and elevations. The Contractor shall protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. The establishment of the control points shall be done per the CDOT Survey Manual, Chapter 6. Before beginning construction, the Contractor's surveyor shall stake all Right of Way corners, Permanent Easements, and Temporary Construction Easements shown on the approved ROW plans with temporary (for the duration of the project) points using re -bar, lath, or hubs and marked with flagging, so they are easily visible. Those indicating the limits of construction within which the Contractor is allowed to work shall be maintained throughout the project. The Contractor shall protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. During construction, the Contractor's surveyor shall provide and maintain construction stakes with offsets for the Department's use. The construction stakes shall include information required by the CDOT Survey Manual, Chapter 6. The Contractor shall protect and immediately re-establish any construction stakes that are damaged throughout the project. Planned Centerline shall be staked and maintained with station numbers throughout the entire project. An approved offset can be used (ROW, TOS, etc.) but shall be indicated with an offset distance on the stake. Maximum staking interval for tangent are 200' and 50' on curves. The Contractor shall use 3D Engineered Surveying and the following shall apply: 1. All surveying shall be based on the Primary Horizontal and Vertical Control established by the Department. 2. The Contractor shall provide construction stakes for the control points of the project centerline or Engineer approved offset line (i.e., POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual) and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. 3 Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. 4 The maximum staking interval for the project centerline shall be 500 feet on tangents and 100 feet on curves or as specified on the survey tabulation sheet. All project centerline control points as shown on the plans shall be staked. 5 Within the first week of the Contractor utilizing 3DECS, the Contractor shall check their 3DECS system and verify on writing to the Department that the accuracy of the system complies with the contract requirements. 6. The Contractor shall conduct an as -constructed survey of the following items: Installed or relocated utility lines as shown on the utility plans, including those installed or relocated by the Contractor or by others. A. Installed or relocated culverts, conduit, inlets, or other drainage features. B. Traffic signal heads, poles, pushbutton assemblies, and controller cabinets. C. ITS fiber vaults, splice points, interfaces, nodes and other assets. 276 October 4, 2023 3 REVISION OF SECTION 625 CONSTRUCTION SURVEYING D. Lighting including pull boxes, meters and light standards. The as -constructed survey shall be completed per the CDOT Survey Manual, Chapter 6, Section 6.14. At no cost to the Department, the Contractor shall revert to traditional surveying and disband using 3DECS should the Engineer determine the existence of contractor quality or accuracy issues related to 3DECS. Subsection 625.08, paragraph 2 shall be deleted and replaced with the following: A supplemental or amended Project Control Diagram shall be submitted to the Engineer and the Weld County Surveyor for any replaced, transferred or re-established Primary Control monuments per the CDOT Survey Manual Chapter 6. Subsection 625.13, paragraph 4 shall be deleted and replaced with the following: Before final payment is made, the Contractor's responsible PLS shall complete and electronically seal all survey records and the Project Control Diagram (supplemental or amended). Submit the survey records and the supplement or amended Project Control Diagram to the Engineer and the Weld County Surveyor for review. Before final payment is made, all construction survey markers shall be removed. It is not acceptable to hammer the markers into the ground as they pose a hazard to agricultural operations. END OF SECTION 277 October 4, 2023 1 REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall be deleted and replaced with the following: 626.01 This work consists of the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project. This item shall also include the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations that must be performed before beginning the other items under the Contract. Construction of a temporary accesses/roads into the work areas, and removal of the accesses/roads after construction is completed, shall be included in the Mobilization bid item. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS: The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County before Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The Contractor shall not park any vehicles or equipment in or disturb any areas not approved by the Engineer. The County has acquired Temporary Construction Easements (TCE) for work on the project. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCEs. All agreements made between the Contractor and the private property owners for additional TCEs shall be made in writing and a copy of all written agreements shall be furnished to the County before any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCEs obtained by the Contractor and shall modify the Erosion and Sediment Control Plans and CDPS-SCP to include TCEs. The Contractor shall inform the property owners and the tenants at the properties before construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All disturbances outside the Project Limits shall be pre -approved by the County and secured by the Contractor, at Contractor's expense. In addition, the Contractor will be required to secure Right of Entry for property owners' access that extend beyond the Right of Way Line. No separate payment will be made. Contractor to review the access plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry before entry. END OF SECTION 278 October 4, 2023 1 REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT Section 630 of the Standard Specifications is hereby revised for this project as follows: All references to "Approved Product List" shall mean the COOT Approved Product List. S ubsection 630.01 shall be revised to include the following: This work consists of providing road closure during the entirety of the project including: installing appropriate road closure and detour signs, installing and maintaining adequate road barriers, furnishing, operating, and maintaining a portable message sign panel and coordinating entry and exit of vehicles into the work area. This work includes furnishing, operating, and maintaining portable message sign panels. This work includes furnishing, installing, and maintaining additional signage as deemed necessary by the Engineer to provide additional messaging or safety warnings to the workers and the public. Additional signage shall not be measured separately but shall be included in the Work. The Contractor shall submit a traffic control plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. The sample traffic control plan may not be all-inclusive. The Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the workers and the public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and cross roads affected by this Work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. S ubsection 630.02, paragraph 9 shall deleted and replaced with the following: Variable Message Signs (VMS) shall conform to the requirements of the Section 630.03(a), Portable Message Sign Panel. S ubsection 630.03 shall be revised to include the following: (a) Portable Message Sign Panels. Portable message sign panels shall be furnished as a device fully self- contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three, eight -character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre -default message that activates before a power failure. The sign shall be solar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to 279 October 4, 2023 2 REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under both day and night conditions. The message shall be legible from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front cover. Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. (3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble -shooting guide. (4) The portable message sign shall be capable of maintaining all required operations under Colorado mountain -winter weather conditions. (5) Each sign shall be furnished with an attached license plate and mounting bracket. (6) Each sign shall be wired with a 7 -prong male electric plug for the brake light wiring system. Subsection 630.09 shall be revised to include the following: Truck Mounted Attenuators shall be supplied by the Contractor when required. The truck mounted attenuator shall be approved by the FHWA to meet NCHRP 350 criteria for level TL -3 collisions. The attenuator shall be mounted to a suitable truck in a manner meeting the Manufacturer's specifications. The truck shall be furnished with a roof mounted Advance Warning Flashing or Sequencing Arrow Panel (B Type). The truck shall be used when setting up or taking down the work zone and shall be parked in the activity area protecting the construction work while work is being performed, unless otherwise directed. Trailer Mounted Attenuators shall be supplied by the Contractor when required. The Contractor shall supply a vehicle with an attached trailer attenuator approved by the FHWA to meet NCHRP 350 criteria for level TL -3 collisions. The trailer attenuator shall be attached to a suitable host truck in a manner meeting the Manufacturer's specifications, to include factory -installed 20 -ton (minimum) rated pintle hook and 1/2 -inch (minimum) steel frame plate, or as specified by Manufacturer. The trailer shall be furnished with a mounted Advance Warning Flashing or Sequencing Arrow Panel (B Type). The weight of the host truck shall be between 10,000 and 20,000 Ibs, or as specified by the trailer mounted attenuator manufacturer. The Contractor shall provide a certified scale ticket confirming the weight of the truck without trailer attached. The Trailer Mounted Attenuator attached to its host truck shall be used when setting up or taking down the work zone and shall be parked in the activity area protecting the construction work while work is being performed, unless otherwise directed. A buffer zone shall be provided in front of the host truck, for worker safety. This buffer zone shall be in accordance with the manufacturer's recommendations, but shall be no less than 100 feet in length, unless otherwise directed. 280 October 4, 2023 3 REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT S ubsection 630.13 shall be revised to include the following: The VMS panels shall be setup and operational on the project site at least 14 calendar days prior to the start of active roadway construction. The VMS panels shall be required to remain in place and operational throughout the duration of the project. The maintenance, storage, operation, relocation to different sites during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. S ubsection 630.17 Rolling Roadblock shall be added and subsequent numbering in Section 630 shall be adjusted. S ubsection 630.17(a), paragraph 3 shall be deleted and replaced with the following: A minimum of two weeks before start of rolling roadblock operations, the Contractor shall provide the date and times that rolling roadblock operations are to begin to the Engineer. Portable message sign panels shall be displayed one week before work with the messages shown on the plans. S ubsection 630.18 (formerly 630.17) shall be deleted and replaced with the following: 630.18. All traffic control devices including but not limited to: temporary signing, attenuator trucks, traffic control management, and traffic control inspection shall be included in the Lump Sum cost for the Traffic Control Management bid item. Portable VMS panels shall be used for advance warning prior to construction, throughout construction, post construction, and along detour routes as directed by the Engineer. Variable message sign panels will be measured for each VMS approved and accepted by the Engineer for the duration of the project. Resetting, repairing, or replacing traffic control devices is considered maintenance of the devices. Cleaning and maintaining of traffic control devices is incidental to the Traffic Control Management bid item and will not be paid for separately. The quantity to be measured for flagging will be the total number of flaggers that are used as authorized per day based on the approved MHT in use for the day. Payment will not be made for time spent by flaggers to set up and take down construction traffic control devices. Hours in excess of those authorized shall be at the Contractor's expense. Mobile attenuators shall not be measured and paid for separately but shall be included in the Work. S ubsection 630.19 shall be deleted and replaced with the following: 630.19. Payment for the individual traffic control devices necessary to complete the Work shall be full compensation for furnishing, erecting, cleaning, maintaining, resetting, repairing, replacing, moving, removing, and disposing of the construction traffic control devices. All construction traffic control devices that are not permanently incorporated into the project will remain the property of the Contractor. Payment will be made under: Pay Item Pay Unit Traffic Control Management Lump Sum Portable Message Sign Panel Each Flagging Hour 281 Flagger hand devices will not be measured and paid for separately but shall be included in the Work. Cost of electrical power, including batteries, for all temporary lighting or warning devices shown on the TCP will not be paid for separately but will be considered subsidiary to the item. Temporary masking signs, including the covering materials and fastening devices, will not be measured and paid for separately but shall be included in the Work. If the Contractor fails to complete construction within the approved contract time, Payment will not be made for the use of Section 630 pay items for the period of time after expiration of the approved contract time. These items shall be provided at the Contractor's expense. Cleaning and patching of the roadway after removal of the Channelizing Device (Fixed) will not be paid for separately but shall be included in the Work. Placement, unmasking, removal and masking of reduced speed limit signs and double fines signs, will not be measured and paid for separately but shall be included in the Work. Preparation and implementation of the Traffic Management Plan will not be measured and paid for separately, but shall be included in the Work, except for public information services which will be measured and paid for per Section 626 as revised for this project. Traffic Control Management, vehicles, traffic control devices, and all other work, materials and equipment necessary for the mobile pavement marking zone will not be measured and paid for separately but shall be included in the Work. Temporary concrete barrier walls, if required, will not be measured and paid for separately but shall be included in the Work. END OF SECTION 282 October 4, 2023 1 REVISION OF SECTION 632 NIGHT WORK LIGHTING Section 632 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 632.01. This work consists of furnishing, installing, operating, maintaining, moving, adjusting, and removing lighting to illuminate construction work spaces for night work. Night work will be defined as work performed between 30 minutes before sunset and 30 minutes after sunrise. MATERIALS AND EQUIPMENT 632.02. The Contractor shall provide lighting for night work in the activity area work space where construction equipment, workers on foot, or both are present. The work space is that portion of the roadway closed to road users, or outside of the roadway, set aside for workers, equipment and materials performing contract work. The work space may be stationary or may move as the work progresses. Illumination may be accomplished by using a combination of portable lights, floodlights, equipment mounted lights, or other lighting methods that will provide the required minimum lighting intensity. Light fixtures that are mounted on the construction equipment shall have a secure connection to minimize vibration and ensure that the view of the equipment operator is not obstructed. Portable lights shall be aimed either generally parallel or perpendicular to the roadway, aimed downward towards the work to avoid glare to oncoming drivers. Existing street and highway lighting shall not eliminate the need for the Contractor to provide work area lighting. Vehicle headlights shall not be permitted as the sole means of illumination while working. 632.03 Portable Generator and Inverter Generator. The Contractor shall provide a portable generator, inverter generator, or both as needed to power the added equipment mounted lights on motorized equipment if the existing power supply on the equipment is insufficient to power the added lights. Fuel tank capacity and availability of fuel on site shall be sufficient to permit uninterrupted operation throughout the planned shift. All power sources shall be equipped with a ground -fault circuit interrupter. The generator shall be placed or temporarily mounted on the equipment without obstructing access onto the equipment or the view of the operator. 632.04 Light Meter. The Contractor shall furnish a light meter for use by the Engineer. The meter shall have a digital display calibrated to NIST standards, shall be cosine and color corrected with an accuracy of +/- 5 percent. The light meter shall remain the property of the Contractor after final acceptance. CONSTRUCTION REQUIREMENTS 632.05. Lighting for night work shall include: (1) Minimum lighting intensity of 5 -foot candles for work space illumination. (2) Illuminate the stationary work space as stated in (1) above where construction equipment, workers on foot or both are present. (3) Light sources shall be positioned not to interfere with or impede traffic in any direction and not cause glare for motorists or onto adjacent properties whenever possible. The Contractor shall make adjustments, use visors or shields, or both to minimize glare. (4) Illumination for mobile operations within a closed travel lane with traffic control devices will be defined as 20 feet in front of and behind and 5 feet to each side of each piece of moving equipment. (5) The Contractor shall provide portable lights for Engineer's and contractor personnel performing materials testing for either mobile or stationary operations to illuminate the testing work space as stated in (1) above. 283 October 4, 2023 2 REVISION OF SECTION 632 NIGHT WORK LIGHTING For concrete operations at night, the Contractor shall illuminate the designated concrete truck washout location including the access and the wash out site. (6) Workers on foot, performing work within a moving work space (i.e., striping layout/installation, surveying, etc.) shall wear ANSI approved high visibility apparel and headwear for Class 3 risk exposure including vest, Class E pants or leg gaiters, and reflective tape on hard hats. Workers may use portable lighting that can be worn on the hard hats that provide 360 -degree visibility. (7) Portable light towers and lights mounted on stands shall be sturdy and free-standing without the aid of guy wires or bracing. Minimum illumination levels as stated in (1) above shall be maintained at a distance of 5 feet on all sides of stationary equipment with either equipment mounted or free-standing lights. (8) The Contractor shall ensure that all pieces of equipment have operating lights to illuminate operator's controls, backhoe and loader buckets, and illuminate the equipment reach limits around rotating equipment (i.e., the paving machine shall have illumination for the hopper, auger, and screed areas). (9) The TCS vehicle shall have the rear of the truck illuminated while installing, maintaining, and removing traffic control devices unless sufficient lighting levels exist with stationary lights. (10) The Contractor shall maintain a uniformity ratio no greater than 5:1 over the stationary work space. Uniformity ratio is the ratio of average to minimum horizontal illuminance within the work space. The uniformity ratio shall be determined by dividing the average of all light meter measurements by the light meter measurement at the darkest spot within the illuminated area. 632.06 Night Work Lighting Plan. The Contractor shall submit a lighting plan to the Engineer for review signed by the Contractor's designated person three days in advance of the Preconstruction Conference. The lighting plan shall appropriately describe the work and include the following: (1) Layout drawing and supplemental narrative showing light locations, equipment mounted lights, and configuration including both typical spacing and lateral placement for each work activity. (2) Tabulation of lights for those lights that are included within the Night Work Lighting pay item. Lights included in the tabulation such as tower lights, lights mounted on stands and lighting mounted to mobile equipment (not original equipment lights) but those additional equipment mounted lights or portable lights that provide the 20 feet in front and behind illumination zone shall have catalog cuts giving the specific brand names, model numbers, lamp type and wattage. (3) Narrative description of those operations where workers will be on foot in a moving work space. (4) Details of hoods, visors, louvers, shields or other means to be used to minimize glare. The plan shall be revised and updated by the Contractor as requested by the Engineer during the progress of the work to accommodate changes to the work. 632.07 Inspection of Lighting. Lighting inspection by the Engineer will be performed jointly with the Contractor's designated person on a drive through the project to include (1) observation of the lighting setup to evaluate glare potential for drivers and workers and (2) light meter measurements to determine minimum illumination levels. The Contractor shall make adjustments to the lighting as needed based on the Engineer's inspection. In the event of any failure of the lighting system, the Engineer may determine to discontinue work until the required level of illumination is restored. Delays due to insufficient lighting levels are the responsibility of the Contractor. Any corrections and deficiencies needed to provide the minimum illumination levels shall be addressed by the start of the next work shift. 284 October 4, 2023 3 REVISION OF SECTION 632 NIGHT WORK LIGHTING The Engineer will take light meter measurements to verify the minimum lighting levels using a light meter provided by the Contractor during the night work shift. Light meter readings will be taken within the work space where work is being performed, in a horizontal plane, light sensor part of the meter held parallel to the ground with the sensor aimed upward, 3 feet above the pavement or ground surface. Meter readings will be taken at the source at 5 -foot intervals out to the illuminated work space perimeter. These measurements will be documented and filed in the project records. 632.08 Lighting for Flagger Stations. For nighttime flagging, flagger stations shall be illuminated by an overhead light source providing a minimum lighting intensity level of 5 -foot candles measured 1 foot out from the flagger's chest. The flagger station light shall illuminate the station area with a radius of at least the width of the lane plus 5 feet, and be centered on the flagger in the initial flagging position. The size of the illuminated area shall be increased to account for flagger movements required to control traffic. The flagger station lighting shall be maintained at an adequate height above the pavement and be capable of being shielded through the use of visors, hoods, louvers, or screens as needed to minimize glare to approaching traffic and spilling over onto adjacent properties. METHOD OF MEASUREMENT 632.09. Lighting for night work will not be measured but will be paid for as a single lump sum. BASIS OF PAYMENT 632.10. Payment for lighting as shown on the Night Work Lighting Plan will include all labor, materials, and equipment necessary to complete and maintain the Work. Payment for lighting will include portable 360° visibility lighting worn on hard hats. Progress payments will be made based on the lump sum price bid as follows: 20 percent when the Lighting for Night Work Plan has been submitted, accepted, and satisfactory lighting of nighttime operations has begun; the remaining 80 percent will be paid in equal monthly progress payments for the remaining time lighting is required for the night work operations. Payment will be made under: Pay Item Pay Unit Night Work Lighting Lump Sum Flagger station lighting, designated person, light meters, and additional power sources (generator and inverter) will not be measured and paid for separately but shall be included in the Work. END OF SECTION 285 October 4, 2023 1 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the County's estimate for force account items included in the Contract. The estimate amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payments bonds. Force Account Work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made per subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item Estimated Quantity Amount *F/A Minor Contract Revisions F/A $800,000.00 *F/A Asphalt Cement Cost Adjustment F/A $25,000.00 *F/A Fuel Cost Adjustment F/A $25,000.00 *F/A Erosion Control F/A $150,000.00 * Indicates the F/A shall be included in the bonds for the project. F/A Minor Contract Revisions — This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. F/A Asphalt Cement Cost Adjustment - Adjustment will be made in accordance with the subsection 109.06(j). To utilize this force account, the Contractor must choose to take the asphalt cement adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the asphalt cement adjustment after the bids are opened. F/A Fuel Cost Adjustment — This account will pay for changes in fuel in accordance with the steps outlined in Section 109.06(i) of the Revised Standards and Specifications in use for this project. To utilize this force account, the Contractor must choose to take the asphalt cement adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the asphalt cement adjustment after the bids are opened. F/A Erosion Control — This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. All items shall be pre -approved by the engineer before installation or they will be no cost to the project. END OF SECTION 286 October 4, 2023 1 GENERAL 404 PERMIT The proposed work as shown on the plans has been permitted by the U.S. Army Corps of Engineers under a Nationwide Permit, NWO-2023-00895-DEN. The work is authorized by the Department of Army Nationwide Permit (NWP) 14, Linear Transportation Projects. The work will permanently impact 0.0029 acres (125 sq ft) of the Big Thompson River and 0.06 acres of wetlands. Construction access and activities will also temporarily impact 0.26 acres of the Big Thompson River. The Contractor shall comply with all special and general conditions attached to the permit. All costs for permit compliance shall be included in the cost of the work. The Contractor shall be strictly limited to access in and around the river. River crossings shall only occur in the area identified on the plans. A temporary stream crossing shall be constructed according to the plans. Liquidated damages as identified in Section 108.09 of the Specifications shall be assessed per incident per day. During the demolition of the bridge, the Contractor shall take extra precautions to ensure that debris from the bridge does not cause damage to wetlands which are to be protected as shown in the plans. The Contractor shall use plastic construction fencing to delineate the boundaries of all wetlands and areas in which no work is allowed to occur. The Contractor shall coordinate with the Engineer on the location to install the plastic construction fencing. Questions regarding this permit should be directed to the U.S. Army Corps of Engineers, Omaha District, Denver Regulatory Office, 9307 South Wadsworth Blvd, Littleton, CO 80128-6901, Attention: Celena Cui. Telephone number is (720)-922-3857. Email is Celena.H.Cui@usace.army.mil. 287 October 4, 2023 1 TRAFFIC CONTROL PLAN — GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10. The components of the traffic control plan (TCP) for this project are included in the following: 1. Subsection 104.04 and Section 630 of the specifications. 2. Standard Plan S-630-1, Traffic Controls for Highway Construction, and Standard Plan S-630-2. 3. Schedule of Construction Traffic Control Devices. 4. Signing and Striping Plans. 5. Construction Phasing Details. 6. Detour Details. 7. Other. Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. Special Traffic Control Plan requirements for this project are as follows: 1. All signage for the detour shall be in place as well as barriers with road closed signs prior to any excavation or demolition. 2 During the construction of this project, traffic shall use the present traveled roadway unless identified on the plans or approved by the Engineer. 3 The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. 4 Access to private properties shall be maintained at all times. 5 At least one week prior to starting construction, the Contractor shall notify the Engineer of the date which the Contractor intends to start construction. 6 Two weeks before any road closure, the Contractor shall notify the Weld County Public Works Department. 7 The Contractor shall not perform any work on the roadway between the hours of 6 p.m. and 6 a.m. unless approved by the Engineer. 8 All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. END OF SECTION 288 October 4, 2023 1 UTILITIES COORDINATION The work described in these plans and specifications requires full coordination between the Contractor and the utility companies per subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The locations of utilities shown on the plans and described herein were obtained from the best available information but are not to be considered complete as to location or identification of all utilities that could be encountered. The known utilities are shown on the Contract Drawings. However, additional unknown utilities may exist within the project limits, and the location of known utilities is estimated and the accuracy of shown utility locations is not guaranteed. Many of the utilities shown on the Existing Utilities plan sheets have already been relocated. The Contractor shall verify the location of all utilities, underground pipelines, agricultural irrigation lines, etc. before the start of any digging using non-destructive methods to verify utility clearances. If utilities were relocated during the design and ROW acquisition portion of the project, the Contractor shall be responsible for verifying the depth and position of the relocated facilities. The Contractor shall coordinate the work with the owners of the utilities impacted by the work. Coordination with utility owners includes, but is not limited to, staking construction features, providing and periodically updating an accurate construction schedule which includes all utility work elements, providing written notification of upcoming required utility work elements as the construction schedule indicates, allowing the expected number of working days for utilities to complete necessary relocation work, conducting necessary utility coordination meetings, and all other necessary accommodations as directed by the Project Engineer. The Contractor shall comply with Senate Bill 18-067 and Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, before commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at 811 or 1-800-922- 1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located before beginning excavating or grading. Known utilities within the limits of this project are: UTILITY CONTACT PHONE EMAIL Xcel Gas Stephanie Rich 970-396-4828 stephanie.rich@xcelenergy.com Cory Thelen 970-342-3210 cory.m.thelen@xcelenergy.com CenturyLink Gary Crispe 303-995-1465 gcrispe@terratechllc.net Little Water Thompson District Brad Eaton 970-344-6373 beaton@Itwd.org PVREA Minas Kavallieros 970-282-6476 mkavallieros@pvrea.coop DCP Lew Hagenlock 970-378-6351 Hagenlock@dcpmidstream.com Mike Smith 970-324-4327 mtsmith@dcpmidstream.com Prior to excavating or performing any earthwork operations, the Contractor shall positively locate all potential conflicts with existing underground utilities and proposed construction, as determined by the Contractor according to proposed methods and schedule of construction. All costs (except potholing) are incidental to the foregoing requirements will not be paid for separately but shall be included in the work. BASIS OF PAYMENT Potholing will be paid at the unit prices provided in the bid. 289 No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts. The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as directed by the Project Engineer. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the Work. END OF SECTION 290 October 19, 2023 Bid Request No. B2300185, BR54/13A Bridge Replacement Project Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Mandatory Pre -Proposal Meeting Minutes Pre -Bid Meeting Attendance List Revision to Section 203 of the Specifications Revision to Section 401 of the Specifications Updated Bid Tabulation Receipt of Addenda Vicinity map for the East Davis Storage Facility 2023 BR54/13A Bridge Inspection Report Updated Plan Sheets All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. CONTRACTOR QUESTIONS AND RESPONSES Question 1: The bid documents identify July 15, 2024 as the completion date but the Notice to Bidders and the Pre -Bid Meeting Agenda shows August 30, 2024 as the completion date. What is the completion date? Answer 1: The anticipated completion date is on or before August 30, 2024. Question 2: Has the Purchasing Department moved? Answer 2: Yes, the Purchasing Department has relocated to 1301 N 17th Ave, Greeley, CO, 80631. References on pages 3 and 4 of the RFQ/RFP document shall be updated to reflect the new address. Question 3: There appear to be a few discrepancies with the quantities shown with in the Bid Tabulation and the Summary of Approximate Quantities shown in the plans. Can you provide clarification on the quantities? Answer 3: An updated Bid Tabulation is included with this addendum. Question 4: Is it possible for potential bidders to meet with the County in one on one meetings? Answer 4: To avoid violating the County's purchasing policies, it is not possible to meet with companies one on one until the bidding process is over. Question 5: Will the County allow the use of Primavera P6 scheduling software for generating the required schedules? Answer 5: No, Weld County does not have a license for Primavera P6 software and cannot review the logic used to generate the schedules. Weld County has a license for Microsoft Project, therefore, the only scheduling software that will be allowed is Microsoft Project. Question 6: Which existing utility relocations will take place before the notice to proceed and which one after? Which relocations will be coordinated by the County & which relocations will be coordinated by the Contractor? Answer 6: It is anticipated that the existing utility relocations will be completed by the start of construction. However, if the utilities have not been relocated, the Contractor will become responsible for coordinating the rest of the relocations and/or removals. The County will provide assistance to help with the utility relocations. As of October 18, 2023, DCP has completed their removals and will not be installing any new lines until after the construction is complete. As of October 18, 2023, PVREA is in the process of boring their line under the river and under CR 54. Once the bores are complete, they will begin relocating their line to the new location. Once the line has been relocated on brought online, they will begin the removals of the overhead power lines. They expect their work to be complete by the end of December. Little Thompson Water District is starting their bore of the river the week of October 23, 2023. Once the bore is complete, they will install their new line. Once the new line is installed and tested they will cut over to the new line and begin removals of the old line. They anticipate being complete with their work by the end of December. Xcel Gas has not provided a start date for their removals and relocation. Weld County continues to request their start date every week. CenturyLink has not provided a start date for their removals and relocation. Weld County continues to request their start date every week. Question 7: Does the Equipment list to be provided in item 3(d)(4) have to be a comprehensive list of the contractor's equipment or can it be just a list of equipment applicable to the job? Answer 7: The equipment list should be complete enough to show the contractor and their sub -contractors have enough equipment to perform the work required to complete the project. Question 8: Is an organizational chart and a staffing plan required to be part of the RFQ/RFP Response and if so, what section does it go in? Answer 8: If an organizational chart and a staffing plan will help convey how the contractor's team represents the best value to the County, it can be included in the Project Control section of your response. The organizational chart and staffing plan will be included in the 15 page limit. Question 9: The RFQ/RFP refers to project goals but they are not specifically identified in the bidding requirements. Does the County have any written goals for the project? Answer 9: Generally, the County expects the contractor and their team to identify the project goals which they think are important to the project and then explain how those goals will be met in the RFQ/RFP Response. At a minimum, Weld County expects the contractor to manage their staff and their subcontractors. The contractor will be expected to be proactive in their approach to solve issues that may arise on the project. Scheduling, process control testing, and effective erosion control activities are also items that are important to successfully completing the project. The County's goals would be to have a collaborative project where the contractor and the County work together to complete the project ahead of schedule and under budget. In order for this project to be successful, both parties have to be able to communicate timely and effectively with one another. Communication with the Weld County Engineer and Inspector will be critical to the success of the project. Question 10: Note 14 under the earthwork notes states that excavation required for the compaction of bases of cuts and fills shall be paid for under the reconditioning and compaction pay item. However, there is no reconditioning and compaction pay item. How will excavation required for the compaction of bases of cuts and fills be paid for? Answer 10: Note 14 was accidentally left in the plans. It should have been deleted. Excavation required for the compaction of bases of cuts and fills will be paid for the Embankment (CIP) pay item. A revised sheet removing the Note 14 in the earthwork notes will be issued. A revised sheet will be added to correct this note. Question 11: There appears to be several different requirements for embankment material. Note 16 of the Earthwork Notes requires the Class 6 ABC (Virgin) to have a minimum R -value of 69, the roadway prism under the Class 6 ABC shall have a minimum R -value of 30, and the HMA Pavement Section Detail shows material below Class 6 ABC as having a minimum R -value of 30. Section 203.03 of the specifications states the minimum R -value of the subgrade shall have an R -value of 40. Which R -value is to be used? Answer 11: The minimum R -value for Class 6 ABC (Virgin) shall be 69. Onsite embankment materials (materials located within the project area) can be used in the roadway prism as long as the contractor provides testing showing the onsite materials meet a minimum R -value of 30. The contractor shall be responsible for testing each separate area that is used for onsite embankment materials. Imported embankment material shall meet a minimum R -value of 40. A revision to section 203.03 will be issued. Question 12: The depth of the existing asphalt removal based on geotechnical borings varies from 5 to 8 inches of HMA. Payment for removal is based on square yardage measurement. The contractor shall be responsible for any additional cost of removal if the existing pavement and/or ABC section vary in depth. This conflicts with Note 9 that states, "In areas where existing pavement is removed, the subgrade shall be scarified to a depth of 8 inches, moisture conditioned to within 2 percent of optimum moisture content, and compacted to at least 95% of the maximum dry unit weight as determined as AASHTO T-99. A geosynthetic shall be place over the prepared subgrade as recommended in the project geotechnical report. Please verify. Is the geogrid listed as Geogrid (Tensar NX650) intended to be used as the geosynthetic? Answer 12: The County does not see a conflict with these two statements. All the asphalt shall be milled off and separated into 2 categories of recycled asphalt millings, clean millings and dirty millings. The clean millings will remain the property of the County and has to be hauled to our East Davis Storage Facility by the contractor. The dirty millings will become the property of the contractor and may be used as embankment fill within the project area. Refer to the Weld County Revision of Section 202.09. The removal of the asphalt mat will be paid for by the square yard regardless of whether the asphalt turns out to be 5 inches or 8 inches or something different. All the asphalt has to be milled off the roadway so the subgrade is exposed. The contractor is expected to determine their risk for performing this work and price the item accordingly. The layer that is left below the asphalt once it has been entirely milled off will be considered subgrade. The subgrade has to be scarified to a depth of 8 inches and then be conditioned and compacted as outlined in the specifications. Once the subgrade passes the compaction requirements, Geogrid (Tensar NX650) shall be placed on top of the subgrade and then the Class 6 ABC will be placed on top of the geogrid. Question 13: The Weld County Revision to Section 202.09 indicates a disposal area for asphalt millings. The address provided in the specification of 23782 CR 60.5 does not appear in internet searches. Can the address of the facility be verified? Answer 13: The address for the East Davis storage facility shown in the specifications is correct. From Highway 85, go east on East 8th St/WCR 60.5 approximately 4 miles. There is a sign on the east side of the access showing the Weld County East Davis address. The map below shows where the site is Question 14: Note 5 of the Earthwork Notes states the depth of topsoil removal shall be 12 inches. The Weld County Revision to Section 207.02(a) states onsite topsoil consists of the upper 6 inch layer of the A horizon. Answer 14: Weld County will approve a topsoil stripping depth of 6 inches. However, the contractor shall be aware that topsoil may be greater than 6 inches deep. If topsoil is discovered to be deeper than 6 inches, it shall be removed to a depth agreed to by the Engineer and the Contractor. Any excess topsoil left when the redistribution of the topsoil has been completed shall be removed from the project by the contractor at no to the County. The contractor will not be allowed to lose left over topsoil by fattening slopes or spreading it across the site due to federal and county floodplain regulations. A revised sheet will be issued to correct the note. Question 15: A 64 inch caisson is not a standard size. Is it acceptable to go to a 72 inch caisson? Answer 15: The design engineer has reviewed the caisson sizes and has changed the 64 inch caisson to a 66 inch caisson. If the contractor desires to use a 72 inch caisson, the contractor's professional engineer shall provide the new design for the caissons and provided stamped, signed, and dated drawings as well as the associated calculations for review and approval by Weld County. Question 16: Are there as -built drawings of the existing bridge? Answer 16: No, Weld County does not have the as -built drawings for the existing bridge. The latest bridge inspection report is included in this addendum. Question 17: The new bridge has to be out of the water by May 15, 2024. Does the temporary crossing have to be removed by that date? Answer 17: May 15, 2024 is the date that snowmelt runoff is expected to start. The temporary crossing does not have to be removed by May 15, 2024 but the contractor shall be aware that the temporary crossing is likely to be underwater and may be washed away by that date. If the temporary crossing has to be rebuilt, it will be done at no additional cost to Weld County. Question 18: The specification states the office trailers and lab trailer has to be located within 1/2 mile of the project. Does the County have any locations in mind for the office trailers and lab trailer? Answer 18: No, the contractor is responsible for finding locations for the trailers. The contractor is encouraged to talk to adjacent landowners to see if they are willing to allow the trailers to be setup on their property. Question 19: Is the laboratory trailer intended to be used only by the Process Control tester? Answer 19: No, the Owner Acceptance tester will also be using the laboratory trailer. Question 20: The summary of approximate quantities calls for Class 4 RCP. Does the Class 4 designation refer to the strength class or the sulfate resistance class? Answer 20: The Class 4 designation refers to the strength class of the RCP. Question 21: Class 4 RCP is a non-standard strength class that will have to be special ordered from the supplier. Is the use of Class 5 RCP acceptable to Weld County Answer 21: The County is willing to accept a strength class 5 for the RCP. Question 22: Is there an engineer's estimate available for the project? Answer 22: In order to avoid skewing the proposals, the engineer's estimate will not be made available until after a contractor has been selected. Question 23: On past projects the County has only allowed 20% RAP to be included in the asphalt mix designs. The project special provisions for this project say that 23% RAP is allowed to be included in the asphalt mix design. Can you verify which percentage of RAP will be allowed in the asphalt mix design? Answer 23: The asphalt mix designs for this project will be limited to 20% RAP. A new special provision has been included for Section 401 in this addendum. Prepared By: Clay Kimmi, P.E., Senior Engineer GR-57 — BR54/13A Bridge Replacement Project Mandatory Pre -Bid Meeting Minutes October 18, 2023 1. Sign -in Sheet — In order to submit a proposal, you must be on the sign -in sheet. 2. Project Description/Location a. Located on CR 54 between CR 13 and CR 15 over the Big Thompson River. b. The project in general consists of the demolition of the existing bridge, construction of a new bridge over the Big Thompson River, excavation and embankment, HMA paving, relocation of irrigation and drainage systems, and erosion control. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, erosion control, and installation of various sized culverts. c. All bidders must meet the requirements of the 2023 version of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction and the Weld County Revisions to those specifications to bid this project. 3. Project Engineering a. Design was provided by JUB Engineers. b. Materials Owner Acceptance testing will be arranged by Weld County and will be conducted by Ground Engineering. c. Process Control testing by the Contractor is mandatory for this project. Refer to the Weld County Revision to Section 106 information regarding testing requirements and qualifications for the testing company and their testers. d. Construction administration and inspections will be provided by Weld County Staff. 4. Bidding Requirements a. For the purposes of this project, the terms "proposal" and "bid" are used interchangeably. b. All proposals must be emailed to bids@weldgov.com. c. Proposal deadline is November 1, 2023 at 10 am. If required, interviews will be on November 15, 2023 at times to be determined. d. Note the insurance requirements for the job (i) "Weld County, its elected officials, and its employees" must be included as additional insureds. (ii) Builder's Risk insurance is required. e. Forms required at bid time are listed with an asterisk in the table of contents. f. The Best Value Delivery Method is being used to select a contractor to build the project. g. Proposals shall follow the submittal requirements provided in the RFQ/RFP documents. See Item 3, Instructions to Proposers, Introductory Information in the RFQ/RFP documents. (i) Proposal has to include statements showing the Contractor clearly understands the scope of work and the County's objectives. (ii) Proposal has to include a description of the critical issues that the Contractor has determined for this project. (iii) Proposal has to include a description of how the Contractor will control costs for them and their sub -contractors. (iv) Proposal has to include a description of where they are located and how it will not affect project coordination. (v) Proposal has to include a preliminary construction schedule showing the major construction items. See the Commencement and Completion portion of the project specials for items the County considers to be major construction items and the County's proposed phasing plan. (vi) Include the contact information for references associated with at least 3 other projects. h. Make sure to submit the proposal in the required format and include all of the required forms. Failure to follow the format or to provide the required forms shall result in the proposals being designated as a non -responsive proposal. Non -responsive proposals will not be evaluated or scored. (i) The proposal is limited to 15 pages not including the bid proposal forms, front and back covers, blank separator pages. (ii) Schedules can be on an 11x17 page which will be counted as 1 page. (iii) Other pages are to be 8.5 x 11. A double side page will count as 2 pages. (iv) Text font size is 10 points or larger. 5. Bid Documents a. Bid documents can be downloaded from the BidNet website. b. Bid documents include the project specifications, plans, geotech reports, Army Corps of Engineers wetlands permit, and samples of contract and associated forms. c. Pages 19 through 35 of the bid documents have to be completed and returned with your proposal. 6. Bid Tabulation a. Bid tabulation is found on pages 19 through 22 of the bid documents. b. The option to choose fuel and asphalt cement cost adjustment are found on page 22. (i) If you do not choose "Yes" or fail to choose an option, you will not have another opportunity to select them after the bid is opened. (ii) Note that these cost adjustments will go up if the price of fuel or asphalt cement goes up but they also go down if the price of fuel or asphalt cement goes down. c. All force accounts must be included in all bids. (i) Failure to include the force accounts in the total bid price will result in the proposal deemed incomplete and it will declared as a non -responsive proposal. 7. Project Timeline a. Mandatory Pre -Bid Meeting b. Final Date for Questions c. Final Addendum Posted d. RFQ/RFP Due at Purchasing e. Anticipated Present Bids to BOCC f. Interviews (If Required) g. Anticipated Bid Award by BOCC h. Anticipated Contract Signed by BOCC i. Anticipated Notice to Proceed j. Anticipated Completion Date October 18, 2023 at 10 AM October 27, 2023 at 7 AM October 30, 2023 at 5 PM November 1, 2023 at 10 AM November 6, 2023 November 15, 2023 at TBD December 18, 2023 January 3, 2024 January 3, 2024 August 30, 2024 8. Plans a. Construction plans and the applicable M&S Standards are included as a separate document. b. Geotech and Asphalt Design reports are included as a separate document c. A copy of the Army Corps of Engineers 404 Nationwide 14 Permit is included as a separate document. There are requirements that will be strictly enforced during this project. Access to and around the bridge will be limited to the areas shown on the plans. Construction fencing is to be used to delineate the boundaries of all wetlands and other areas where no work is allowed to occur. d. The 2023 CDOT Field Materials manual will be used by Weld County inspectors and has been incorporated by reference in the Weld County Revisions to the Specifications. (i) The contractor is advised to become familiar with the field materials manual. (ii) Pay attention to the Notice to Contractors section e. Landowner and utility coordination is going to be critical. (i) Landowners have been paid the temporary construction easements (TCE) shown on the plans. If you have to go outside of the TCEs, you must have written permission from the landowner and Weld County has to have a copy of the permission form or agreement. (ii) Landowners and farmers shall have access to their homes and fields at all times. You may have to construct temporary accesses so the landowners and farmers can get in and out of their fields and homes. (iii) Utilities are expected to be relocated by the time construction starts but there may be a little bit of overlap between the utility companies and the contractor. 9. Construction Phasing a. Proposed phasing plans have been included in the construction drawings and may be modified with prior approval from Weld County. The anticipated phasing is also included in the Commencement and Completion of Work Standard Special Provision of the bid documents. (i) Phase 1 — Setup advanced warning signs and message boards, setup detour routes and close CR 54 at CR 13 and CR 17, setup construction trailers and field laboratory, install initial condition erosion control and SWMP measures — A SWMP permit shall be obtained by the Contractor. (ii) Phase 2 — Install interim condition erosion control and SWMP measures, clearing and grubbing, removal and stockpiling of topsoil, removal of bridge, miscellaneous removals, construct temporary river crossing (iii) Phase 3 — Construct bridge including caissons, piers, abutments, girders, deck, guardrail, earthwork, grading, drainage work, accesses, remove temporary river crossing, paving, temporary seeding (iv) Phase 4 — Permanent fencing, signing, striping, and mailboxes, final erosion control and SWMP measures, seeding and mulching, substantial completion, remove detour route, open CR 54, final acceptance b. Road closures have to be approved by the BOCC. We have to have two weeks' notice prior to the start of any closure. The closures will require MHTs to be approved prior to the closure request being taken to the Board. c. Weld County has anticipated a full road closure from the start of construction to August 30, 2024. However, the bidders are advised that Weld County expects to open the road well in advance of August 30, 2024. 10. General Project Submittals by Contractor a. Submittals for all materials to be used on the project. (i) Refer to the Weld County Revision to Section 105, Table 105-1 and 105 -la for a list of submittals that are required. (ii) The items highlighted in blue are required to be submitted and approved prior to the start of construction. b. Materials Certifications (COCs, CTRs, etc.) will be required with each pay application c. Baseline Construction Schedule has to be submitted and approved prior to the start of construction activities. (I) Monthly schedule updates have to be included with each pay application. (ii) Two or Three week look ahead schedules will be required with each weekly progress meeting. d. Mix designs for asphalt and concrete have to be submitted timely so your paving schedules are not impacted. (i) Mix designs have to be approved a minimum of 2 weeks before the start of paving operations. (ii) Check tests have to be completed a minimum of 2 weeks before the start of paving operations. 11. Davis Bacon Wages/DBE/OJT a. This project does not require Davis Bacon wages, disadvantaged business enterprise, or on the job training. 12. Force Accounts a. Outlines the four force accounts that will be included in the project. (i) Minor Contract Revision (ii) Asphalt Cement Cost Adjustment — If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid. This choice cannot be changed after the bid is opened. (iii) Fuel Cost Adjustment — If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid. This choice cannot be changed after the bid is opened. (iv) Erosion Control b. Force account items must have the written approval of the County Project Manager prior to any force account work being started. c. This project does not have smoothness or quality incentives for HMA and PCCP paving. However, all requirements for smoothness and quality shall be required. 13. Commencement and Completion of Work a. Project is a completion date contract (i) August 30, 2024 is the completion date (ii) Per the Specification, seeding has to be completed by June 15. (iii) No weather days or less than full-time charged days will be granted b. Working hours are sunrise to 1/2 hour before sunset, Monday through Friday, excluding holidays. If you want or need to work outside of these hours, you have to have written authorization from the Engineer. c. Must comply with requirements of ACOE Permit. d. The construction schedule shall include all of the salient features listed in the Commencement and Completion Standard Special Provision of the bid documents. e. Method statements for all of the salient features shall be provided. (i) Table 105-1 a outlines the method statements that will be required for the project in addition to the salient feature method statements. Other method statements may be required at the discretion of Weld County. (ii) The Weld County Revision to Section 108.03(j) lists the information that shall be included in the method statements. (iii) Method statements shall be approved by Weld County before the contractor starts construction. 14. Traffic Control a. Construction signing and traffic control is the responsibility of the Contractor. b. Traffic control is a lump sum item so bid accordingly. (i) All traffic control items have to be accounted for in the traffic control lump sum. (ii) See the Weld County Revision to Section 630 and the Project Special for Traffic Control - General. c. Traffic control plans shall be submitted to Weld County for approval prior to any construction and as MHTs are required to be modified. d. Access to adjacent properties must be maintained and coordinated with the affected landowners and farmers at all times. 15. Coordination and Protection of Existing Utilities a. Utility coordination is required on the project. b. Utility coordination is outlined in section 105.11 of the Specifications. c. Contractor shall be responsible for protection of all existing utilities and coordination with the affected companies during construction. d. Most of the required relocation work will be complete prior to construction. e. Utilities include CenturyLink, Little Thompson Water District, DCP, Poudre Valley Rural Electric Association, and Xcel Gas. Contact information has been provided in the project special. 16. Revisions to Section 101 - Definitions a. Note how Weld County has revised certain definitions. b. Note the holidays that are observed by Weld County. No work will be allowed on holidays. 17. Revisions to Section 102 - Bidding Requirements and Conditions a. Note the information included in this revision. b. In addition to this section, the bidding requirements are outlined in more detail on pages 2 through 16 of the bid documents. c. Bidders have to be on CDOT's prequalified list and shall be in good standing with the federal government's System of Award Management (SAM). d. Weld County does not warrant any of the CAD data provided to the Contractor. The CAD data is for information purposes only and may not be used in relation to any requests for additional time or compensation. 18. Revisions to Section 103 - Award and Execution of Contract a. LCPTracker will not be used on this project since certified payrolls are not required. b. Note the forms which have to be provided to Weld County following the bid opening. These have been identified in the bid documents and above in items 4, 5, and 6 above. 19. Revisions to Section 104 — Scope of Work a. Revised definition for differing site conditions — Note the exclusions. (i) Contractor initiated change orders are only allowed in extraordinary circumstances. b. Revised the process for repricing items of major work that are in excess of 150% or decreased below 25% of the original bid contract quantity. (i) Note that repricing of bid items is for major items of work and in the amounts described above. c. Snow removal within the road closure area is the responsibility of the Contractor. Weld County will perform snow removal for the roadways that are outside of the road closure boundaries. d. In section 104.05 and 104.06, note the items that become the property of the Contractor and have to be properly disposed of. e. Revised formula for value engineering proposals. 20. Revisions to Section 105 — Control of Work a. Added section 105.01 which allows the County to remove any of the Contractor's or subcontractor's employees from the job for any reason. b. Revised section 105.02 on shop drawings and working drawings. (i) For Weld County a working drawing is equivalent to a shop drawing and will be reviewed under the same requirements as a shop drawing. c. Revised section 105.02(f) to require as -built drawings from the Contractor prior to final payment. (i) In addition to the Weld County revision, CDOT Section 105.08 requires as -built plans using a template provided by the Engineer. A. The description of what has to be included on the as -constructed drawings is found in section 12.1.2.3 of the CDOT Construction Manual which has been incorporated into the bid documents by reference. B. Weld County will provide the AutoCAD drawings and associated files as the template at the time of award. (ii) The requirement for an as -constructed survey are also outlined in Section 625.04. The as - constructed survey has to be completed per the CDOT Survey Manual, Chapter 6, Section 6 14 d. Added section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. (i) See Table 105-1a for items requiring a submittal. This is in addition to the CDOT items shown in Table 105-1. (ii) There is also a $500/day/submittal pay reduction that will be assessed if the Contractor fails to submit the materials for review and approval. (iii) Note that Table 105-1 a lists the items which require a method statement. (iv) Items required prior to construction are highlighted in blue. If you have questions about the applicability of a submittal requirement, communicate with the Engineer. e. Revised section 105.03 paragraph 5 to essentially require that all work pass or it will be removed and replaced. f. Revised section 105.03 paragraph 7 to require Process Control testing at the rates and with the procedures outlined in the Specifications. g. Price Reduction Factors in section 105.03 have been revised. h. Added section 105.03(c) to provide process control plan and documentation requirements for embankment. i. Section 105.05(g) removes the quality incentive for HMA. j. Revised section 105.07(b)(2) to remove the incentive for smoothness. However, requirements for smoothness are still in effect. k. Revised section 105.09 Order of Precedence. I. Added section 105.10 to require the Contractor to provide meeting agendas, minutes, and attendance sheets for all meetings. (i) The Contractor shall have a superintendent and project manager with authorization to act for the Contractor on site at all times. Failure to do so will result in a suspension of work on the project and contract time will continue. (ii) Pay deductions will follow the Liquidated Damage Table in section 108.09. (iii) Requirement for contractor signatures on the Form 105 — Speed Memo, Form 94 — Minor Contract Revision, or Form 90 — Change Modification Order within 10 days after receipt. m. Replaced Section 105.12, Cooperation between Contractors (i) Contractor, not Weld County, is responsible for managing subcontractors at all tier levels. (ii) Ties liquidated damages to the Contractor for their subcontractors missing milestone dates. n. Added subsection 105.21(b) which explains how Final Acceptance is issued. o. CDOT will not participate in disputes. 21. Revisions to Section 106 - Control of Material a. A form 1425 is required for each supplier that provides $10,000 or more of materials. b. A Form 205 is required for all subcontractors included trucking who are working on the project and for suppliers who spend 20% or more of their time per week on the project. c. Revised section 106.041 to include testing requirements and frequencies from earthwork items such as Section 203, 206, 304, 306, and 603. (i) See tables 106-1a, 106-1b, and 106-1c. d. Revised section 106.05(a) with requirements for projects with more than 5000 tons of HMA. (i) Process control is mandatory. (ii) Requires that a check test program be successfully completed. e. Revised section 106.06(a) to require process control testing. f. Revised section 106.11 to state that Buy America requirements are not applicable to this project. g. Added section 106.14 regarding the use of trade names and approved equals. h. Added section 106.15 outlining how process control testing will be paid for in relation to Sections 203, 206, 304, 306, and 603. (i) Process control test results have to be provided to Weld County within 24 hours of the field or lab test has been completed. It is not acceptable to provide test results once per week. (ii) Pay deduction of $300/sample or test will be assessed if the PC testing is not completed per Table 106-1a, 1b, and 1c. (iii) Continued failure to provide PC testing will result in the suspension of work, assessment of liquidated damages, and withholding of progress payments. (iv) If there is a failing acceptance test, a pay deduction of $300/failing test will be applied. (v) The intent of this section is for the Contractor to use their PC testing contractor to guide the placement of the earthwork, provide rolling patterns, and ensure the materials will pass the OA testing when it occurs. i. Added section 106.16 outlining how the process control on pay items 203, 206, 304, 306, and 603 will be paid for. 22. Revisions to Section 107 - Legal Relations and Responsibility to Public a. Added a paragraph to 107.02 for the requirement of a zoning permit for a manufactured home for any construction trailers or cargo containers used for offices. An electrical permit will be required regardless of if the trailer and/or cargo containers are hooked up to generators or line power. b. Revised section 107.16 for insurance requirements and additional insured parties. c. Revised section 107.18, Act of God Clause — Contractor shall repair all work damaged by act of God at no cost to the County. No change order will be issued for change in site conditions due to act of God. d. Revised section 107.20 to require a County ROW permit for the project. e. Revised section 107.26(c) - CDPHE permit to be obtained by the Contractor in conjunction with Weld County and then transferred to the County at the end of the project. f. Revised section 107.26(d) to make Contractor responsible for any and all fines levied by CDPHE for violations of the permit incurred while the project is being worked on. 23. Revisions to Section 108 — Prosecution and Progress a. Revised section 108.01 to require Form 205 for all subcontractors in paper format for this project b. Revised section 108.02 - Work to start within 10 days of Notice to Proceed. c. Revised section 108.03(b) to require the schedule be provided in Microsoft Project. d. Revised section 108.03(b) to include the requirement that the schedule be approved prior to start of work. e. Revised section 108.03(e) to provide a baseline schedule within 14 days of the contract award. f. Added section 108.03(j) that outlines what information is required for method statements. g. Revised section 108.08 to establish the work hours allowed for the project. h. Revised section 108.08 to prohibit weekend or holiday work without prior written consent of the County. i. Added paragraphs to 108.08 so County is reimbursed for weekend time spent by Project Manager and Inspector. (i) Minimum of $400 or 4 hours work (ii) After 4 hour minimum, $100/hour credit to monthly pay applications for each County employee that has to be on site during the weekend or holiday work. j. Revised section 108.08(b) to define the completion date contract and no weather days allowed. k. Revised section 108.09 with a new Liquidated Damages table which is different than CDOT's. I. Revised section 108.09 to include a paragraph to require the submission of all paperwork required to closeout a project within 20 days after Notice of Final Acceptance. m. Added section 108.12 which outlines how pay reductions will be assessed to the contractor. 24. Revisions to Section 109 — Measurement and Payment a. Added paragraphs to section 109.01 regarding price reductions for failure to provide tickets within 48 hours of placement b. Added paragraphs to section 109.01 that identifies what work is considered incidental to various pay items. c. Revised section 109.06(a) to make retainage 5% of the value of completed work. (i) Will be held on every pay application. (ii) No release of retainage until Final Acceptance. d. Added more prompt payment language for the contractor and their subcontractors/suppliers. Prompt payment will be strictly enforced. e. Revised section 106.06(h) to include the prompt payment form and project schedule update for each pay application. f. Revised section 106.06(h) to include a flow chart describing prompt payment. g. Revised section 109.07 to state that stockpiled materials will not be paid for unless approved by the Engineer. 25. Revision to Section 110 - Weld County Approved Products List a. Added Section 110 to include all of the pre -approved products that Weld County requires in the Specifications. 26. Revision to Section 201 - Clearing and Grubbing a. Revision to section 201.02 to specify what is considered part of clearing and grubbing. b. Revision to section 201.04 to require dump fees to be included in clearing and grubbing. 27. Revision to Section 202 - Removal of Structures and Obstructions a. Revised section 202.01 to define what is included in the removal of structures and obstructions. b. Revised section 202.07 to outline what is required for the removal of pavements, sidewalks, and curbs c. Replaced section 202.09 with requirements for planing the asphalt mat. (I) Clean asphalt millings remain the property of Weld County. (ii) The Contractor has to haul the clean millings to our East Davis storage facility. Contractor requirements for stockpiling the clean millings. (iii) The dirty millings become the property of the contractor. 28. Revision to Section 203 - Excavation and Embankment a. Replaced section 203.02 with new definitions for unclassified excavation, unclassified excavation (Complete in Place), and removal of unsuitable material. b. Revised section 203.03 to specify the minimum R -value for embankment materials is 40 for imported embankment materials. The minimum R -value for onsite embankment materials is 30. The contractor shall be responsible for providing R -value tests showing the onsite embankment materials taken from each area meet a minimum R -value of at least 30. c. Revised section 203.03, paragraph 9 to require that imported materials be the same sulfate class as specified in the plans or the sulfate exposure class for pipes has to be changed at no additional cost to the project. d. Revised section 203.04 to require machine control on all earthwork activities. e. Revised section 203.06 to clarify that method statements are required and to clarify the methodology which will be allowed on various types of soils. Requirements the subgrade to be scarified to a depth of 8 inches and recompacted with appropriate moisture and density controls. This will be required on all pipes as well. f. Revised section 203.07 to clarify the methodology which will be allowed for compaction on various soil types. g. Revised section 203.07 to define how embankment has to be placed in areas that are to be excavated for pipes. h. Revised section 203.08 with requirements for proof rolling. Note the requirement for water truck (18 kip loading per axle proof rolling equipment) to be onsite at all times. i. Revised section 203.11 and 203.12 to clarify how items are paid for. 29. Revision to Section 206 - Excavation and Backfill for Structures a. Revised section 206.01 to include items that are included in the work. b. Revised section 206.02(a) for Structure Backfill (Flow -Fill). c. Replaced section 206.02(a)(2) with Weld County's mix design requirements for flowfill. (i) Minimum strength of flowfill at 28 days is between 800 and 1,000 psi. d. Revised section 206.02(a)(3) to include a requirement to match the sulfate exposure class of imported materials to the sulfate exposure class of the pipes. e. Replaced a paragraph in section 206.03 to clarify requirements for placing and compacting structure backfill. f. Revised section 206.07 to address how open excavations are to be handled. 30. Revision to Section 207 - Topsoil a. Deleted and replaced all of Section 207 to be consistent with CDOT's new topsoil specification. b. Section 207.02 includes the requirement for testing onsite and imported topsoil by an independent laboratory that participates in the National Association for Proficiency Testing. (i) Prior to placing topsoil, the Contractor has to use a rod penetrometer to ensure the subgrade soil has been properly prepared. c. Section 207.03 requires a pre -vegetation meeting prior to the placement of topsoil. d. Section 207.04 has revised requirements for topsoil stockpiling. e. Section 207.05 specifies how the subgrade is to be prepared prior to the placement of topsoil. f. Section 207.06 specifies how the topsoil and seeding media are to be placed. g. Section 207.07 and 207.08 cover how topsoil will be paid for. 31. Revision to Section 208 - Erosion Control a. Replaced entire section of 208 with the new Weld County Revision that incorporates the CDPHE Stormwater Construction Permit (CDPS-SCP). b. Make sure to read and understand this specification because it will be strictly enforced. Failure to perform erosion control per this specification will result in liquidated damages and stoppage of work. This means that erosion control trumps all other activities that the Contractor may be performing. c. Off -site water has to be diverted through or around the project at the expense of the contractor. If offsite water including irrigation water, the Contractor will have to treat it and send it through control measures prior to it leaving the site. d. Sediment and pollutants leaving the site have to be self -reported to the CDPHE. e. A SWMP Administrator or an Erosion Control Inspector (ECI) shall be onsite every day to perform daily inspections, keep the SWMP up to date, and maintenance on the control measures. There has to be a SWMP Administrator or ECI dedicated 100% to the project. These people have to be capable of installing, maintaining, and repairing control measures. The Contractor shall ensure the SWMP Administrator or ECI has the resources to respond to issues immediately. (i) SWMP Administrator or ECI has to be certified with CDOT's TECS. A copy of the valid TECS certificate for both the Administrator and the ECI shall be included in the SWMP notebook. (ii) SWMP Administrator & ECI cannot be the Contractor's superintendent. (iii) Weld County will pay for Erosion Control Management on a daily basis, Monday -Friday, excluding holidays. f. Revised section 208.01 to include phasing plans for implementing control measures. g. Revised section 208.01 to add portions of the CDPS-CSP including definitions. h. Revised section 208.02(c) to include a new definition of temporary berms. i. Revised section 208.02(k) to prohibit the use of plastic swimming pools as a concrete washout. j. Revised section 208.03 to outline who has to attend the Environmental Pre -construction meeting. k. Revised section 208.03 to include portions of the CDPS-SCP regarding what the SWMP has to include. I. Revised section 208.03(c)(1) to reflect additional requirement from the CDPS-SCP. m. Revised section 208.03(c)(2)(1) to reflect additional duties of the ECI. n. Revised section 208.03(d) to reflect additional documentation that is required by the CDPS-SCP. (i) The SWMP notebook has to include a Spill Prevention and Response Plan. It is a required submittal that has to be approved by the Engineer prior to the start of construction. (ii) The List and Evaluation of Potential Pollutants and Method Statement for Containing Pollutant Byproducts has to be approved by the Engineer prior to the start of construction. A. Note this is also required in section 107.25 of the specifications. B. This section has been revised to include requirements from the CDPS-SCP. (iii) Item 18 has been revised to reflect requirements from the CDPS-SCP for permanent water quality plan sheets. o. Revised section 208.04(e) to include additional requirements for interim stabilization and final stabilization. p. Replaced section 208.04(f) to update maintenance responsibilities. q. Revised section 208.05 to include additional requirements including: (i) Failures are paid for at the Contractor's expense. (ii) Cleanout requirements for the various control measures. (iii) Concrete washouts have to be lined even if they are more than 5 feet above groundwater. (iv) Aggregate for vehicle tracking pads required for maintenance shall be included in the work. (v) The use of pre -fabricated VTPs are highly encouraged. A submittal is required for review and approval prior to deliver to the site. (vi) Requirements for the temporary stream crossing have been added. Due to the presence of wetlands in and around the river channel, it is critical to protect areas and only perform work within the areas that have been identified. r. Revised section 208.09 to clarify the regulatory mechanism used for the SWMP. s. Added section 208.09(f) to specify when Weld County will perform the routine water quality audits. t. Revised section 208.11 to outline the requirements for getting paid for erosion control management time u. Added a paragraph to section 208.11 requiring the SWMP Notebook to be kept up to date. There will be pay reductions for each incident when the SWMP Notebook is out of date by more than one week. 32. Revision to Section 211 — Dewatering a. Added a new specification outlining the requirements for dewatering. b. Section 211.01 describes what is included in dewatering. c. Section 211.03 outlines what has to be submitted and approved prior to the start of the dewatering activities. (i) The dewatering methods shall be approved by the Engineer prior to dewatering activities. (ii) Dewatering permit shall be acquired from CDPHE. d. Section 211.04 outlines how dewatering will be measured. e. Section 211.05 requires dewatering to be approved by the Engineer prior to the start of any dewatering operations. 33. Revision to Section 212 — Seeding, Fertilizer, Soil Conditioner, and Sodding a. Entire section has been revised to reflect CDOT's new seeding, fertilizer, soil conditioner, and sodding specification. b. Revised section 212.01 to inform the Contractor that multiple seeding operations should be anticipated. Plan for multiple seeding mobilizations because the Contractor has to reseed areas as they go. For instance, once the grading work around the bridge is complete, that area will have to be reseeded. c. Revised section 212.02 to include the seed mix required for this project. Note that WB-Cedar wheat or an approved equivalent has to be used as a nurse crop. d. Revised section 212.02 to include fertilization as identified by the testing performed by a soil testing Laboratory. Plan accordingly because it can take more than 6 weeks to get the analysis back from the lab. e. Revised section 212.02(c) to include a requirement for the use of mechanically applied compost the topsoil prior to the seeding operation. f. Revised section 212.03 with the required submittals for the seeding. g. Revised section 212.04 with the seeding windows used by Weld County. h. Replaces section 212.05 with the requirements for seeding used by Weld County. i. Revised section 212.05(b) to state that hydraulic seeding is not allowed unless approved by the Engineer. j. Section 212.06 outlines when temporary seeding is to occur. k. Revised section 212.09 to state items which are incidental to the seed cost unless called out as individual pay items in the contract documents. (i) For this project, only the compost has been called out as a separate pay item. (ii) For this project, fertilizers, elemental sulfur, and mycorrhizae are incidental to the cost of seedin g 34. Revision to Section 213 — Mulching a. Revised sections 213.04 and 213.05 to state hydro -mulching and tackifier is incidental to seeding. 35. Revision to Section 216 - Soil Retention Covering a. Replaced section 216.01 which identifies what is included in the specification. b. Replaced Table 216-2 with requirements used by Weld County. c. Revised section 216.02(f) to outline the requirements for staples. d. Revised section 216.07 to state how soil retention coverings are paid for. 36. Revision to Section 217 - Herbicide Treatment a. Revised section 217.03 to describe when herbicide treatment is to be performed by the Contractor. b. Revised section 217.05 to make herbicide treatment incidental to the work. 37. Revision to Section 240 - Biological Work Performed by the County's Biologist a. Revised section 240.01 to describe the work to be done. b. Revised section 240.02 to outline what work shall be done by the Contractor and the County's biologist. c. Revised section 240.02(b) outlines when and how work can occur on structures when birds of prey are present. d. Removal of nests and netting may be required on the new bridge structure. Sections 240.03 and 240.04 outline how these items will be paid for. 38. Revision to Sections 304 and 703 — Aggregate Base Course a. Revised section 304.01 to include the various kinds of base course in this project. b. Revised section 304.02 to outline the requirements for the materials. c. Revised section 304.03 to prohibit the use of commercial mineral fillers in the materials. d. Revised section 304.04 to require shouldering materials to be placed without dumping the material on the roadway. e. Revised section 304.06 to require the shoulder be compacted to a minimum of 95% of the modified proctor. f. Revised section 304.07 to outline how aggregate base course will be paid for. g. Revised Table 703-2 to include plasticity and LA abrasion requirements. 39. Revision to Section 401 — Plant Mix Pavements — General a. Revised section 401.02(a) to include a job -mix formula for pavement that has been tested by a laboratory and approved by Weld County. Basically, requires a Form 43. b. Revised section 401.02(c) to allow up to 23% RAP in the HMA mix design. c. Revised section 401.12 to require machine control for the base grades and no trimming machines are allowed without written approval from the engineer. All base grade elevations shall be within 0.04 feet of the plan elevation. All grades have to be checked before any asphalt is allowed to be placed d. Revised section 401.17 to include requirements for the use of pneumatic tire rollers and steel wheel rollers. 40. Revision to Section 403 — Hot Mix Asphalt a. Revised section 403.01 to clarify how the asphalt mix designs are to be submitted. Includes how the check testing program has to be done. b. Revised Table 403-1 to specify the requirements for 100 gyration asphalt. c. Revised Table 403-2 for the minimum voids allowed in the mineral aggregates. d. Revised Section 403.02 with more requirements for HMA paving and process control testing. e. Revised Section 403.03 to require HMA paving to be complete to full thickness prior to the end of the paving season. f. Section 403.05 has been replaced with Weld County requirements for how payment will be made. 41. Revision to Section 411 — Bituminous Materials a. Replaced section 411.05 stating that bituminous materials are not measured and paid for separately but are incidental to the unit prices for HMA. 42. Revision to Sections 420 and 712 — Geosynthetics a. Revised section 420.06 to provide the requirements for the geotextiles to be placed under riprap. b. Revised section 420.07 with the requirements for using geotextiles as separator fabrics. c. Revised section 420.09 to outline how geotextiles will be measured. d. Revised section 712.08 and Tables 712-2a and 712-2b to include the specifications for Mirafi FW- 300 and Mirafi RS580i. 43. Revision to Sections 420 and 712 — Geogrid Reinforcement for Roadway Embankment a. Revised section 420.11 to outline what is included in the work. b. Revised section 420.12 to include the specifications for Tensar InterAx NX650 in table 420-2. c. Revised section 420.13 to outline the construction requirements for placing the Tensar. d. Revised sections 420.14 and 420.15 to describe how the Tensar will be measured and paid for. 44. Section 503 - Drilled Shafts a. Pay particular attention to Section 503.20 because Crosshole Sonic Log (CSL) testing will be required on the caissons. 45. Revision to Section 506 — Riprap a. Revised section 506.01 to require Mirafi FW-300 under the riprap used on the project. FW-300 is incidental to the riprap. b. Revised section 506.01 to describe soil riprap. c. Revised section 506.02 to the materials required for soil riprap. d. Revised section 506.03 to describe how soil riprap materials are to be placed. e. Revised section 506.05 to describe how riprap and soil riprap will be paid for. 46. Revision to Section 601 - Structural Concrete a. Revised section 601.01 to prohibit the use of ACI-318 during disputes. b. Revised Table 601-1 to require that BZ mixes be 4,500 psi at 28 days. c. Revised section 601.03 to identify the structural concrete coating colors and textures. d. Revised section 601.04 with sulfate resistance requirements for concrete. e. Revised section 601.12(o) to require compressive strength cylinder breaks. f. Revised section 601.17(a) outlines how concrete will be tested for acceptance. g. Replaced section 601.17(c) to state that structural concrete either meets the strength or is to be replaced at the County's sole discretion. h. Revised Table 601-3 with pay reduction factors in the event the Engineer allows the concrete to remain. 47. Revision to Section 602 - Reinforcing Steel a. Revised section 602.02 to say that epoxy coated reinforcing steel cannot be substituted for stainless, continuous hop dipped galvanized, zinc coated, and chromium reinforcing steel. b. Revised section 602.08 to require the welded wire mesh to be incidental to the work. 48. Revision to Section 603 - Culverts and Sewers a. Revised section 603.02 with requirements for culverts to meet the sulfate exposure class of the embankment materials surrounding it. b. Revised section 603.02 to require that corrugated steel pipe be aluminized. c. Revised section 603.04 to outline the requirements for placing pipe in embankment materials. d. Revised section 603.05 to outline the requirements for bedding around pipes. e. Revised section 603.06 to modify how pipes are placed. f. Revised section 603.07 to require concrete collars around non-standard joints. g. Revised section 603.09 to require flowfill to be used as backfill around culverts. 49. Revision to Section 605 - Subsurface Drains a. Revised section 605.07 to make the geotextile incidental to the subsurface drains. 50. Revision to Section 607 - Fences a. Revised section 607.03 to call out the CDOT M&S Standards for the barbed wire fence with metal posts 51. Revision to Section 612 - Delineators and Reflectors a. Revision to section 612.02(a) to include the technical specifications for the delineators that Weld County uses. b. Revision to section 612.02(b) to include the technical specifications for the reflective elements that Weld County uses. c. Revision to section 612.05 to state that post bases are incidental to the sign posts. 52. Revision to Section 614 - Traffic Control Devices a. Revised section 614.02 to include technical requirements for the sign post hardware. b. Revised to section 614.09 requires sign posts in concrete or HMA to be either placed inside PVC pipe sleeves or be in cored holes. c. Revised to section 614.13 to outline how hardware is paid for. 53. Revision to Section 620 - Field Facilities a. Revised section 620.01 to require a Zoning Permit for a Manufactured Home (ZPMH) from the Planning Department for field offices. Also requires an electrical permit for connection to a generator or line power. b. Revised section 620.02(b) to provide Weld County's specifications for a field office. (i) Contractor shall provide a Class 2 field office meeting the criteria outlined in the specification. (ii) Contractor to move the office to and from the project site. (iii) Contractor to provide all items identified in the M&S Standards and in the specifications (office setup, cleaning services, trash services, office copier, paper, drinking water, power, sanitary, parking, etc.) c. Revised section 620.03 to provide Weld County's specifications for a field laboratory. d. Revised section 620.06 to include a pay deduction if the field office is not set up prior to the start of construction activities. e. Revised section 620.08 to make permits incidental to the work. 54. Revision to Section 625 - Construction Surveying a. Revised section 625.01 for the surveyor to maintain their license in good standing throughout the p roject. b. Replaced section 625.04 to provide details on what is required for the construction surveying. 55. Revision to Section 626 - Mobilization a. Revised section 626.01 to include miscellaneous items that have to be included in the mobilization cost. 56. Revision to Section 627 - Pavement Marking a. Revised section 627.13 to include pavement pay items. 57. Revision to Section 629 - Survey Monumentation a. Revised section 629.03 to indicate who is required at the presurvey construction meeting. 58. Revision to Section 630 - Traffic Control Management a. Revised section 630.01 to include miscellaneous items as part of the Traffic Control Management cost. b. Revised sections 630.03 and 630.13 to include portable message sign panels and requirements for their use. c. Revised section 630.14(a) to require flagger certifications within the last 2 years before starting work on the project. d. Revised section 630.18 and 630.19 to outline how traffic control management and devices are to be measured and paid for. a All traffic control items except flagging and variable message boards are going to be paid lump sum on this project. 59. Revision to Section 632 - Night Work Lighting a. Added this revision to outline the requirements for lighting at night. b. Night work is not anticipated for this project so this specification section is only added as a contingency. 60. Questions? a. Addendum 1 Questions that have been asked for to date. b. Following this meeting, addendum 1 will be issued. It will include the agenda, meeting notes, questions and answers that were provided during the meeting, and attendance list. It will be posted to BidNet. c. All questions after the Pre -Bid meeting must be submitted in writing to Clay Kimmi at ckimmi@weldgov.com. d. Deadline for asking questions is 7 a.m., October 27, 2023 e. Final Addendum will be posted by 5 p.m. on October 30, 2023. Bid # B2300185 BR54/13A Bridge Replacement Project Mandatory Pre -Bid Meeting October 18, 2023 Name Company Phone Number E-mail Clay Kimmi Weld County Public Works 970-400-3471 ckimmi@weldgov.com Don Dunker Weld County Public Works 970-400-3749 ddunker@weldgov.com Ryan Axtman Weld County Public Works 970-400-3743 raxtman@weldgov.com Nick Marquez Weld County Public Works 370-400-3765 nmarquez@weldgov.com Greg Frazee Kraemer North America 970-381-1743 gfrazee@axioscivil.com Tyler Rue Kraemer North America 303-419-0583 true@kraemerna.com David Naibauer Kraemer North America 303-419-8059 dnaibauer@kraemerna.com Mike McNish Kraemer North America 303-901-8899 mmcnish@kraemerna.com Tim Maloney Kraemer North America 303-210-1390 tmaloney@kraemerna.com David Huntsinger Ames 720-839-6641 davidhuntinger@amesco.com Dave Riecken Ames 303-363-1000 davidriecken@amesco.com Aaron Waldren Conton Johnson & Associates 720-697-8563 awaldren@conton-johnson.com Dustin Joy Structures Inc 607-621-9033 dustinj@structuresinc.net Brandt Roman Siete, inc. 719-676-7777 bids@sieteinc.net Tim Lobato Lobato Construction 303-775-4886 tlobato@lotaboconstruction.com Ricardo Garcia Ralph L Wadsworth Construction 303-349-5599 rgarcia@wadsco.com Ned Meyers Ralph L Wadsworth Construction 303-906-3684 nmeyers@wadsco.com Marcin Gliszewski Dietzler Construction 303-532-8863 estimating@dietzlerco.com Bill Fox Myers & Sons Construction 916-704-7365 bfox@myers-sons.com Bill Clarkin Coulson Excavating 970-667-2178 bill@coulsonex.com Trace Anderson Weld County Public Works 970-397-4515 tanderson@weldgov.com Ted DeKowzan Nicon Excavating 720-301-2585 ted@niconexc.com Mike Curtin Nicon Excavating 720-985-5230 mcurtin@niconexc.com Jade James Simon 307-823-2532 jjames@colasinc.com Cotton Burgesser Simon 307-757-7894 cburgesser@simonteam.com Tanner Butz Jalisco 303-775-0278 bids@jalisco.org October 19, 2023 1 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: S ubsection 203.02(a) shall be deleted and replaced with the following: (a) Unclassified Excavation: Unclassified excavation shall consist of the excavation of all materials of whatever character required for the Work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled out of the project site and disposed of at a disposal site approved by the Weld County Inspector. Unclassified Excavation shall include removal of unstable or unsuitable material within the roadway as determined and directed by the Engineer. Unclassified Excavation (Complete in Place): Complete -in -place excavation shall consist of the excavation of all materials of whatever character required for the Work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Approved in -place excavation material shall be placed in embankments per the Plans and Specifications. S ubsection 203.02(c) shall be deleted and replaced with the following: (c) Removal of Unsuitable Material. The removal of unsuitable material shall only be completed as directed by the County and shall be considered muck excavation. Embankment material containing significantly more than optimum moisture that would become stable if dried shall not be considered unsuitable material. The replacement material for areas of unsuitable materials (muck) excavation shall be 3" minus crushed concrete or aggregate over Tensar Triax InterAx NX650 geogrid or Mirafi RS580i geofabric as determined by the Engineer. If the Engineer approves the use of an alternative backfill material, which does not include import to the site, or does not include a material purchase price from a commercial supplier, the Engineer shall negotiate a unit price cost reduction with the Contractor. S ubsection 203.03, paragraph 1 shall be deleted and replaced with the following: 203.03 Embankment Material. All embankment material shall consist of material that has been obtained from required excavation or from an approved source. Imported embankment material shall be a minimum R -value of at least 40. Embankment materials obtained from within the project limits shall be a minimum R -value of at least 30. The Contractor shall be responsible for providing test information proving the onsite materials meet the minimum R -value of 30 for each area where the material is obtain within the project limits. The Contractor shall not obtain embankment material, other than that developed from suitable materials excavated on site, without written approval of the Engineer. Material excavated at the project site may be used if approved in writing by the Engineer. Approval of embankment material is contingent on the material meeting the Atterberg Limit and gradation requirements specified in the Contract. Approval of the embankment material in the upper 2 feet of embankment below the subgrade elevation is contingent on the material meeting one of the following as specified in the Contract: (1) The specified resistance value when tested by the Hveem Stabilometer or the equivalent resilient modulus. (2) The specified Atterberg Limit and gradation requirements. (3) The specified resistance value when tested by the Hveem Stabilometer or equivalent resilient modulus, and the specified Atterberg Limit and gradation requirements. S ubsection 203.03, delete all reference to CDOT's Central Lab and replace with Weld County Lab. S ubsection 203.03, delete all references to CDOT and replace with Weld County October 19, 2023 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT S ubsection 203.03, Paragraph 9 shall be revised to include: If the sulfates, chlorides, and/or resistivity test results of the imported materials show different pipe classes other than those specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. S ubsection 203.4, paragraph 1 shall be deleted and replaced with the following: 203.04 General. The contractor shall ensure that all earthwork activities are performed with machine control to the accuracies specified below. The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 foot. Where asphalt or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 foot. Materials shall not be wasted without written permission of the Engineer. Excavation operations shall be conducted so material outside of the slope limits will not be disturbed. Before beginning grading operations, all necessaryclearing and grubbing in that area shall have been performed per Section 201. Subsection 203.06, paragraph 1 shall be deleted and replaced with the following: 203.06 General Embankment Construction Requirements. Contractor Process Control is mandatory for this element. The Contractor's Process Control Representative shall be certified with Western Alliance for Quality Transportation Construction (WAQTC) Embankment and Base Testing and CDOT's Excavation, Embankment and Soil Inspection certification course. Only approved equipment and methods proposed by the Contractor in Method Statements (see Section 108.03(j)), shall be used in the placement of, moisture conditioning and compaction of, and/or reconditioning of cut/fill and embankment materials. The Contractor shall be responsible for determining the moisture conditioning, the type of equipment, and number of passes that are needed to achieve adequate compaction; however, compression type or vibratory rollers are required for granular materials, and sheepsfoot rollers are required for cohesive soils. Water trucks, haul trucks, and scrapers shall not be used as compaction equipment or as interim compactive measures, apart from shouldering materials. The Contractor shall use approved equipment or attachments for conditioning/mixing during embankment placement and/or cut/fill reconditioning, for soils classified as A-4 to A-7 to ensure consistent moisture conditioning without disturbing compaction of preceding lifts. Dozer shall not be allowed unless approved by Engineer. S ubsection 203.06, paragraph 4 shall be deleted and replaced with the following: The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified in the Contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present. S ubsection 203.07, paragraph 1 shall be deleted and replaced with the following: It is anticipated that the majority of the materials excavated on this project will be placed within the roadway prism or hauled off -site. However, the Project Engineer and Inspector have the authority to order certain material be placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and pipe installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the top of embankment slopes. Materials incorporated into embankment fill shall be placed and compacted according to the following requirements: October 19, 2023 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Subsection 203.07(a) shall be deleted and replaced with the following: (a) Soil Embankment. All soil embankment shall be placed in horizontal layers not to exceed 8 inches in loose lift thickness. Each layer shall be compacted before the placement of subsequent layers. Spreading equipment shall be used to obtain uniform thickness before compaction. As the compaction progresses, continuous mixing, leveling, and manipulating shall be done to assure uniform moisture and density. Additional work involved in drying soil embankment to the required moisture content shall be included in the contract price paid for excavating or furnishing the material with no additional compensation. When conduits (i.e., culverts, pipes, etc.) are installed in embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the conduit of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. Soil embankment that is classified as A-1 material may be used to bridge across standing water or swampy ground within the embankment foundation and may be placed in lift thicknesses greater than 8 inches when used for this purpose if approved by the Engineer. A Sheepsfoot compactor shall not be used on A-1 material containing less than 30% retained on the %-inch sieve. Per the Western Alliance for Quality Transportation Construction (WAQTC) inspection guidelines, the appropriate equipment to use on granular soils such as an A-1 soil, a steel vibratory roller or pneumatic rubber - tired roller. Sheepsfoot rollers are appropriate for materials composed of cohesive soils and clay rich non -durable bedrock. Soil embankment with less than or equal to 30% retained on the 3/4 -inch sieve shall be tested for compaction using CP-80. Materials classified as AASHTO A-1, A-2-4, A-2-5, and A-3 soils shall be compacted at +/- 2 percent of optimum moisture content (OMC) and to at least 95 percent of maximum dry density determined per AASHTO T180, modified by CP-23. All other soil types are compacted to 95 percent of maximum dry density determined per AASHTO T99, modified by CP-23. Soils with 35 percent fines or less are compacted at +/- 2 percent of OMC. Soils with more than 35 percent fines are compacted at a moisture content equal to or above OMC to achieve stability of the compacted lift. Stability is defined as the absence of rutting or pumping as observed by the Contractor's Process Control representative and as approved by the Engineer. If the soils prove to be unstable when compacted at or above optimum moisture content, the moisture content required for compaction may be reduced below OMC as approved by the Engineer. Compaction shall be tested using nuclear density gauges (CP-80-13) at the frequencies specified in Table 106-1. Compaction tests shall be performed in accordance CP-80 and shall utilize 4 one - minute readings. The use of 1 fifteen -second test shall be not acceptable for Process Control testing. Field rock correction tests (CP-23-13) shall be performed at the frequencies specified in Table 106- 1 done for each compaction test performed. Rock corrections shall be performed per CP-23. The Process Control tester shall provide their own screen, scale, and hot plate or microwave. A field one -point moisture/density verification test (CP-25-13) shall be performed at the frequency specified in Table 106-1 to verify the use of the correct moisture/density curve. The test sites shall be selected randomly and shall be representative of the materials placed in the surrounding areas. The Contractor shall provide a stable platform on which the one -point tests can be performed. Any time a density verification test is over 100%, a field one point moisture/density verification test and a field rock correction test shall be performed to verify the use of the correct proctor. Before placing any soil embankment with greater than 30 percent retained on the 3/4 -inch sieve, the Contractor shall construct a test strip to the dimensions specified in the Contract or as directed by the Engineer. The test strip may be incorporated into the final embankment. The Contractor shall October 19, 2023 4 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT determine the moisture conditioning necessary to achieve compaction and shall determine the equipment and number of passes necessary to achieve adequate compaction. The Contractor shall use compression -type or vibratory rollers on granular materials and sheepsfoot rollers on cohesive soils. Adequate compaction shall be demonstrated by the absence of rutting, pumping, or deflection following a proof roll of the test strip using any piece of construction equipment that exerts a minimum 18 -kip per axle load. The proof roll will be observed and accepted by the Engineer. Once the test strip passes a proof roll, the Contractor may resume embankment construction using the same moisture conditioning and compaction methods that were used to construct the test strip. Placement, moisture conditioning, and compaction of every lift of soil embankment with greater than 30 percent retained on the 3/4 -inch sieve shall be observed by the Contractor's Process Control Representative and accepted by the Engineer. Adequate compaction of each lift shall be demonstrated as the absence of rutting, pumping, or deflection as construction equipment is routed over a lift following the compactive efforts that were used and accepted for the respective test strip. The Engineer may request a proof roll at any time to document the condition of a lift. Significant changes in the material being hauled for soil embankment with greater than 30 percent retained on the 3/4 -inch sieve will require construction of a new test strip, and demonstration of adequate compaction methods using a proof roll. Non -durable bedrock shall be watered to promote slaking and break down and pulverized or processed to a maximum particle size of 6 inches. These materials shall be placed and compacted as soil embankment except they shall be compacted with a heavy tamping foot roller weighing at least 30 tons. Each tamping foot shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a minimum of four passes with the tamping foot roller. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional roller passes to achieve specified density requirements. Non -durable Bedrock shall not be used to bridge over standing water or swampy ground within an embankment foundation. Non -durable bedrock shall also not be placed within 2 feet of the final subgrade elevation. Subsection 203.08 shall be revised to include the following: 203.08 Proof Rolling. Proof rolling with pneumatic tire equipment shall be performed using a minimum axle load of 18 kips per axle. A weigh ticket from an approved scale shall be furnished by the Contractor to substantiate this weight. Contractor's verified proof rolling equipment, meeting the 18 kip loading per axle, shall be available onsite during all phases of earthwork activities and as an erosion control method for dust control mitigation. A current certified scale ticket showing the fully loaded weight of the water truck(s) shall be submitted to the Engineer before any proof roll is performed for acceptance. The Engineer may require a proof roll at any elevation to verify stability. The subgrade shall be proof rolled after the required compaction has been obtained and the subgrade has been shaped to the required cross section. The proof roller shall be operated in a systematic manner so that a record may be readily kept of the area tested and the working time required for the testing. Areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive as determined by the Engineer, shall be ripped, scarified, dried or wetted as necessary, and recompacted to the requirements for density and moisture at the Contractor's expense. After replacement and re -compaction, these areas shall be proof rolled again and all failures again corrected at the Contractor's expense. The repair may involve muck excavation, geogrid reinforcement, replacement of excavated materials, or other methods as directed by the Engineer. October 19, 2023 5 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT After the subgrade has been stabilized, the Contractor shall perform proof rolling per subsection 203.08. Final proof rolling will take place a maximum of two days (48 hours) after all mechanical stabilization or unbound aggregate work has been completed, unless otherwise approved by the Engineer. Final proof rolling will take place a minimum of two days after all lime or other chemical stabilization work has been completed, unless otherwise approved by the Engineer. The finished surface shall be smooth and uniform conforming to the typical sections. Variation from the subgrade plan elevations shall not exceed 0.04 feet. All irregularities, depressions, or weak spots which develop shall be corrected at the Contractor's expense. The surface shall be maintained in a smooth condition, free from undulations and ruts until other work is placed thereon or the work is accepted. No separate payment will be made for areas of unsuitable material excavation, geogrid reinforcement, or replacement of excavated materials. Subsection 203.11(a) shall be revised to include the following: The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the Work. Geogrid and geotextile used in areas where unsuitable materials were removed and replaced with backfill material will not be measured and paid for separately but shall be incidental to the cost of the backfill material. Subsection 203.11(b) shall be deleted and replaced with the following: (b) Embankment. The quantities for Embankment (Complete in Place) and Unclassified Excavation (Complete in Place) will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Engineer before beginning the Work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. The quantities for Embankment and Unclassified Excavation will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Engineer before beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. Payment for Embankment and Unclassified Excavation shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the Work. The Contractor's Process Control testing will be measured and paid for per the revision to Section 106.041. Subsection 203.11(c) shall be deleted and replaced with the following: c) Rock Fill. Rock fill will be measured as the volume in cubic yards in its final position, unless otherwise specified, and shall be limited to the elevations specified. October 19, 2023 6 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Rock Fill (57-67)(Contingency) will be measured as the volume in cubic yards when it is used to repair soft spots or replace unsuitable materials. Rock Fill (3 inch minus)(Contingency) will be measured as the volume in cubic yards when it used to repair soft spots or replace unsuitable materials. Subsection 203.12 shall be revised to include the following: Payment will be made under: Pay Item Unit Rock Fill (57-67)(Contingency) Cubic Yard Rock Fill (3 -inch minus)(Contingency) Cubic Yard Unsuitable Material (Contingency) Cubic Yard Embankment (CIP) Cubic Yard Laborer Hour Payment for Unclassified Excavation (Complete in Place), Embankment (Complete in Place), or Borrow (Complete in Place) shall be full compensation for all work necessary to complete the item including construction of embankments, reworking of existing materials to satisfy benching requirements, unclassified excavation, borrow, compaction, compaction of bases of cuts and fills, all work in available materials pits, and disposal of excess excavated material. Payment for Embankment (Complete in Place) shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, and hauling and disposal of excess or unsuitable materials off the jobsite. Rock Fill (57-67)(Contingency) and Rock Fill (3 inch minus)(Contingency) shall include compaction for stability and all other work and materials including a geogrid or geotextile as directed by the Engineer necessary to complete the work. Additional materials will not be measured and paid for separately but shall be included in the Work. Unsuitable Material (Contingency) shall mean Unsuitable Material. Excavations shall not be left open for extended periods of time. Excavations left overnight in non -traffic areas for any reason shall be surrounded by orange plastic construction safety fence. Safety fence used for such purpose will not be measured for payment and shall be included in the Work. END OF SECTION October 19, 2023 1 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a) shall be revised to include the following: (4) The job -mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County prior to construction. Subsection 401.02(c) shall be added immediately following Subsection 401.02(b): (c) Reclaimed Asphalt Pavement (RAP) Mixes Furnished to the Project. RAP is allowed in hot mix asphalt (HMA) up to a maximum binder replacement of 20 percent for all lifts, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances, and must meet the uniformity requirements as outlined below. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual in accordance with CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with 1B or 1C, below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T- 164, Method A or B, or in accordance with 1C below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the following equation: Total Binder Replaced = (A x B) x 100/E Where: A = RAP % Binder Content * B= RAP %inMix * E = Total Effective Binder Content * * in decimal format (i.e., 2% is 0.02) The Total Binder Replaced by the binder in the RAP shall not exceed 20 percent of the effective binder content of either the mix design or the produced mix. The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Process Control (PC) Plan that details how the RAP will be processed and controlled. The PC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined in accordance with CP-L 5120, provided a RAP AC content correction factor is determined through correlation testing with AASHTO T- 164, October 19, 2023 2 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T- 164, Method A or B, and applying the correction to the AC content determined in accordance with CP-L 5120. Frequency: 1/1000 tons of processed RAP material (minimum five tests) C. Alternative Control of RAP Binder Content. The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP PC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used. D. Control of RAP Gradation (CP31 or AASHTO T-30): Frequency: 1/1000 tons of processed RAP material (minimum three tests) E. Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available, along with RAP AC extraction testing laboratory reports, to the Engineer upon request. 2. The processed RAP must be 100 percent passing the 31.5 mm (1% inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters in accordance with the following: UNIFORMITY* Parameter Standard Deviation Binder Content 0.5 Percent Passing 19 mm (%") 4.0 Percent Passing 12.5 mm (1/2") 4.0 Percent Passing 9.5 mm (3A") 4.0 Percent Passing 4.75 mm (#4) 4.0 Percent Passing 2.36 mm (#8) 4.0 Percent Passing 600 µm (#30) 3.0 Percent Passing 75 µm (#200) 1.5 Uniformity is the Maximum allowable Standard Deviation of test results of processed RAP. October 19, 2023 3 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL 3. If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix. S ubsection 401.12 shall be deleted and replaced with the following: 401.12 Surface Conditioning. After the roadbed has been graded and compacted, the subgrade shall be trimmed to the correct elevation (+/- 0.04 feet) and cross section as shown on the plans. Only blades with machine control capable of finishing the base grade to within the specified tolerance above shall be allowed. A trimming machine shall not be used to achieve final grade unless written approval is obtained from the Engineer. If a trimming machine is approved for use, it shall be machine controlled. The machine shall not change the trimming's approved proctor for the aggregate base course material by more than 6 lbs/cubic foot. If it does, the trimmings shall not be allowed to be placed within the roadway prism. The aggregate base course shall be brought to the specified cross section elevation as shown in the plans (+/- 0.04 feet). High areas shall be trimmed to the proper elevation. Low areas in untreated bases shall be filled and compacted to a condition similar to that of the surrounding grade. Low areas between 0.5 and 1 inch below the specified elevation may be filled with hot mix asphalt. Low areas greater than 1 inch shall be filled and moisture compacted with aggregate base course material. The finished grade shall be maintained in a smooth and compacted condition until the pavement is placed. Before placing the tack coat and beginning overlay work, the surface to be tack coated shall be swept to remove accumulations of loose gravel and debris. Asphalt plant mix shall be placed only on properly constructed surfaces that are free from substances that would adversely affect the pavement quality. Contact surfaces of curbing, gutters, manholes, and other structures shall be painted with a uniform coating of asphalt cement before placing asphalt mixture against them. S ubsection 401.17, paragraph 1, shall be modified to include the following: If the Contractor can demonstrate to Weld County that all the manufacturer's recommendations were followed and the pneumatic tire roller is detrimental to the finished surface of the HMA, the Contractor may request Weld County to waive the pneumatic tire roller requirement. S ubsection 401.17 shall be revised to include the following: Pneumatic tire rollers shall not be used on SMA pavement. Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks. END OF SECTION BID TABULATION (Updated 10-19-23) Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 1 201-00000 Clearing & Grubbing LS 1 2 202-00000 Removal of Structures and Obstructions LS 1 3 202-00035 Removal of Pipe LF 96 4 202-00220 Removal of Asphalt Mat SY 3,994 5 202-00810 Removal of Ground Sign EA 4 6 202-01000 Removal of Fence LF 5,911 7 202-01130 Removal of Guardrail Type 3 LF 630 8 202-01400 Removal of Cattle Guard EA 2 9 203-00050 Unsuitable Material (Contingency) CY 5,000 10 203-00060 Embankment (CIP) CY 17,951 11 203-00500 Rock Fill (Contingency) (57-67) CY 1,000 12 203-00510 Rock Fill (Contingency (3" Minus) CY 4,000 13 203-01100 Proofrolling HR 40 14 203-01500 Blading HR 40 15 203-01550 Dozing HR 40 16 203-01597 Potholing HR 24 17 203-02330 Laborer HR 40 18 206-00000 Structure Excavation CY 1,841 19 206-00100 Structure Backfill (Class 1) CY 251 20 206-00060 Structure Backfill (Flow -Fill) (Weld County Mix) CY 1,010 21 206-00520 Filter Material (Class B) CY 53 22 207-00205 Topsoil CY 4,245 23 207-00210 Stockpile Topsoil CY 4,558 24 208-00002 Erosion Log Type 1 (12 Inch) LF 1,704 25 208-00020 Silt Fence LF 500 26 208-00033 Sediment Trap (Turbidity Curtain) EA 1 27 208-00300 Temporary Berms LF 4,500 28 208-00035 Aggregate Bag LF 100 29 208-00045 Concrete Washout Structure (Lined) EA 2 30 208-00075 Pre -fabricated Vehicle Tracking Pad EA 2 31 208-00103 Removal and Disposal of Sediment (Labor) HR 40 32 208-00105 Removal and Disposal of Sediment (Equipment) HR 40 33 208-00106 Sweeping (Sediment Removal) HR 80 34 208-00207 Erosion Control Management DAY 182 35 208-00520 Temporary Stream Crossing LS 1 36 210-00010 Reset Mailbox Structure EA 1 37 211-03005 Dewatering DAY 100 38 212-00006 Seeding (Native) ACRE 5.6 39 212-00701 Compost (Mechanically Applied) ACRE 5.6 40 213-00003 Mulching (Weed Free) ACRE 5.6 41 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable) (Class 1) SY 3,601 42 240-00010 Removal of Nests HR 110 43 240-00020 Netting SY 2,800 44 304-06000 Aggregate Base Course (Class 6) (Virgin) TON 2,601 45 403-33741 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 2,537 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1,339 47 420-00300 Geogrid (Tensar NX 650) SY 10,000 48 503-00030 Drilled Caisson (30 Inch) LF 505 49 503-00066 Drilled Caisson (66 Inch) LF 222 50 503-00310 CSL Testing EA 10 51 506-00212 Riprap (12 Inch) CY 134 52 506-00412 Soil Riprap (12 Inch) CY 920 53 512-00101 Bearing Device (Type 1) EA 4 54 515-00120 Waterproofing (Membrane) SY 2,207 55 518-01004 Bridge Expansion Device (0-4 Inch) LF 145 56 601-03000 Concrete Class D (Cutoff Walls) CY 25 57 601-03040 Concrete Class D (Bridge) CY 1,694 58 601-40301 Structural Concrete Coating (Good Earth) SY 1,056 59 601-40301 Structural Concrete Coating (Apache) SY 957 60 602-00000 Reinforcing Steel (Black) LB 66,560 61 602-00020 Reinforcing Steel (Epoxy Coated) LB 282,642 62 602-00025 Reinforcing Steel (Stainless) LB 610 63 603-01180 18 Inch Reinforced Concrete Pipe (Class V) LF 45 64 603-01240 24 Inch Reinforced Concrete Pipe (Class V) LF 329 65 603-01300 30 Inch Reinforced Concrete Pipe (Class V) LF 90 66 603-01480 48 Inch Reinforced Concrete Pipe (Class III) LF 233 67 603-05018 18 Inch Reinforced Concrete End Section EA 2 68 603-05024 24 Inch Reinforced Concrete End Section EA 4 69 603-05030 30 Inch Reinforced Concrete End Section EA 4 70 603-05048 48 Inch Reinforced Concrete End Section EA 2 71 606-00301 Guardrail Type 3 W -Beam (6-3 Post Spacing) LF 251 72 606-01370 EA 4 Transition Type 3G 73 606-01400 Transition Type BR10M-GR3 EA 4 74 606-02003 End Anchorage (Nonflared) EA 4 75 606-11030 Bridge Rail Type 10M LF 764 76 607-01000 Fence Barbed Wire with Metal Posts LF 1,778 77 607-11525 Fence (Plastic) LF 3,500 78 607-60120 20 Foot Gate EA 2 79 609-60011 Curb Type 6 (Section M) LF 458 80 611-00020 20 Foot Cattle Guard EA 2 81 612-00001 Delineator (Type 1) EA 8 82 612-00002 Delineator (Type 2) EA 8 83 612-00003 Delineator (Type 3) EA 8 84 613-00350 3-1/2 Inch Electrical Conduit LF 1,565 85 614-00011 Sign Panel (Class I) SF 17 86 614-00216 Steel Sign Post (2x2 Inch Square Tubing) LF 48 87 615-00050 Embankment Protector Type 5 (Riprap) EA 4 88 618-01154 Prestressed Concrete I (CBT54) LF 3,024 89 620-00002 Field Office (Class 2)(Contractor Supplied) EA 1 90 620-00012 Field Laboratory (Class 2) EA 1 91 620-00020 Sanitary Facility EA 1 92 625-00000 Construction Surveying LS 1 93 626-00000 Mobilization LS 1 94 627-00005 Epoxy Pavement Marking GAL 23 95 630-00000 Flagging HR 400 96 630-00012 Traffic Control Management LS 1 97 630-80355 Portable Message Sign Panel EA 4 98 700-70010 F/A Minor Contract Revisions EA 1 $800,000.00 $800,000.00 99 700-70016 F/A Fuel Cost Adjustments EA 1 $25,000.00 $25,000.00 100 700-70019 F/A Asphalt Cement Cost Adjustment EA 1 $25,000.00 $25,000.00 101 700-70380 F/A Erosion Control EA 1 $150,000.00 $150,000.00 102 927-00170 Process Control Testing for 203, 206, 304, 306, & 603 Items DAY 75 TOTAL BID PRICE ($): TOTAL BID WRITTEN WORDS: * Indicates these items are to be included in the project total and project bonds. ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS: Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments. To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below. No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO". If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project." When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked. After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments. (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections): YES, I choose to accept Fuel Cost Adjustments for this project. N O, I choose NOT to accept Fuel Cost Adjustments for this project. YES, I choose to accept Asphalt Cost Adjustments for this project. N O, I choose NOT to accept Asphalt Cost Adjustments for this project. NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2 Performance of each and every portion of the Work is included as part of the Contractor's Price. 3 All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4 The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 5. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7 All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 8 The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2300185. 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 10. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 11. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-18. Intersection of Hwy 85 and E 8th St East 8th St Legend Parcels Municipal, Paved Paved East Davis Storage Facility Vicinity Map Weld County Airport 4,000 Feet CR 60.5 COOT Mantenance Facility East Davis Storage Facility (2' 23782 CR 60.5 DISCAIMER: The GIS database and data In the product is subject to constant change and the accuracy and completeness cannot be and Is not guaranteed_ The designation of tots or percets or Land uses In the database does not Impiy that the lots ar parcels were created ar that the land uses comply with applicable State or Local Law WELD COUNTY MAKES NO WARRANTIES OR £GUARANTEES. EITHER EXPRESSED OR IMPLIED AS TO THE COMPLETENESS, ACCURACY, OR CORRECTNESS OF SUCH PRODUCT, NOR ACCEPTS ANY LIABILITY ARISING FROM ANY INCORRECT, INCOMPLETE. OR MISLEADING INFORMATION CONTAINED THEREIN. Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi Bridge Key: WEL054.0-013.0A Inspection Date: 06/08/2023 Suff Rating: 58.6 SD G/F/P Condition: Poor NBI Reporting ID: District (Region/Sect): Tran Region 2T: County Code 3: WEL054.0-013.0A Reg4MSec1 13 123 123 WELD Place Code 4: non -city 00000 Rte.(On/Under) 5A: Signing Prefix 5B: Level of Service 5C: Direction Suffix 5E: Feature Intersected 6: Big Thompson River Facility Carried 7: County Road 54 Alias Str No.8A: 1 4 1 0 54.0/13.0A PrIl Str No. 8P: N/A Location 9: 0.7 Mi E of Co Rd 13 Max CIr 10: BaseHiway Net12: IrsinvRout 13A: IrssubRout No13B: Latitude 16: Longitude 17: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes On 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Rail ht36h: Hist Signif 37: Posting status 41: Service on/un 42A/B: Inspection Type: EOR: 99.99 0 123-2-2020 00 40d 22' 41.00" 104d 55' 57.00" 2 mi 3 02 02 07 1978 2 0 8,355 2021 0 Unknown 25.00 ft 0 21 ° 0 0. 0 0 0 28.0 in 5 A 1 5 Regular NBI Unknown Main Mat/Desgn 43A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51: Width Out to Out 52: Deck Area: Min CIr Ovr Brdg 53: Min Undrclr Ref MA: Min Underclr 54B: Min Lat Clmce Ref R 55A: Min Lat Undrclr R 55B: Min Lat Undrclr L 56: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Operating Rating 64: Operating Factor 64: Inv Rtng Method 65: Inventory Rating 66: Inventory Factor 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 71: Approach Alignment 72: Type Of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B: Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency (Pin) 92C: FC Inspection Date 93A: UW Inspection Date 93B: SI Date (Pin) 93C: 5 04 0 0 2 0 35.60 ft 72.8 ft 154.3 ft 0.0 ft 0.0 ft 35.60 ft 36.3 ft 5601 99.99 N 0.0 ft N 0.0 ft 0.0 ft 6 4 6 7 N 0 Field eval and 36.00 0 Field eval and 27.00 6.5 in 4 4 N 5 At/Above Lega 8 8 -2 0 ENGINEERING RICHARDSONA 6 months Bridge Cost 94: Roadway Cost 95: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99: Defense Highway 100: Parallel Structure 101: Direction of Traffic 102: Temporary Structure 103: Highway Systems 104: Fed Lands Hiway 105: Year Reconstructed 106: Deck Type 107: Wearing Surface 108A: Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: Pier Protection 111: NBIS Length 112: Scour Critical 113: Scour Watch 113M: Future ADT 114: Year of Future ADT 115: CDOT Str Type 120A: CDOT Constr Type 120B: Expansion Dev/Type 124: Brdg Rail Type/Mod 125A/B: Posting Trucks 129A/B/C: Str Rating Date 130: Within 1 Mile: Special Equip 133: Vert CIr N/E 134A/B/C: Veil CIr S/W 135A/B/C: Vertical Clr Date: Weight Limit Color 139: Userkey 1, lnsp System: Userkey 4, Insp Sched: Userkey 5, UW Sched: Userkey 6, Pin Sched: FHWA Bridge Risk: FHWA UW Risk: FHWA Load Rating Risk: CBTE: Inspection Key: Date Entered: Entered By: Data Responsibility: Asset Management 0.00 0.00 0.00 2018 -2 0.00 0 0 N 9 6 0 0 13.00 % 0 Y 5 N 11,864 2041 CDTPG 21 O G 2 27.0 42.5 42.5 03/10/2023 NO 0.00 X X 01/01/1901 99.90 0.00 99.90 0.00 0, White OFFSYS 06M JUN DEC N_( HIGH NA HIGH NA OCEC 6/20/2023 12:00 garnert Inspection Rating CDOT_SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 1 of 7 Page 34 of 59 Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Load Rating: Str Rating Date 130: Posting status 41: Posting 70: Design Load 31: Posting Truck (Type 3): Posting Truck (Type 3S2): Posting Truck (Type 3-2): 03/10/2023 A Open, no restriction 5 At/Above Legal Loads 0 Unknown 27.0 42.5 42.5 Rating Package Review Date (066R): Rating Pack Reviewer (066RN): Rating Date: Rating Company (066C): Rater Ini: Raters Name (066N): Checked Date (130C): Checkers Initials (066J): Checkers Name (0661): Entire Structure Rated (066ESR): Rating Calculations Complete (066CC): Rating Input Files Archived (0661FA): Rating Output Files Archived (066OFA): Rating Package Complete (066RPC): Rating Assigned To (066RA): Rating Software Used (066RS): Virtis Bid Number (066VB): Virtis Structure Number (066VSTR): Virtis Rating Runs (066VR): Virtis Rating Analysis (066VA): Virtis Rating System Based (066VSB): Virtis Rating Linked To Pontis (066VL): Virtis Rating Checkout Privl. (066VCO): Structure Comments (008COM): Oprtng Rtg Method (63): Operating Rating (64): Operating Factor (64): 03/31/2023 Jason Triplett 3/10/2023 SEH TJ Trevor Jones 03/31/2023 JT Jason Triplett 1, Entire structure V, Visual Rating N , Not checked N , Not checked 1, Complete SEH 7, Engineering Judgerr N , Not checked N , Not checked N , Not checked N , Not checked N , Not checked Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi 0 Field eval and do Inv Rtng Method (65): 0 Field eval and do 36.00 Inventory Rating (66): 27.00 Inventory Factor (66): Asphalt Thickness (066T): Rating Asphalt Thickness (066TR): Design Method (031 D): Plans Available (500): Girder Operating Rating (066A): Controlling Inv. Rating Indicator (066S1): Controlling Opr. Rating Indicator (066S): 6. r Overload Color Code (139): Overload Color Code (139OVLDLL): I- I Permit Truck Opr. Rating (064PMT): Modified Tandem Opr.Rating (064MTAN): Overload Critical Structure (139OVLD): SHV-SU4 (064LT01): SHV-SU5 (064LT02): SHV-SU6 (064LT03): SHV-SU7 (064LT04): SHV-NRL (064LT05): SHV-EV2 (064LT06): SHV-EV3 (064LT07): Not Used (064LT08): Not Used (064LT09): Within 1 Mile (064LT10): 6.50 11.00 U, Unknown 0, Not Avaliable I, Int Girder I, Int Girder 0, White N, Not checked A, Not checked NO CDOT SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 2 of 7 Page 35 of 59 Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Element Inspection Report Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi Elm/Env Description Unit Total Qty % in 1 Qty. St. 1 % in 2 Qty. St. 2 % in 3 Qty. St. 3 % in 4 Qty. St. 4 15/1 Pre Concrete Top Flange sq.ft 5601 93% 5209 7% 390 0% 2 0% 0 6 inch double T top flange. Exterior edges of deck exhibit up to 3 inch diameter x less than 1 inch deep spalls with rust stains; (45) along the north exterior edge of deck and (9) along the south edge. 1 foot long x 4 inch high x 1 inch deep spall with exposed and R2 corroded rebar in the north exterior edge near Abutment 1. 1 foot long x 8 inch high x 1.5 inch deep spall with exposed and R2 corroded rebar in the north exterior edge near Pier 2. Short insignificant width transverse/random cracks in flange with light efflorescence in Bays 1A and 2K near both abutments. Light efflorescence and Si scaling at ends of soffit/flanges over Pier 2. Efflorescence along joint in underside of deck in Bay G (Girder H) near Pier 2. 510/1 Wearing Surfaces sq.ft 5601 100% 5576 0% 25 0% 0 0% 0 5-8 inches asphalt. Asphalt overlay prior to 2016. (1) - (3) 0.03 inch wide transverse, diagonal, and/or longitudinal cracks over each span, 5-10 foot long each. 3220/1 Crack (Wearing Su sq.ft 25 0% 0 100% 25 0% 0 0% 0 1080/1 Delamination/Spall/Pate sq.ft 56 0% 0 96% 54 4% 2 0% 0 1120/1 Efflorescence/Rust Sta sq.ft 336 0% 0 100% 336 0% 0 0% 0 109/1 Pre Opn Conc Girder/Bear ft 1852 76% 1402 10% 187 6% 107 8% 156 (6) 44 inch x 72.5 inch double T girder section (12 girders per span, 24 total). Light Si scaling in south face of Girders 1L and 2L and north face of Girders 1A and 2A. Girders 1L and 2L are spalled nearly full length along bottom of stems and extending up the webs up to 18 inches high with up to 8 prestressing strands exposed. Strands are debonded, broken, and/or fallen out of the girders at multiple locations. Where not spalled there is delamination with cracks up to 0.5 inch wide. Several flexure and diagonal cracks up to 0.01 inch wide near midspan of girders. Several Insignificant width to 0.03 inch wide diagonal cracks at top of both stems near abutments. Both girders are spalled at abutments and pier, full height x 6 inch wide x 3 inch deep, with exposed and R2 corroded reinforcement. (2) spalls up to 1 foot in diameter x 1 inch deep in south face of Girder 1L at 4th and 5th posts from west, at plate embedment with exposed reinforcement. Girder 2L not fully accessible in 2023 due to channel depth and soft bottom. 18 feet long x full width x up to 3 inch deep spall with exposed and corroded prestressing strands, and rebar in Girder 1A near midspan and for 6 feet at Abutment 1 and 3 feet at Pier 2. Remainder of stem is intermittently cracked with rust staining, up to 0.01 inch wide. Girder 11 has 18 inch diameter of delamination in the north face, 4 feet west of diaphragm. (2) spalls up to 2 foot long x 2 inch wide x 1 inch deep each with exposed and R2 corroded reinforcement in Girder 1J near Pier 2. Insignificant width fillet cracks with efflorescence in few locations for approximately 10% of total length. Previously sealed diagonal crack in Girder 1H at the Abutment 1 bearing plate is re -cracking up to 1 foot long x 0.01 inch wide. Few fillet cracks (without efflorescence) up to 0.02 inch wide near Girder 1H, 1J, and 1L ends at Abutment 1 for approximately 4 feet each. Exposed reinforcement for approximately full length of Girder 2A due to insufficient cover, with associated cracking up to 0.5 inch wide in bottom of girder stem. Girder 2A stem spalled at supports, up to 3 feet long x full width x 4 inch high with exposed and corroded prestressing strands and rebar. Exterior stem webs have several shallow spalls with exposed R1 corroded rebar due to insufficient cover on exterior faces. The Condition State 4 defect has been reviewed by Engineering Operations Program Engineer and does have an effect on the strength or serviceability of the element or bridge. An ERL was not resent to Weld County due to temporary barriers installed along exterior edges of travel lanes to mitigate traffic from directly loading exterior girders. Weld County has indicated the structure will be replaced in early 2024. 1080/1 Delamination/Spall/Pate ft 4 0% 0 50% 2 50% 2 0% 0 1100/1 Exposed Prestressing ft 252 0% 0 0% 0 38% 96 62% 156 1110/1 Cracking (PSC) ft 9 0% 0 0% 0 100% 9 0% 0 CDOT_SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 3 of 7 Page 36 of 59 Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi 1120/1 Efflorescence/Rust Sta ft 185 0% 0 100% 185 0% 0 0% 0 210/1 Re Conc Pier Wall ft 39 100% 39 0% 0 0% 0 0% 0 Concrete wall founded on piles per plans. Pier wall extends past bridge width. Vertical insignificant width cracks under Bay 2D. (1) vertical insignificant width crack in each face of pier. Pier 2 water depth greater than 6 feet at downstream end, with east downstream half inaccessible in 2023. 215/1 Re Conc Abutment ft 78 74% 58 26% 20 0% 0 0% 0 Concrete wall founded on piles per plans. Scoured area at Abutment 3 filled in with riprap prior to 2016 inspection. (8) vertical cracks up to 0.02 inch wide in Abutment 1 and (5) in Abutment 3. 0.02 inch wide map cracking in Abutment 1. 1130/1 Cracking (RC and OthE ft 20 0% 0 100% 20 0% 0 0% 0 234/1 Re Conc Pier Cap ft 116 85% 99 13% 15 2% 2 0% 0 Cap at Pier 2 is heavily water stained below longitudinal joints. Debris on top of caps at ends. Insignificant width vertical cracks in abutment caps at anchor bolt locations. (6) vertical cracks up to 0.02 inch wide in Abutment 1 cap throughout; (9) similar cracks in Abutment 3 cap throughout. 0.07 inch wide crack in south end of Abutment 3 cap along bottom with associated spall/delamination 2 foot long x 6 inch high x 1.5 inch deep with exposed and R2 corroded rebar. 1130/1 Cracking (RC and OthE ft 17 0% 0 88% 15 12% 2 0% 0 306/1 Other Joint ft 116 100% 116 0% 0 0% 0 0% 0 Asphaltic plug joints over abutments and pier. No significant defects. 308/1 Const/Non-Expansion Joir ft 772 0% 0 100% 772 0% 0 0% 0 Grouted keyway between double T sections. Light leakage at joints. 310/1 Elastomeric Bearing each 48 0% 0 100% 48 0% 0 0% 0 1.5 inch laminated elastomeric bearing pads at both abutments and Pier 2. (1) neoprene pad under each girder stem; (1) bearing plate over (2) pads at interior bearings. Pads under Girders 1F and 1G at Abutment 1 are distended to west. R1 rust of bearing plates. 1000/1 Corrosion each 48 0% 0 100% 48 0% 0 0% 0 322/1 Approach Roadway (EA) 1 100% 1 0% 0 0% 0 0% 0 Well aligned, no speed reduction required. 323/1 Approach Railing (EA) 4 100% 4 0% 0 0% 0 0% 0 Transitions not double nested. Southwest and northeast approach rails are too low. Vegetation growing along approach rails. Impact damage and missing timber blockouts at northeast and northwest approach rails for 12 feet. 326/1 Wingwalls (EA) 4 100% 4 0% 0 0% 0 0% 0 Concrete wall monolithic with abutment. 0.5 inch deep scale on top of northeast wingwall. Insignificant width transverse and random cracking in southwest and northeast wingwall. Map cracking in southeast wingwall up to 0.02 inches wide adjacent to abutment. 330/1 Metal Bridge Railing ft 309 0% 0 99% 305 1% 4 0% 0 Galvanized W -beam rails on steel wide flange posts with steel backing plate. Posts twisted and partially detached at base of 3rd, 4th, 5th and 9th posts from west on south rail, over Span 1. R1 rust of all posts. Spotty light R1 rust of backing plate throughout. 515/1 Steel Protective Coatin sq.ft 309 0% 0 0% 0 0% 0 100% 309 Galvanized W -beam on painted posts. Galvanizing exhibits no significant defects. Paint has failed at rust locations. 1000/1 Corrosion ft 305 0% 0 100% 305 0% 0 0% 0 7000/1 Damage ft 4 0% 0 0% 0 100% 4 0% 0 CDOT_SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 4 of 7 Page 37 of 59 Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi 501/1 Channel/Bank (EA) 1 100% 1 0% 0 0% 0 0% 0 Natural, meandering, gravel lined streambed with partially regulated flows through a wide, flat prairie floodplain. Gravel bar deposited under Span 1 and 10 feet of material was removed from in front of Abutment 3 during September 2013 flood. Scoured area has been filled in with large riprap. Varied depths and slopes to flat grassy pasture land beyond channel. Minor erosion at bends upstream at the bridge. Scattered trees above high water well beyond the channel. Northeast bank cut to the east due to September 2013 flood. Riprap has been placed at northeast bank adjacent to northeast wingwall. 600/1 General Notes (EA) 1 100% 1 0% 0 0% 0 0% 0 5 inch steel utility pipe on north side of bridge. Delineation decals on end treatments. Visible deflection of bridge under live loading. Inspection References and Definitions: Crack Width Descriptions for Reinforced Concrete: Insignificant cracking (in.) = Less than 0.012" wide Medium cracking (in.) = 0.012" to 0.05" wide Wide cracking (in.) = Greater than 0.05" wide Crack Width Descriptions for Prestressed Concrete: Insignificant cracking (in.) = Less than 0.004" wide Medium cracking (in.) = 0.004" to 0.009" wide Wide cracking (in.) = Greater than 0.009" wide Pattern Crack Spacing: Medium pattern cracks = 1-3 feet Heavy pattern cracks = < 1 foot Maintenance Activity Summary MMS Activity 260.01 Description Rust Codes (R Codes): R1 = Peeling of the paint, pitting, surface rust, etc., no measurable section loss. R2 = Flaking, minor section loss (< 10% thickness loss). R3 = Flaking, swelling, mod section loss (10% < thickness loss <30%). R4 = Heavy section loss (> 30% thickness loss), may have holes through base metal. Concrete Scaling Codes (S Codes): S1 = Scale up to 0.25" deep. S2 = Scale up to 0.5" deep or has exposed aggregate. S3 = Scale up to 1" deep or has loose or missing aggregate. S4 = Scale > 1" deep or has exposed reinforcing bars with section loss or general disintegration of the concrete. Misc-Remove Vegetation Trim vegetation growing around approach rails. 306.07 Bridge Rail -Repair Replace damaged bridge rail posts; if not replaced per Item 306.09. 306.08 Approach Railing -Repair Recommended Status Target Year 6/18/2014 3/31/2006 6/8/2016 Replace timber blockouts at northeast and northwest approach rails, if not replaced per 306.10. 2025 2025 2025 Priority Low Medium Low CDOT_SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 5 of 7 Page 38 of 59 Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) 306.09 Bridge Rail -Upgrade Upgrade bridge rails to meet current AASHTO/CDOT standards. 306.10 Approach Railing Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi 6/22/2020 6/22/2020 2032 2025 Upgrade transitions, approach rails, and end treatments to meet current AASHTO/CDOT standards. 354.02 Superstructure -Repair Concrete 5/22/2012 2023 Low Medium High If structure is not replaced, rehabilitate Girders 1L and 2L where prestressing strands are exposed, corroded, broken, and fallen out of girder. Patch spalls in Girders 1A, 2A, and 1J along bottom of stems. Consider replacing exterior girders. 357.01 Bearings -Clean Assemblies/Paint Remove debris from bearing seats. Bridge Notes (Inspection > Inventory > Admin) 6/11/2018 2024 Medium Inventory route is west to east North side is upstream Superstructure is named Girder A through L from north to south Substructure is numbered 1 through 3 from west to east 2022 06 09 Superstructure rating (Item 59) lowered from a 5 to a 4 due to broken, loose, and corroded prestressing strands in Girders 1L and 2L. Bridge lowered from Fair to Poor. Inspection frequency was changed to 6 Months, until exterior girders are rehabilitated or structure is replaced. Weld County anticipates structure replacement in January 2024. December (interim) inspections should evaluate superstructure only. Inspection Notes (Inspection > Condition) Date: 06/08/2023 Time: 10:05 AM Temp: 68 F Weather: Clear Inspectors: AR/TL Pier 2 and portions of girders were not fully accessible due to channel depth and soft bottom. Scour Item 113 Documentation (Inspection > CDOT Bridge) CDOT_SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 6 of 7 Page 39 of 59 Routine Inspection Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) WEL054.0-013.0A SCOUR Item 113 Screening Memo 2016 04 20.pdf Highway Number (ON) 5D: 00000 V Mile Post (ON) 11: -1 mi Linear Ref. Sys. MP: 0.667 mi Bat Present At Bridge (Inspection > Inventory > Agency Items > userkey9) Inspection Access Requirements (Inspection > CDOT Bridge) Scheduling Notes (Inspection > Schedule) 2022 06 09 Inspection frequency lowered to 6 months due to superstructure condition. Scope: I71 NBI Element Underwater Fracture Critical N Other Type: Regular NBI Team Leader Inspection Check -off: ■ ■ ■ FCM's Posting Signs Essential Repair Verification Inspection Team: ENGINEERING OPERATIONS Inspection Date: 06/08/2023 ■ ■ Vertical Clearance Stream Bed Profile Inspector: Tyler Liebman Inspector (Team Leader): Aaron Richardson CDOT_SIA v12 - 03/05/2023 Structure ID: WEL054.0-013.0A Thu 07/06/2023 14:24:59 Page 7 of 7 Page 40 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Roadway Looking East Elevation Looking North CDOT Bridge Inspections Page 1 of 8 Page 41 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Elevation Looking South Superstructure/General Looking West CDOT Bridge Inspections Page 2 of 8 Page 42 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Channel Looking Upstream Channel Looking Downstream CDOT Bridge Inspections Page 3 of 8 Page 43 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Bent South Guardrail Post Spalls with Exposed and Corroded Rebar in Girder 1A Top Flange CDOT Bridge Inspections Page 4 of 8 Page 44 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Spalls with Exposed and Corroded Rebar and Strands in Girder 1A at Abutment 1 Spalls with Exposed and Corroded Rebar and Strands in Girder 1A at Pier 2 CDOT Bridge Inspections Page 5 of 8 Page 45 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Spalls with Exposed and Corroded Rebar and Strands in Girder 2A at Pier 2 Spalls with Exposed and Corroded Rebar and Debonded Strands in Girder 1L CDOT Bridge Inspections Page 6 of 8 Page 46 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Flexure Cracks and Spalls with Exposed and Corroded Rebar and Strands in Girder 1L I Overall of Spalls with Exposed and Corroded Rebar and Debonded Strands in Girder 1L CDOT Bridge Inspections Page 7 of 8 Page 47 of 59 COLORADO Department of Transportation Structure No. WEL054.0-013.0A Inspection Date: 6/8/2023 Team: Engineering Operations Spalls with Exposed and Corroded Rebar and Debonded Strands in Girder 2L at Midspan Spalls with Exposed and Corroded Rebar in South End of Abutment 3 Cap CDOT Bridge Inspections Page 8 of 8 Page 48 of 59 WE L05 -013.0A °0 WINGWALLS: C.I.P. CONCRETE WALL BIG MONOLITHIC W/ ABUTMENT THOMPSON RIVER NORTH l SKEW 21° DIRECTION COUNTY ROAD 54 OF INVENTORY _ o n I ' in 1 PLANT 154'-4" STH. LENGTII I I - PIER: ABUTMENTS: C.I.P. WALL CONCRETE FOUNDED _ 24"x32" CONC. CAP ON PER PILES PLANS - - -- ,,�� ON CONC. 20" COL. 1 Al 72'-10" MAX. SPAN 72'-10" CLR. SPAII n7. �J. 1 LE V VATON LOOKING NORTH 36'-3" O/O 1 (38'-10" O/O SKEW) ..- 35'-7" R/R _._ STL. FLANGE W 31/2"x12" ON STL. 5"-8" ASPHALT ON TOP 51/2"x81/4" WF POSTS © 6'-3" O.C. FLANGE OF DOUBLE TEE b l= N -1 Q 0_ \BCONC.C DIAPHRAGM DF 91/2" TI K. 41/2" UTILITY 5"0 STL. PIPE x 32" SPAN (TIP.) HIGH AT (6)44" ENDS AND DEEP 1/2 x 6' 1/2" WIDE DOUBLE TEE GIRDERS BECTON LOOKING EAST Page 49 of 59 Structure # W h, L 054 . 0 - 013.0A COLORADO DEPARTMENT OF TRANSPORTATION State Highway # C O -JUL-111Y ROAD 54 LOAD FACTOR RATING SUMMARY Rated using: Batch I.D. Asphalt thickness: 1 1 0 in. Structure Type CDT P G ✓ Colorado legal loads Parallel Structure # N / A Interstate legal loads Structural Member P/ S GIRDER Tons Inventory 27.0 Operating 36.0 Type 3 truck 27.0 Type 3S2 truck 42.5 Type 3-2 truck 42.5 Type SU4 truck (27T) Type SW truck (31T) SU6 truck (35T) Type Type SU7 truck (39T) NRL (40T) EV2 (28.75T) EV3 (43T) Permit Single Truck (96T) Lane D.F. Modified Single Tandem Lane (50T) D.F. Type 3 Truck Interstate 24 tons / Colorado 27 tons tons O Type 3S2 Truck Interstate 38 tons / Colorado 42.5 tons ro)) Type 3-2 Truck Interstate 39 tons / Colorado 42.5 tons tons 00 Loy `Co) Comments: Plans not available. Rating based on engineering judgment per Section 6.1.4 of The Manual for Bridge Evaluation, 2018 Third Edition with 2022 Interims. Per September 2022 CDOT Bridge Rating Manual Section 1.7.2, ratings for SU and EV trucks are omitted. Although the superstructure condition is POOR per the inspection report dated 12/1/2022 due to the condition of the exterior girders, visual assessment of the structure is based on barriers that have been placed along edges of the traveled lanes to prevent loading of the exterior girders. Barriers will stay in place until the bridge can be replaced. NBI 58 (Deck) = 6. NBI 59 (Super.) = 4. Rated by SEH, Inc. *NO POSTING REQUIRED* SEH Rated by: (Prim. rturne and sign Trevor K. Jones sign) Date: Checked by: �►-Tint name and €50 of9J ason Triplett, Date: 3/31/23 CDOT Staff Bridge - LFR 02/2017 YES y< Y E S Y F S Bridge over waterway? YES Item 113=7,6,4, 3,2, 1? NO Foundations well above lood water elevations? NO Reported scour issues? NO CBC, CMP, RCP or floored structure? NO Open -bottom culvert? NO NCHRP Doc 107 P / MPL ratio < 1? NO Engineering Review: Is available information sufficient for coding? NO ADT?100? NO Item 113 = N YES YEo YES NO > Stop / Document Item 113-9 Stop / Document Item 113 = 8 Stop / Document No Change Item 113=5or8 Stop / Document Stop / Document (10) In NHS? YES COLORADO Department of Transportation CDOT OFF -SYSTEM BRIDGE SCOUR SCREENING CHART STRUCTURE ID: WEL054.0-013.0A FACILITY CARRIED: County Road 54 FEATURE INTERSECTED: Big Thompson River Structure Probability of Failure (P): Minimum Performance Level (MPL): Ratio (P/MPL): NO ITEM 113 = POA REQUIRED (YIN): POA COMPLETION DATE: 0.00025 0.0005 0.5 5 N N/A EVALUATED BY: Auto -Generated ORGANIZATION: Stantec Consulting DATE: 4/20/2016 REVIEWER COMMENTS: WEL054.0-013.0A was previously rated Item 113=5 or 8, has no reported scour problems, and passes the P/MPL test. Item 113 code will not change. Item 113=3 POA = Monitor until replaced Bridge or open -bottom culvert? y NO Page 51 of 59 YES HEC-18 scour analysis and POA Culvert analysis and POA 1 Save file as: [structure number] Scour Screening Memo YYYY-MM-DD.pdf STREAMBED HISTORY Al 0.0 u_ 2.0 0 2 0 p 4.0 w 0 00 U. 6.0 �a o� ce = 8.0 u v 10.0 z0 ~ 12.0 a 14.0 25.0 125.0 150.0 0.0 2014 2016 x 2018 2020 2022 2023 P2 50.0 75.0 100.0 CLEAR DISTANCE FROM Al (FEET) A3 0.0 15.0 36.4 74.0 111.6 139.3 154.3 2014 6.3 8.2 7.3 8.5 12 11.7 9.3 2016 6.2 7.9 7.2 8.1 11.9 11.6 9.7 2018 5.1 7.3 10.1 9.3 12.8 11.8 9.5 2020 4.8 7.0 10.1 10.0 13.1 10.5 9.7 2022 4.7 7.1 9.9 9.9 13.3 10.7 9.7 2023 4.3 6.7 8.8 9.3 12.6 10.0 9.2 STRUCTURE NUMBER: WEL054.0-013.0A INSPECTION DATE: 6/8/2023 PERFORMED BY: AR/TL W.L. 10.1 10.1 7.7 Page 52 of 59 CD 0 0 N 0 G U' 00 LU W 0 U z U) W 0 0 0 G 0 W 0 0 m a N. co O U w 0 Z 0 0 J W O U L z Z E w En H J C 5 E- v z `l w U m I O a) - O J d - N d 7 0 r N N 6 O 0 O a) 0 0 U v 0 0 E 0 PLAN }UMBER--\-----,, M ,;. _ ------ STANDARD TL,TL �- N_OMBE PAGE PLAN NUMBER V STANDARD TITLE NUMBER PAGE PLAN NUMBER S STANDARD TITLE NUMBER PAGE \-------;-- STANDARD SYMBOLS SHEETS) 1-3 ) M-606-1 GUARDRAIL SYSTEM TYPE 3 W 79 97 S-612-1 DELINEATOR SHEETS) M-100-1 (3 MIDWEST 31 INCHES (19 SHEETS) -BEAM (RE!//SED ON MARCH 5, 2020) INSTALLATIONS �fr'E!//SED ON ✓,4NU,4RY 19, (8 2025) 171-178 M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) 4-7) {> O M-606-13 GUARDRAIL TYPE 7 F -SHAPE BARRIER (4 SHEETS) 98-101 O S-613-1 ROADWAY LIGHTING (6 SHEETS) 179 1nG '.__`�1P-f3O�RCAII�;':,-;:•__.':,�.:_�_:`�_.%�__�'._�,''_,..' t_Y �'M-03 _1 �..�_ ._.%`.,8%.__ ) (REY/SED ON SEP7771i1BER 30, 20200) / \ II M-606-14 PRECAST TYPE 7 CONCRETE BARRIER (4 SHEETS) 102-104 M-203-2 DITCH TYPES 9 i %' ON FEBRUARY 9, 2023) II S-613-2 ALTERNATIVE ROADWAY LIGHTING SHEETS) (REV/SED (4 M-203-11 SUPERELEVATION CROWNED AND 10-12 (NIX /SSUED ON SEPTEMBER 30, 2020) M-606-15 GUARDRAIL TYPE 9 SINGLE SLOPE BARRIER 105 115 DIVIDED HIGHWAYS (3 SHEETS) (11 SHEETS) (REI//SED ON FEBRUARY 17, 2023) I I S-613-4 TRAFFIC SIGNAL ONE -LINE DIAGRAMS (6 SHEETS) M-203-12 SUPERELEVATION STREETS (2 SHEETS) 13-14 (Nag /SSUED ON JUNE /.5, 2023) M-607-1 WIRE FENCES AND GATES (3 SHEETS) 116-118 M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES 15-16 S-614-1 GROUND S N PLACEME (2 SHEETS 187-188 M-607-2 CHAIN LINK FENCE (3 SHEETS) 119-121 (2 SHEETS) S-614-2 CLASS I SIGNS 189 M-607-3 BARRIER FENCE 122 II M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS) ....17-18 S-614-3 CLASS II SIGNS 190 M-607-4 DEER FENCE, GATES, AND GAME RAMPS (7 SHEETS) 123 127 ----., 1- -2 1-- - ---KT€4P-0RARy- -EROS,'£3N ot--,;( 1 SHEET )--,,.: �; 7-:_,,:: 1-9-7,2-9.; c ,-6-0N , ,..- (REV/SED ON JUL Y 13, 2020) II S-614-4 CLASS III SIGNS (3 SHEETS) 191-193 A. M-210-1 MAILBOX SUPPORTS (2 SHEETS) 30-31 / 1 \ M-607-10 PICKET SNOW FENCE 128 R K- W IG U ORT DETA 19 -614- -195 I,,, II M-214-1 NURSERY STOCK DETAILS 32 FOR CLASS III SIGNS (2 SHEETS) M-607-15 ROAD CLOSURE GATE (9 SHEETS) 129-137 c M-216,-1 , SOIL R,ETENTION COVERING (2 SHEETS) 33-34 i II S-614-6 CONCRETE FOOTINGS AND SIGN ISLANDS 196-197 , ' M-608-1 CURB RAMPS (10 SHEETS) 138-147 = - � FOR CLASS III SIGNS (2 SHEETS) M-412-1 CONCRETE PAVEM--JOIN= ENT TS SHEETS 35 3� " (9 ; M-609-1 CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) 148-151 / ' (� S-614-8 TUBULAR STEEL SIGN SUPPORT DETAILS (7 SHEETS) 198-204 (REV/SED ON JANUARY 3/ 2022) M-611-1 CATTLE GUARD (2 SHEETS) 152-153 (PEW=ON DECEMBER 29, 2020) O M-412-2 CONCRETE PAVEMENT CRACK REPAIR (6 SHEETS) S 614 9 PEDESTRIAN PUSH BUTTON POST ASSEMBLY SI IEETS) 206 (REV/SED ON SEPTEMBER 6, 2022) II M-611-2 DEER GUARD (2 SHEETS) 154-155 (2 .205 (SUPERSEDED ON JANUARY 23, 2020 BYS-614-45) II M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING 40 II M-614-1 RUMBLE STRIPS (3 SHEETS) 156-158 S-614-10 MARKER ASSEMBLY INSTALLATIONS 207 II M-601-1 SINGLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 41-42 II M-614-2 SAND BARREL ARRAYS (2 SHEETS) 159-160 (2 SHEETS) II S-614-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS 2 208 M-615-1 EMBANKMENT PROTECTOR TYPE 3 161 M-601-2 DOUBLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 43-44 S-614-12 STRUCTURE NUMBER INSTALLATION (2 SHEETS) 209-210 M-615-2 EMBANKMENT PROTECTOR TYPE 5 162 (2 SHEETS) S-614-14 FLASHING BEACON AND SIGN INSTALLATIONS (4 SHEETS) M-616-1 INVERTED SIPHON 163 .211-214 M-601-3 TRIPLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 45-46 S-614-20 TYPICAL POLE MOUNT SIGN INSTALLATIONS 215 SHEETS) F I M,'-20�-- LABOR- -Y- C -LAS - " ' - -, ' (2 ; (FIELD -- _ -.,1 -.:.� :--.... . ,-' , S-614-21 CONCRETE BARRIER SIGN POST INSTALLATIONS 216-217 M-601-10 HEADWALL FOR PIPES 47 i; M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) 165-166 �) (2 SHEETS) (REV/S£D ON SEPTEMBER 27, 2020) II M-601-11 TYPE "S" SADDLE HEADWALLS FOR PIPE 48 II M-620-11 FIELD OFFICE CLASS 1 167 O S-614-22 TYPICAL MULTI -SIGN INSTALLATIONS 218 II M-601-12 HEADWALLS AND PIPE OUTLET PAVING 49 . M-620-12 FIELD OFFICE CLASS 2 168 ( S-614-40 TYPICAL TRAFFIC SIGNAL 30'-75' DOUBLE MAST ARMS 219-223 M-601-20 WINGWALLS FOR PIPE OR BOX CULVERTS (2 SHEETS) ... 50-51 `M--6-29=1 ---'\SUR-VE --MONUMEN-TST{2/ SHEET 3 :..:' ....::::.::...:":•':...:.:.16r9 -4 -*0--- 65-75' SINGLE MAST ARMS (5 SHEETS) (RE!//SED ON L/1/1 Y22, 2022) M-603-1 METAL PIPE (4 SHEETS) 52-55 II S -614-40A ALTERNATIVE TRAFFIC SIGNAL 224-227 M-603-2 REINFORCED CONCRETE PIPE 56 25-55' SINGLE MAST ARMS (4 SHEETS) (REV/SED ON JUL Y 22, 2022) COLORADO II S-614-41 TEMPORARY SPAN WIRE SIGNALS (13 SHEETS) 228-240 M-603-3 PRECAST CONCRETE BOX CULVERT 57 (RE1//SED ON SEPTEA/BER 10, 2020) II S-614-42 CABINET FOUNDATION DETAIL (4 SHEETS) 241-244 DEPARTMENT OF TRANSPORTATION M-603-4 CORRUGATED POLYETHYLENE PIPE M294) AND 58 II S-614-43 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS 245-252 w (AASHTO CORRUGATED POLYPROPYLENE PIPE (AASHTO M330) (2 sheets) 44nn I (8 SHEETS) cn M CSC. S STANDARDS P L A S LIST (REV/SED ON MARCH 7 2022) II S-614-44 PEDESTAL POLE SIGNALS (2 SHEETS) 253-254 7O M-603-5 POLYVINYL CHLORIDE PIPE M304) 59 (PVC) (AASHTO n S-614-45 PEDESTRIAN PUSH BUTTON POST ASSEMBLY DETAILS (6 SHEETS) t- July 31 01M-603-6 STEEL REINFORCED POLYETHYLENE 60 (REV/SED ON DECEMBER 3, 2020) Pr' RIBBED PIPE (AASHTO MP 20) S-614-50 STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) 255-266 v O M-603-10 CONCRETE AND METAL END SECTIONS 61 0 S-614-60 DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) 267-280 evisec s e c o n July 2 4 2323 �,, ca M-603-12 TRAVERSABLE END SECTIONS AND SAFETY GRATES 62-64 ' i S-627-1 PAVEMENT MARKINGS (11 SHEETS) 281 289 (3 SHEETS) _ j �r� �_ , --20211'-- i £V/ E`D a/1 ' zl /L�, 14;. _, ," I �' t o W II M-604-10 INLET, TYPE C 65 '. S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 290 313 >- O M-604-11 INLET, TYPE D 66 �� (26 SHEETS) (REV/SED ON JULY 24 2023) ) Q ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED �. � Li M-604-12 CURB INLET TYPE R (2 SHEETS) 67-68 S-630-= _-13AROleADE-S;--DRUM S;CerN\C-BETE BA -f R-IER-SI-TEM-PY.::-':::'.:..::. �3-1=4' - AND REVISED, APPLY TO THIS PROJECT WHEN USED AND VERTICAL PANELS M-604-13 CONCRETE INLET TYPE 13 69 BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM. O S-630-3 FLASHING BEACON (PORTABLE) DETAILS 315 M-604-20 MANHOLES (3 SHEETS) 70-72 S-630-4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION 316-317 M-604-25 VANE GRATE INLET (5 SHEETS) 73-77 (REV/SED ON FEBRUARY 3, 2023) THE M&S STANDARD PLANS USED TO DESIGN THIS PROJECT ARE DETAILS (2 SHEETS) II S-630-5 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 318-319 II M-605-1 SUBSURFACE DRAINS 78 INDICATED BY A MARKED BOX , AND WILL BE ATTACHED TO THE II S-630-6 EMERGENCY PULL -OFF AREA (TEMPORARY) 320 PLANS. ALL OTHER M&S STANDARD PLANS ARE STILL ELIGIBLE FOR USE 811 II S-630-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL 321-323 „Ickippi. IN CONSTRUCTION IF APPROVED BY AN APPROPRIATE CDOT ENGINEER. (3 SHEETS) Know what$ below. Call before you dig. Print Date: 10/19/2023 C Q O Sheet Revisions WCR54 M&S STANDARDS BRIDGE IMPROVEMENTS PLANS LIST Project No. _ .. ,s,,! : .'_ ' Scale: AS NOTED Date: Comments Init. No Revisions: 54—13A C % J U 4745 Boardwalk Drive Building D, Suite 200 Fart Collins, CO 80525 1111 H Street 1p. 1 t j r! '� Greeley, CO 80631 I lj Revised: Desi Designer: KSVIITH 9 Structure a4 -13A 5 Drawing Number G-002 � Phone: (970) 400-3750 - � Fax: (970) 304 6497 Page 53 of 59 Detailer: KSMITH Numbers _ ,. -',.v� Void: 1 heet Number 2 of 152 Phone: 970.377.3602C:S J -U -B ENGINEERS, INC. Sheet Subset: GENERAL Subset She: 2 of 13 et WCR54BRIDGEBIGTH0MPS0N\ DESIGN \CAD\SHEET\87-19-010_G-0D3.DWG LINE DESCRIPTION EXISTING LINE PROPOSED LINE SYMBOL DESCRIPTION EXISTING SYMBOL PROPOSED SYMBOL SYMBOL DESCRIPTION EXISTING SYMBOL PROPOSED SYMBOL SYMBOL DESCRIPTION EXISTING SYMBOL PROPOSED SYMBOL BOUNDARY COMMUNICATIONS STORM DRAIN TYPICAL DETAILS PROPERTY P/L P/L TELE. CATCH OBJECT LINE R/W MANHOLE O • BASIN ® ® BREAK LINE n -1/ - RIGHT OF WAY VW RIGHT OF WAY, ABANDONED AB R/W TELE. O O FLARE END c7 v PIPE d PEDESTAL END RIGHT OF WAY, RESERVED RES R/W TELE. + SD oSURFACE • WATER V TEMPORARY EASEMENT T/E T/E POLE MANHOLE P/E TV PERMANENT EASEMENT P/E 7 Tv SITE PEDESTAL SECTION LINE GUY BOLLARD u ® ABBREVIATIONS NO OR # NR QUARTER SECTION LINE WIRE PCR POUND PER CUBIC FOOT ASS'' ASSEMBLY DOMESTIC WATER DOMESTIC WATER BORE HOLE SANGLE PE POLYETHYLENE WATER (GENERAL) w PGL PROFILE GRADE - - - - - w - - - - FIRE @ AT (MEASUREMENTS) LINE SIZE) Ilf FLAGPOLE OR p PSI POUND PER SQUARE INCH WATER (SPECIFIED --- - -x-w - - - - WV HYDRANT BLDG BUILDING PL PLATE WATER SERVICE ----- ws --- ws ----- WS WS WATER all GATE-� �-.� BM BENCH MARK MANHOLE PL PROPERTY LINE IRRIGATION BOW BACK OF WALK WATER MAIL PVC POLYVINYL U BSC BITUMINOUS SURFACE COURSE -CHLORIDE IRRIGATION ---- IRR ---- IRR METER BOX PVI POINT OF VERTICAL INFLECTION BSW BACK OF SIDEWALK NATURAL GAS WATER N POST o • R RADIUS VALVE BVC BEGIN VERTICAL CURVE NATURAL GAS G G IRRIGATION BW BOTH WAYS RP RADIUS POINT NATURAL GAS SERVICE G G ROCK R&R REMOVE & REPLACE c ---- c CHANNEL IRRIGATION P �� R C (STRUCTURAL) REM REMOVE POWER / COMMUNICATIONS -.- VALVE SIGN C/L CENTER LINE REQ'D REQUIRED OVERHEAD POWER IRRIGATION OH 0HP VALVE -REV O a SPOT CIP COMPLETE IN PLACE REVISION .OX UNDERGROUND POWER ---- UP ---- UP ELEVATION CMP CORRUGATED METAL PIPE R/W ROW RIGHT—OF—WAY or NATURAL GAS TREE OVERHEAD TELEPHONE ---- OHT ---- 0HT CO CLEANOUT S SLOPE c G (SHRUB) UNDERGROUND TELEPHONE - UT ---- UT GAS CONC CONCRETE •• TREE SPEC SPECIFICATION METER R FIBER OPTIC ---P/o -- - -- F/p CONT CONTINUOUS G (STUMP) STA STATION GAS c CABLE TELEVISION - - - - CT/ ---- CTV �I N TREE . CPLG COUPLING STD STANDARD o o ROADWAY POWER (CONIFEROUS) CU FT CUBIC FEET STL STEEL TREE Cu YD CUBIC YARD 0 ST STL STAINLESS STEEL ROAD SHOULDER ELEC. (DECIDUOUS) DEC OR DEGREE MANHOLE TBC TOP BACK OF CURB ROAD CENTERLINE TEST ELEC. E E HOLE \---,7),{I�► � DET DETAIL TYP TYPICAL ROAD ASPHALT -----EP----- • • DIA OR DIAMETERTFC METER TOP FACE OF CONCRETE ROAD GRAVEL -----Ec----- ELEC. WELL w © DIP DUCTILE IRON PIPE W/ WITH TOP BACK OF CURB SERVICE SURVEY DIST DISTRIBUTION W/O WITHOUT OF GUTTER LIP ELEC. DWG DRAWING E E SITE TRANS. CAP ( EA EACH W/REQ'D WHERE REQUIIRED (ALUMINUM) WL WATER LINE GUY WIRE I 1 EG EDGE OF GRAVEL FENCE 3 -STRAND (3 -STRAND) -_ _ --x----- x BENCHMARK A YR YEAR w ELB ELBOW FENCE (DOWEL) O JUNCTION -)MAJOR J ' CTRL PT ELEV or EL ELEVATION U. BOX CONTOUR 2520 A1/2" PIN Y2" REBAR MINOR CONTOUR POWER CONTROL PT EVC END VERTICAL CURVE DETAIL o I I CTRL PT NUMBER i- POLE EW EACH WAY TOE OF SLOPE TOE TOE A s/s„ PIN v POWER !a REBAR 5/8” CONTROL PT EXIST OR EX EXISTING X OE @ {7290X TOP OF SLOPE TOP TOP `� STUB CTRL PT �60D FG FINISH GRADE i- GOD NAIL CUT LIMITS CUT STREET FH FIRE HYDRANT LIGHT CTRL PT - FILL LIMITS FILL PK SHEET FLG FLANGE U STREET LIGHT PK NAIL NUMBER LIMITS OF CONSTRUCTION LOC W/ ARM FT OR ' FEET NAIL O O DETAIL CALLOUTnr OF EXCAVATION O LIMITS LOE GV GATE VALVE ROAD MARKINGS DITCH UTILITIES HCL HORIZONTAL CONTROL LINE -.II STORM SWALE • • ARROW N MANHOLE HORIZONTAL ELLIPTICAL Q LEFT HERPC Lii EDGE OF WATER O � REINFORCED CONCRETE PIPE u (GENERIC) HIGH WATER ARROW HMA HOT MIX ASPHALT � THRUST WETLAND WET WET RIGHT LI '14 BLOCK a aHORIZ HORIZONTAL SANITARY SEWER VALVErxi HP HIGH POINT SANITARY SEWER (GENERIC) N ID INSIDE DIAMETER SANITARY SEWER SS - - - - SS - - - - CLEANOUT @ O INCH VAULT v V IN OR LB OR # POUND SEWER STORM DRAIN STUB Os 0 UTILITY o POLE t LF LINEAL FEET STORM DRAIN (GENERAL) SD SS LN LINEAL 8 1 - - - - SD - - - - 0VERTICAL • > ® STORM DRAIN MANHOLE PIPE it LVC LENGTH OF VERTICAL CURVE — — — — x"so — — — — x"SD "�*f MAX MAXIMUM Know below MIN MINIMUM what's Call before you dig. Print Date: 110/19/2023 O 0 O Sheet Revisions WCR54 BRIDGE IMPROVEMENTS LEGEND Project No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-13A /� C�U•B I 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 1111 H Street r 1,. 'f :rte -_ : "'- , `I GreeleyCO 80631 Revised: Designer: SMITH Structure Drawing Number G-003 (970) •; �- Phone: 4003750 J _ Fax: (970) 304 6497 Page 54 of 59 Retailer: KSMITH Numbers K Void: ; Number 3 of 152 Phone: 970.377.3602 J -U -B ENGINEERS, INC. Sheet Subset: GENERAL Subset Sheet: 3 of 13 _.,,/Sheet GENERAL NOTES SIGNING, STRIPING NOTES WCR54BRI_DGEBIGTH_0_MPS0N\DESIGN\CA \SHEETl87-1_9-010 G-004X.DWG 1. ALL WATER SYSTEM WORK SHALL BE COMPLETED IN ACCORDANCE WITH THE LITTLE THOMPSON WATER DISTRICT DESIGN STANDARDS AND SPECIFICATIONS. CDOT AND WELD COUNTY STANDARD SPECIFICATIONS SHALL NOT APPLY TO WATER SYSTEM WORK. 2. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON THE CONSTRUCTION SITE, AND AVAILABLE TO A WELD COUNTY INSPECTOR AT ALL TIMES. THESE UPDATES SHALL BE DONE AS WORK PROGRESSES. PREPARATION OF AS -BUILT PLANS WILL NOT BE PAID FOR SEPARATELY. 4. UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL TO, OR BETTER THAN, THAT WHICH EXISTED BEFORE CONSTRUCTION, OR TO THE GRADES AND CONDITION AS REQUIRED BY THESE PLANS. 5. THE CONTRACTOR IS EXPECTED TO ENCOUNTER GROUND WATER ON THIS PROJECT. THE CONTRACTOR IS RESPONSIBLE FOR ALL DEWATERING EFFORTS ON THIS PROJECT. A DEWATERING PLAN IS REQUIRED TO BE APPROVED BY WELD COUNTY PRIOR TO ANY EXCAVATION IN THE CHANNEL. PLEASE REFER TO SPECIAL PROVISIONS. PAYMENT FOR DEWATERING WILL BE PER THE BID ITEM 211 - DEWATERING. 6. WORK WITHIN THE RIGHT OF WAY SHALL REQUIRE A RIGHT OF WAY PERMIT. CONTACT THE WELD COUNTY RIGHT OF WAY PERMITTING OFFICE AT 970-400-3764 FOR FURTHER INFORMATION. NO CONTRACT DELAYS OR EXTENSIONS WILL BE GRANTED TO THE CONTRACTOR FOR FAILURE TO DEVELOP THE REQUIRED PLANS AND OBTAIN THE REQUIRED STATE, COUNTY, OR CITY PERMITS IN A TIMEFRAME NECESSARY TO BEGIN THE WORK AS SPECIFIED IN THE CONTRACT. 7. THE CONTRACTOR IS RESPONSIBLE FOR FIELD LOCATING AND VERIFYING ELEVATIONS OF ALL EXISTING PAVEMENT AND UTILITIES AT THE POINTS OF CONNECTION SHOWN ON THE PLANS, AND AT ANY UTILITY CROSSINGS PRIOR TO INSTALLING ANY OF THE NEW IMPROVEMENTS. IF A CONFLICT EXISTS AND/OR A DESIGN MODIFICATION IS REQUIRED, THE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED BY WELD COUNTY PRIOR TO BEGINNING CONSTRUCTION. 8. ALL STATIONING IS BASED ON CENTERLINE OF WELD COUNTY ROAD 54 Q UNLESS OTHERWISE NOTED. 9. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES, AS SHOWN ON THESE PLANS, IS BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES AND, WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD. THE INFORMATION IS NOT TO BE RELIED UPON AS BEING EXACT OR COMPLETE. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811 OR 1-800-922-1987 AT LEAST THREE (3) WORKING DAYS, NOT INCLUDING THE DAY OF NOTICE, PRIOR TO BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTILITY LOCATIONS MARKED. OTHER UNREGISTERED UTILITY ENTITIES (I.E. DITCH / IRRIGATION COMPANY) ARE TO BE LOCATED BY CONTACTING THE RESPECTIVE REPRESENTATIVE. UTILITY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. THE CONTRACTOR SHALL COOPERATE AND COORDINATE ALL WORK WITH ANY AFFECTED UTILITY COMPANY OR AGENCY. POTHOLES OF UTILITIES SHALL BE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED IN THE WORK. CONTRACTOR SHALL COORDINATE ALL UTILITY RELOCATION WORK REQUIRED BY THE PROJECT WITH THE RESPECTIVE UTILITY COMPANIES AND THEIR CONTRACTORS. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REQUIRED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE COST OF ALL MEANS REQUIRED TO PROTECT EXISTING UTILITIES AND/OR TO WORK AROUND SUCH UTILITIES. THIS INCLUDES BUT IS NOT LIMITED TO SUPPORTING EXISTING UTILITIES, SHORING AROUND EXISTING UTILITIES AND PHASING/TRAFFIC CONTROL. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO REPAIR ANY IRRIGATION LINE, HEAD OR BOX THAT IS DAMAGED DURING CONSTRUCTION. Know what's below Call before you dig. 11. THE CONTRACTOR SHALL PROVIDE A CERTIFIED SCALE AND CERTIFIED WEIGHER AT THE POINT OF LOADING FOR ALL AGGREGATES, CEMENT, FLY ASH, AND WATER DELIVERED TO THE PROJECT. A CERTIFIED TICKET SHALL BE PROVIDED FOR EACH LOAD OF MATERIAL DELIVERED TO THE PROJECT. THE TICKET SHALL SHOW GROSS, TARE, AND NET WEIGHTS. THE CONTRACTOR SHALL NOT DELIVER ANY LOAD EXCEEDING THE LEGAL WEIGHT LIMIT. DELIVERY OF ANY OVERWEIGHT LOADS MAY RESULT IN WITHHOLDING OF MONTHLY PAYMENT FOR THE RELATED ITEM. 12. ALL EXCESS MATERIAL GENERATED WITHIN THE PROJECT LIMITS SHALL BE REMOVED FROM THE PROJECT SITE AT NO COST TO THE PROJECT UNLESS SPECIFIED BY THE PLANS. 13. ALL MATERIAL, EQUIPMENT, WORKMANSHIP, INSTALLATION AND CONSTRUCTION SHALL BE DONE IN CONFORMANCE WITH THE LATEST EDITION OF THE CDOT "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", THE LATEST EDITION OF THE CDOT STANDARD PLANS ("M8cS STANDARDS"), CDOT FIELD MATERIALS MANUAL, WELD COUNTY PROJECT SPECIAL PROVISIONS, CDOT STANDARD SPECIAL PROVISIONS, FHWA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS, THE COLORADO SUPPLEMENT AND APPLICABLE STATE AND FEDERAL REGULATIONS. 14. IN THE EVENT OF A DISCREPANCY, THE ORDER OF PRECEDENCE IS AS FOLLOWS: A. CONTRACT DOCUMENTS INCLUDING EXHIBITS, ADDENDA, AND APPENDICES. B. SPECIAL PROVISIONS a. WELD COUNTY PROJECT SPECIAL PROVISIONS b. CDOT PROJECT SPECIAL PROVISIONS c. CDOT STANDARD SPECIAL PROVISIONS d. CDOT FIELD MATERIALS MANUAL (LATEST EDITION) C. CDOT STANDARD SPECIFICATIONS D. PLANS a. DETAILED PLANS b. STANDARD PLANS c. CALCULATED DIMENSIONS WILL GOVERN OVER SCALED DIMENSIONS E. CDOT CONSTRUCTION MANUAL (LATEST EDITION) WHERE CONTRACT DOCUMENTS OR ORDER OF PRECEDENCE CONFLICT WITH ONE ANOTHER, WELD COUNTY IN ITS OWN DISCRETION SHALL DETERMINE WHICH SHALL APPLY. NOT WITHSTANDING THE FOREGOING, IN THE EVENT OF CONFLICTING REQUIREMENTS INVOLVING ANY REQUIREMENT WITHIN THE CONTRACT DOCUMENTS, PROJECT SPECIAL PROVISIONS, OR OTHER SPECIFICATIONS, THE COUNTY SHALL HAVE THE RIGHT, IN ITS SOLE DISCRETION, TO DETERMINE WHICH DOCUMENTS SHALL APPLY. THE CONTRACTOR SHALL REQUEST THE COUNTY'S DETERMINATION, IN WRITING, REGARDING THE ORDER OF PRECEDENCE AMONG CONFLICTING PROVISIONS PROMPTLY UPON BECOMING AWARE OF ANY CONFLICT. 15. CLARK LAND SURVEYING, INC. (CLARK) LOCATED UNDERGROUND UTILITIES SHOWN ON THIS PLAN WITHIN THE PROPOSED EXCAVATION LIMITS TO QUALITY LEVEL B THROUGH D, PER THE REQUIREMENTS OF COLORADO SB-18-167 UNLESS OTHERWISE NOTED. COLORADO UTILITY FINDERS PROVIDED QUALITY LEVEL A POTHOLES SHOWN IN THE PLANS_ THIS INVESTIGATION BY CLARK/COLORADO UTILITY FINDERS DOES NOT RELIEVE THE CONTRACTOR, EXCAVATOR, OR UTILITY OWNERS OF THE RESPONSIBILITY TO CALL 811 FOR UTILITY LOCATES PRIOR TO COMMENCING CONSTRUCTION AS REQUIRED BY COLORADO STATE STATUTES. 16. THE CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES TO THOSE AREAS WITHIN THE LIMITS OF DISTURBANCE AND/OR TOES OF SLOPE AS SHOWN ON THE PLANS AND CROSS SECTIONS. ANY DISTURBANCE BEYOND THESE LIMITS SHALL BE RESTORED TO ORIGINAL CONDITIONS BY THE CONTRACTOR AT THEIR OWN EXPENSE. CONSTRUCTION ACTIVITIES, IN ADDITION TO NORMAL CONSTRUCTION PROCEDURES SHALL INCLUDE THE PARKING OF VEHICLE OR EQUIPMENT, DISPOSAL OF LITTER AND ANY OTHER ACTION WHICH WOULD ALTER EXISTING CONDITIONS. ANY OFF ROAD STAGING AREAS SHALL BE PRE -APPROVED BY THE ENGINEER. 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL COMPLETED WORK AND WORK IN PROGRESS FROM POTENTIAL DAMAGE. IF DAMAGE TO THE WORK OCCURS DUE TO A FAILURE TO PROTECT IT, THE CONTRACTOR SHALL REPAIR THE WORK AT NO ADDITIONAL COST TO THE COUNTY. 18. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AFFECTED PROPERTY OWNERS AT ALL TIMES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE PROJECT. 19. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226, EXCAVATING AND TRENCHING. 20. THE CONTRACTOR SHALL HAVE, ON SITE AT ALL TIMES, ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 21. ALL REMOVED ITEMS BECOME THE PROPERTY OF THE CONTRACTOR TO BE DISPOSED OF OFF -SITE PER FEDERAL, STATE AND LOCAL LAWS UNLESS OTHERWISE NOTED. 22. PROTECT ALL SURVEY MONUMENTS OUTSIDE OF THE CONSTRUCTION LIMITS FROM DAMAGE. IF DAMAGE OCCURS, REPLACEMENT IS AT THE CONTRACTOR'S EXPENSE WITH NO EXTRA COST TO THE PROJECT UNLESS NOTED OTHERWISE. 23. ALL ELEVATIONS SHOWN ON THESE PLANS FOR IMPROVEMENTS OR NOTED ELSEWHERE ARE REFERENCED TO THE BENCHMARK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY MONUMENT OR BENCHMARK WHICH IS DESTROYED OR DISTURBED. AND DAMAGED MONUMENTS SHALL BE RE-ESTABLISHED AND REPLACED BY A LICENSED LAND SURVEYOR AND A MONUMENT RECORD FILED AS REQUIRED. 24. IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE PROJECT MANAGER OF ANY CHANGED CONDITIONS WHICH MIGHT CAUSE AN ISSUE IN CONFORMING TO THE APPROVED LINE AND GRADE FOR ANY ELEMENT OF THE PROPOSED IMPROVEMENTS PRIOR TO ITS CONSTRUCTION. IT SHALL BE THE ENGINEER'S RESPONSIBILITY TO RESOLVE CONSTRUCTION PROBLEMS DUE TO CHANGED CONDITIONS OR DESIGN ERRORS ENCOUNTERED BY THE CONTRACTOR DURING THE PROGRESS OF ANY PORTION OF THE PROPOSED WORK. 25_ IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL IMMEDIATELY CONTACT THE ENGINEER. 26. THE CONTRACTOR IS RESPONSIBLE FOR THE PREVENTION OF DAMAGE TO ADJACENT PROPERTY. THE COUNTY WILL HOLD THE CONTRACTOR RESPONSIBLE FOR CORRECTION OF DAMAGE TO ADJACENT PROPERTY, PUBLIC OR PRIVATE. 27. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTION SITE SECURITY AND PUBLIC SAFETY. 28. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AN ACCEPTABLE LOCATION FOR THE FIELD OFFICE AND SHALL OBTAIN ALL NECESSARY PERMITS FOR THE OFFICE TRAILER. THE CONTRACTOR SHALL PROVIDE ALL OTHER RELATED ITEMS DESCRIBED IN THE WELD COUNTY REVISION TO SECTION 620 AND M-620-2. 29. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FROM ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. CONSTRUCTION NOTES 1. REMOVAL OF ASPHALT MAT REQUIRED ON THIS PROJECT SHALL BE SAW CUT TO A VERTICAL EDGE. COST OF SAWING TO BE INCLUDED IN WORK. 2. THE CONTRACTOR SHALL PROTECT ALL WORK AREAS AND FACILITIES FROM WATER AT ALL TIMES. AREA AND FACILITIES SUBJECTED TO FLOODING, REGARDLESS OF THE SOURCE OF WATER SHALL BE PROMPTLY DEWATERED AND RESTORED AT NO COST TO THE OWNER (OTHER THAN THE BID UNIT COST OF DEWATERING). THIS SHALL INCLUDE REMOVAL OF ANY DEBRIS CAUSED BY FLOODING. 3. LIMITS OF CONSTRUCTION SHALL BE CONFINED TO PUBLIC RIGHTS -OF -WAY, EASEMENTS, CONSTRUCTION LIMIT AREAS, OR AS DIRECTED BY THE ENGINEER IN THE FIELD. 4. REPAIR OF ANY DAMAGE TO EXISTING IMPROVEMENTS, IRRIGATION, OR LANDSCAPING OUTSIDE OF THE WORK AREA IS THE RESPONSIBILITY OF THE CONTRACTOR. ALL ASSOCIATED COSTS FOR IMPROVEMENTS REPAIR SHALL BE PAID FOR BY THE CONTRACTOR AT NO EXPENSE TO THE OWNER. 1. ALL EXISTING MARKINGS THAT CONFLICT WITH PROPOSED CONSTRUCTION TRAFFIC CONTROL SHALL BE OBLITERATED AND INCLUDED IN THE COST OF TRAFFIC CONTROL. 2. ALL NEW SIGNS SHALL HAVE A MINIMUM THICKNESS 0.100". 3. EXISTING SIGNS SHALL BE REMOVED AND REINSTALLED AS DIRECTED BY THE ENGINEER AND AS SHOWN IN THE DRAWINGS. THE CONTRACTOR IS RESPONSIBLE TO REPLACE ANY SIGNS THAT ARE DAMAGED OR LOST DURING CONSTRUCTION. 4. SIGN POSTS SHALL BE 2"x2" PERFORATED STEEL SQUARE TUBING (14 GAUGE). SIGNPOST BASES SHALL BE 2Y4"x2Ya." (12 GAUGE) (3 —FT IN LENGTH). BASES SHALL BE INCLUDED IN THE COST OF SIGN POSTS. TOP OF BASE SHALL BE 3"± ABOVE FINISHED GRADE. 5. ALL FINAL PAVEMENT STRIPING PAINT SHALL BE EPDXY (NOT WATERBORNE). ALL SYMBOLS, WORDS AND STOP BARS ARE TO BE PREFORMED THERMOPLASTIC. 6. CONTRACTOR SHALL SUBMIT A STRIPING LAYOUT TO WELD COUNTY FOR REVIEW AND APPROVAL BY THE COUNTY TRAFFIC ENGINEER. ALL STRIPING SHALL BE CAT -TRACKED WITH TEMPORARY STRIPING FOR A PERIOD OF NO LESS THAN THREE -DAYS TO ALLOW FOR COUNTY REVIEW, BEFORE FINAL STRIPING IS INSTALLED. 7. THE CONTRACTOR SHALL MASK ALL SIGNS CONFLICTING WITH CONSTRUCTION SIGNING. THE MASKING OF SIGNS WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE WORK. DRAINAGE / STORM SEWER NOTES 1. THIS PROJECT IS SHOWN ON FEMA MAP NUMBER 08123C1495E. THE PROJECT IS IN THE FLOODPLAIN. 2. THE CONTRACTOR SHALL ADDRESS LOCAL CONSTRUCTION DRAINAGE DURING CONSTRUCTION. THIS SHALL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE WORK. THE CONTRACTOR IS REQUIRED TO KEEP ALL EXISTING AND NEW DRAINAGE STRUCTURES AND FEATURES FUNCTIONAL AND MAINTAIN ADEQUATE DRAINAGE THROUGH THE CONSTRUCTION AREA AT ALL TIMES DURING THE CONSTRUCTION. 3. ALL REINFORCED CONCRETE PIPE (RCP) SHALL BE A MINIMUM OF STRENGTH CLASS IV UNLESS NOTED OTHERWISE. RUBBER GASKETS SHALL BE USED FOR ALL REINFORCED CONCRETE PIPE JOINTS IN ACCORDANCE WITH ASTM C443. 4. DELINEATORS (TYPE III) SHALL BE PLACED AT CULVERT CROSSING LOCATIONS SHOWN ON DRAWINGS, ACCORDING TO THE LATEST EDITION OF THE MUTCD MANUAL. DELINEATORS SHALL BE PROVIDED / INSTALLED PER CDOT REQUIREMENTS WITHIN CDOT ROW. CULVERTS LOCATED WITHIN WELD COUNTY ROW, SHOULD HAVE DELINEATORS INSTALLED PER WELD COUNTY STANDARD SPECIFICATIONS. 5. CONCRETE PIPE THAT WILL BE IN CONTACT WITH ON -SITE SOILS SHALL BE DESIGNED FOR CLASS S2 SULFATE EXPOSURE IN ACCORDANCE WITH THE PROVISIONS OF THE ACI DESIGN MANUAL, SECTION 318 CHAPTER 4. ALL PROJECT CONCRETE SHALL BE ASTM TYPE V OR MODIFIED TYPE II PORTLAND CEMENT. REFERENCE GEOTECHNICAL REPORT "GEOTECHNICAL ENGINEERING REPORT WELD COUNTY BRIDGE 54-13A" COMPLETED BY TERRACON CONSULTANTS, INC. F- w VD i 0 F- n-- 0 U rr 0 0 w Cr Print Date: 10/19/2023 Scale: N/A CJEU•B I J -U -B ENGINEERS, INC. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 Date: 0 O C O Sheet Revisions Comments Init. 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: Revised: Void: WCR54 BRIDGE IMPROVEMENTS GENERAL NOTES Designer: Detailer: KSMITH KSMITH Sheet Subset: GENERAL Structure Numbers 54-13A Subset Sheet-- 4 of 13 Project No. 54-13A N irawing Number G-004 Sheet Number 4 of 152 PAVEMENT NOTES STRUCTURAL NOTES WCR54BRI_DGEBIGTH_0_MPS0N\DESIGN\CA \SHEETl87-1_9-010 G-004X.DWG 6. THE CONTRACTOR SHALL COORDINATE ALL IRRIGATION DITCH/CULVERT WORK REQUIRED BY THE PROJECT WITH THE RESPECTIVE IRRIGATION SYSTEM OWNERS AND THE PROJECT ENGINEER BEFORE STARTING WORK. 7. STRUCTURE EXCAVATION, STRUCTURE BACKFILL, FILTER MATERIAL AND BEDDING MATERIAL REQUIRED FOR ALL PIPES, CULVERTS AND PIPE CULVERT EXTENSIONS, INLETS, STORM SEWER PIPES, MANHOLES AND OTHER DRAINAGE STRUCTURES, WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE WORK. COMPACTION, WATER, PUMPING, BAILING, DRAINING, DE -WATERING, SHEETING, BRACING AND ALL OTHER WORK NECESSARY TO COMPLETE THE ABOVE ITEMS WILL NOT BE MEASURED AND PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE WORK. 8. PIPES LOCATED IN TRAFFIC AREAS SHALL BE EXCAVATED AND BACKFILLED WITHIN THE SAME WORKING DAY OR COVERED WITH TRAFFIC RATED STEEL PLATES DURING NON -WORKING HOURS. PLATES ARE REQUIRED TO BE ON -SITE PRIOR TO EXCAVATION. 9. ROCK, HARDPAN, OR OTHER UNYIELDING MATERIAL ENCOUNTERED IN TRENCHES FOR CULVERT PIPE OR CONDUIT SHALL BE REMOVED BELOW THE DESIGNED GRADE FOR A MINIMUM OF 12 INCHES. THIS EXTRA DEPTH EXCAVATION SHALL BE BACKFILLED WITH LOOSE STRUCTURE BACKFILL (CLASS 1) OR OTHER APPROVED MATERIAL. THE SUBGRADE BENEATH ANY STRUCTURAL ELEMENT SHALL BE SCARIFIED TO THE DEPTH SPECIFIED IN SECTION 203.07 OF THE SPECIFICATIONS OR AS DIRECTED BY THE INSPECTOR. THE TYPE OF COMPACTION SHALL BE THE SAME AS THAT REQUIRED FOR STRUCTURE BACKFILL (CLASS 2). EARTHWORK NOTES 1. WATER SHALL BE USED AS A DUST PALLIATIVE, WHERE REQUIRED. LOCATIONS SHALL BE AS ORDERED. WATER USED FOR DUST PALLIATIVE AND TO OBTAIN MOISTURE DENSITY WILL NOT BE PAID FOR SEPARATELY. DEPTH OF MOISTURE - DENSITY CONTROL FOR THIS PROJECT SHALL BE AS FOLLOWS: A. FULL DEPTH OF EMBANKMENT AND UNCLASSIFIED EXCAVATION FOR ROADWAYS. B. BASES OF CUTS - 8 INCHES C. BASES OF FILLS - 8 INCHES DEPTH (AFTER TOPSOIL STRIPPING) COMPACTION SHALL BE INCIDENTAL TO THE EARTHWORK. 2. EXCAVATION REQUIRED FOR COMPACTION OF BASES OF CUTS AND FILLS WILL BE CONSIDERED AS SUBSIDIARY TO THAT OPERATION AND WILL NOT BE PAID FOR SEPARATELY. 3. THE EQUIPMENT USED FOR PROOF ROLLING SHALL BE A PNEUMATIC -TIRED VEHICLE WITH TIRE PRESSURE OF AT LEAST 100 PSI CAPABLE OF APPLYING GROUND LOADS OF NOT LESS THAN 18,000 POUNDS PER AXLE. EQUIPMENT SHALL BE SUPPLIED BY CONTRACTOR. 4. NO PERMANENT EARTH SLOPES STEEPER THAN 3:1 SHALL BE ALLOWED. MAXIMUM DESIGN SLOPES DO NOT EXCEED 3:1. 5. DEPTH OF TOPSOIL REMOVAL SHALL BE 6 INCHES. FINAL GRADES SHOWN REFLECT A MINIMUM OF 6 INCHES OF TOPSOIL PLACED ON ALL DISTURBED AREAS NOT SURFACED. TOPSOIL TO BE USED IS SUBJECT TO REVIEW AND APPROVAL BY THE ENGINEER. 6. SEE DRAWING G-010 FOR DETAILED EARTHWORK NOTES AND TABULATIONS. 7. TOPSOIL WILL BE TRACKED BY THE CUBIC YARD EXCAVATED, STOCKPILED, AND REDISTRIBUTED. TOPSOIL WILL BE PAID THROUGH THE TOPSOIL SPREAD AND STOCKPILE TOPSOIL LINE ITEMS. PAYMENT WILL BE AS MEASURED IN THE FIELD. UNDER RUNS WILL BE CREDITED TO THE COUNTY AND OVERRUNS SHALL BE PAID AT THE CONTRACT UNIT PRICES. Know what's below Call before you dig. 8. MUCK (UNSUITABLE MATERIAL) ENCOUNTERED SHALL BE EXCAVATED AND FILLED BACK IN USING 3 INCH MINUS ROCKFILL, 57-67 ROCKFILL, OR AGGREGATE BASE COURSE (CLASS 6) WITH A MINIMUM R -VALUE OF 69, AS APPROVED BY THE ENGINEER. MUCK EXCAVATION SHALL BE TRACKED BY THE AMOUNT OF MATERIAL REMOVED, ALL OTHER WORK REQUIRED TO COMPLETE THE BACKFILLING, COMPACTION, AND STABILIZATION SHALL BE SUBSIDIARY TO THE UNSUITABLE MATERIAL LINE ITEM. PAYMENT WILL BE AS MEASURED IN THE FIELD. 9. IN AREAS WHERE EXISTING PAVEMENT IS REMOVED, THE SUBGRADE SHALL BE SCARIFIED TO A DEPTH OF 8 INCHES, MOISTURE CONDITIONED TO WITHIN 2 PERCENT OF OPTIMUM MOISTURE CONTENT, AND COMPACTED TO AT LEAST 95 PERCENT OF THE MAXIMUM DRY UNIT WEIGHT AS DETERMINED BY AASHTO T-99. A GEOSYNTHETIC SHALL BE PLACED OVER THE PREPARED SUBGRADE AS REQUIRED BY THE SPECIAL PROVISIONS. 10. SERVICE TRENCHES AND UTILITY MAIN TRENCHES SHALL BE COMPACTED THROUGHOUT THE DEPTH OF TRENCH AS SPECIFIED IN ABOVE NOTE. EXACT EXTENT OF NEW PAVEMENT TO BE INSTALLED FOR A STREET CUT PATCH SHALL BE DETERMINED BY THE COUNTY'S PROJECT MANAGER UPON COMPLETION OF ROADWAY EXCAVATION. NEW PAVEMENT SHALL CONFORM TO EXISTING SOUND STRUCTURAL SECTION. 11. TYPE OF COMPACTION FOR ABC (CLASS 6) (VIRGIN) WILL BE AASHTO T-180. THE TYPE OF COMPACTION FOR ROADWAY EMBANKMENT AND THE REMAINDER OF THE PROJECT SHALL BE DETERMINED BY THE SOIL CLASSIFICATION FOR THE MATERIAL. 12. THE GROUND BENEATH THE EMBANKMENT MATERIAL SHALL BE SCARIFIED AND MOISTURE TREATED BEFORE PLACEMENT OF EMBANKMENT MATERIAL. 13. EXCAVATION REQUIRED FOR COMPACTION OF BASES OF CUTS AND FILLS SHALL BE PAID FOR UNDER THE RECONDITIONING AND COMPACTION PAY ITEM. 14. GEOTEXTILE SHALL CONFORM TO WELD COUNTY SPECIAL PROVISIONS, TABLE 712-2A (IF REQUIRED). USE AND PLACEMENT OUTSIDE OF THE TYPICAL SECTION WILL BE DICTATED BY THE PROJECT MANAGER OR DESIGNATED REPRESENTATIVE. 15. THE ABC (CLASS 6) (VIRGIN) SHALL HAVE AN R -VALUE OF 69 OR GREATER. THE ROADWAY PRISM EMBANKMENT BELOW THE ABC SHALL HAVE A MINIMUM R -VALUE OF 30 FOR EMBANKMENT MATERIALS USED FROM ONSITE AND A MINIMUM R -VALUE OF 40 FOR EMBANKMENT MATERIALS IMPORTED TO THE PROJECT. 16. EMBANKMENT MATERIAL SHALL HAVE A CLASS S2 POTENTIAL EXPOSURE TO SULFATE. 17. PROVIDE SULFATE TEST RESULTS FOR APPROVAL PRIOR TO DELIVERY TO THE SITE. CONCRETE MATERIALS INCLUDING RCP, FLOWFILL, PCCP ETC., SHALL BE THE SAME CLASS OF SULFATE RESISTANCE AS THE EMBANKMENT. 1. A TACK COAT OF EMULSIFIED ASPHALT (SLOW -SETTING) IS TO BE APPLIED TO IMPROVE BOND AT THE FOLLOWING LOCATIONS: - BEFORE PLACING NEW PAVEMENT OVER EXISTING PAVEMENT - ADJACENT TO EXISTING PAVEMENT, AND OTHER SURFACES AGAINST WHICH ASPHALT IS PLACED - BETWEEN PAVEMENT COURSES WHEN ORDERED BY ENGINEER - THIS WORK SHALL BE SUBSIDIARY TO THE HMA BID ITEMS. 2. ANY LAYER OF ASPHALT PAVEMENT THAT IS TO HAVE A SUCCEEDING LAYER PLACED THEREON SHALL BE COMPLETED FULL WIDTH BEFORE THE SUCCEEDING LAYER IS PLACED. A TACK COAT IS REQUIRED PRIOR TO THE PLACEMENT OF EACH LIFT OF HMA. ROADWAY TO BE SWEPT CLEAN PRIOR TO THE APPLICATION OF THE TACK COAT. 3. THE FOLLOWING SHALL BE FURNISHED WITH EACH BITUMINOUS PAVER: A. A SKI TYPE DEVICE AT LEAST 30 FEET IN LENGTH (50 FEET FOR FINAL LIFT) B. SHORT SKI OR SHOE C. 1500 FEET OF CONTROL LINE AND STAKES (WHERE POSSIBLE) 1. SEE DRAWING S-801 FOR STRUCTURAL NOTES. TRAFFIC CONTROL NOTES 4. WHERE PAVEMENT IS TO ABUT EXISTING PAVEMENT, THE EXISTING PAVEMENT SHALL BE REMOVED TO A NEAT VERTICAL LINE, USING A SAW OR OTHER METHOD AS APPROVED BY WELD COUNTY. CONTRACTOR TO MILL A 2' STRIP INTO EXISTING ASPHALT, TO PROVIDE AN OVERLAP IN THE FINAL PAVEMENT LAYER. THERE SHALL BE NO SEPARATE PAYMENT FOR SAW CUTTING AND MILLING. THE CONTRACTOR WILL ALSO BE REQUIRED TO PAINT THE EDGE WITH DILUTED EMULSIFIED ASPHALT (SLOW SETTING) PRIOR TO PAVING OPERATIONS. THE RATE OF APPLICATION SHALL BE AS DETERMINED BY THE ENGINEER AT THE TIME OF APPLICATION. 5. THE DEPTH OF EXISTING ASPHALT REMOVAL BASED ON GEOTECHNICAL BORINGS VARIES FROM 5 TO 8 INCHES OF HMA AND 18 TO 30 -INCHES OF CLAYEY SAND WITH SOME GRAVEL MATERIAL. PAYMENT FOR REMOVAL IS BASED ON SQUARE YARDAGE MEASUREMENT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY ADDITIONAL COST OF REMOVAL IF THE EXISTING PAVEMENT AND/OR ABC SECTION VARY IN DEPTH. 6. CONTRACTOR SHALL SUBMIT AN HMA LONGITUDINAL JOINT AND PAVEMENT MARKING PLAN THREE (3) DAYS PRIOR TO THE PRE -PAVING CONFERENCE (CDOT SSRBC 2017, SEC. 401.16). 7. CONTRACTOR WILL PROVIDE A HMA QUALITY PLAN INCLUDING METHOD STATEMENTS FOR PLACEMENT, COMPACTION AND TESTING OF THE HMA FOR THIS PROJECT. 8. SMOOTHNESS CATEGORY FOR THIS PROJECT IS MRI CATEGORY II. 9. FOR FINAL PLAN QUANTITIES OF PAVEMENT MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: A. TACK COAT DILUTED EMULSIFIED (SLOW SETTING) 0.10 GAL PER SQ. YD. (DILUTED) B. HOT MIX ASPHALT 148 LBS. PER CU. FT. C. AGGREGATE BASE COURSE 136 LBS. PER CU. FT. D. PORTLAND CEMENT (TYPE II) 94 LBS. PER CU. FT. E. MODIFIED EPDXY PAINT 85 SQ. FT. PER GAL. ASPHALT DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF 1 PART EMULSIFIED ASPHALT AND 1 PART WATER. THIS WILL NOT BE PAID FOR SEPARATELY AND IS INCLUDED IN THE COST FOR ITEM 403, HOT MIX ASPHALT. 10. CONTRACTOR TO PROVIDE TRAFFIC RATED PLATES OVER AREAS IN ROADWAY WHERE ASPHALT HAS BEEN REMOVED DURING TIMES OF INCLEMENT WEATHER OR OTHER DELAY CONDITIONS AS REQUIRED. PLATING TO BE INSTALLED TO KEEP ROADWAYS OPEN TO TRAVELING PUBLIC. RAMP EDGES WITH COLD PATCH FOR A SMOOTH DRIVING TRANSITION ON EACH EDGE OF PLATE. COST FOR PLATING SHALL BE SUBSIDIARY TO THE ASPHALT MAT REMOVAL BID ITEM AND SHALL NOT INCUR ADDITIONAL COST TO THE PROJECT. THE CONTRACTOR SHALL PROVIDE ALL SIGNS, BARRICADES, FLAGGERS, LIGHTS, OR OTHER DEVICES NECESSARY FOR SAFE TEMPORARY TRAFFIC CONTROL IN ACCORDANCE WITH THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND AS MODIFIED BY THE COLORADO SUPPLEMENT TO THE MUTCD. A TRAFFIC CONTROL PLAN SHALL BE SUBMITTED TO AND APPROVED BY THE PROJECT MANAGER PRIOR TO THE COMMENCEMENT OF ANY WORK WITHIN ROAD RIGHT-OF-WAY. 2. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD AND CDOT STANDARD FOR TRAFFIC CONTROL S-630-1, TO WELD COUNTY FOR APPROVAL, PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. EXPECT 2-3 WEEKS OF REVIEW TIME BY WELD COUNTY FOR APPROVAL. F- w U-) 7 0 F- n-- 0 U rr 0 0 w rr Print Date: 10/19/2023 Scale: N/A (JI•B I 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 J -U -B ENGINEERS, INC. 0 O C O Sheet Revisions Date: Comments I Init. 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: Revised: Void: WCR54 BRIDGE IMPROVEMENTS GENERAL NOTES Designer: KSMITH Detailer: KSMITH Sheet Subset: GENERAL Structure Numbers 54-13A Subset Sheet` 5 of 13 Project No. 54-13k \ Drawing Number 1 G-005 Sheet Number 5'�' of 1-5 27 EROSION CONTROL NOTES WCR54BRIDGEBIGTH0MPS0N\ DESIGN \CAD\SHEET\87-19-010_G-004X.DWG 1. SEE STORMWATER MANAGEMENT PLAN NOTES (SW -701 THRU SW -705). 2. EROSION CONTROL MEASURES SHALL BE IMPLEMENTED BEFORE CONSTRUCTION AND GRADING OPERATIONS BEGIN. ALL EROSION CONTROL MEASURES SHALL BE PLACED CONTINUALLY AS DRAINAGE FEATURES ARE BEING CONSTRUCTED. MEASURES SHALL REMAIN IN PLACE UNTIL ALL CONSTRUCTION IS COMPLETE AND SUBSTANTIALLY STABILIZED. 3. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED FOR WATER THAT IS DISCHARGED INTO A STREAM, STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER QUALITY CONTROL DIVISION, (303) 692-3590, THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. 4. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER CONSTRUCTION. 5. PERMANENT AND TEMPORARY EROSION CONTROL FEATURES MAY BE ADJUSTED BY THE CONTRACTOR AS APPROVED BY THE COUNTY'S PROJECT MANAGER TO REDUCE ENVIRONMENTAL IMPACT. 6_ THE CONTRACTORS EROSION AND SEDIMENT CONTROL SUPERVISOR SHALL BE CERTIFIED BY CDOT IN STORMWATER MANAGEMENT AND EROSION CONTROL. THE CERTIFICATION DOCUMENTATION SHALL BE PROVIDED TO THE ENGINEER. 7. THE CONTRACTORS EROSION AND SEDIMENT CONTROL SUPERVISOR SHALL PERFORM REQUIRED MAINTENANCE ON THE EROSION AND SEDIMENT CONTROL MEASURES AS REQUIRED ON A DAILY BASIS. 8. THE PLACEMENT OF EROSION AND SEDIMENT CONTROL BEST MANAGEMENT PRACTICES (BMP'S) SHALL BE IN ACCORDANCE WITH THE APPROVED PLANS. ANY VARIATION IN MATERIAL, TYPE, OR LOCATION OF EROSION AND SEDIMENT CONTROL MEASURES FROM THE COUNTY APPROVED PLANS WILL REQUIRE APPROVAL FROM THE COUNTY'S PROJECT MANAGER. 9. THE FIRST CONTROL MEASURES TO BE INSTALLED ON THE SITE SHALL BE TEMPORARY BERM, CONSTRUCTION FENCE, MARKERS, OR OTHER APPROVED MEANS OF DEFINING THE LIMITS OF CONSTRUCTION, INCLUDING CONSTRUCTION LIMITS ADJACENT TO STREAM CORRIDORS AND OTHER AREAS TO BE PRESERVED. 10. CONSTRUCTION SHALL NOT BEGIN UNTIL THE ENGINEER HAS APPROVED THE INSTALLATION OF THE INITIAL BMPs. 11. PRIOR TO INSTALLATION OF THE INITIAL -STAGE EROSION AND SEDIMENT CONTROL MEASURES, THE EROSION CONTROL SUPERVISOR SHALL CONTACT THE COUNTY'S PROJECT MANAGER TO SCHEDULE A PRE -EROSION CONTROL MEETING WITH THE COUNTY, CONTRACTOR, AND SUBCONTRACTORS. THE REQUEST SHALL BE MADE A MINIMUM OF THREE BUSINESS DAYS PRIOR TO THE REQUESTED MEETING TIME. CONSTRUCTION ACTIVITIES SHALL NOT BEGIN UNTIL THE ENGINEER HAS APPROVED THE INSTALLATION OF THE INITIAL EROSION AND SEDIMENT CONTROL MEASURES. 12. THE CONTRACTOR AND EROSION CONTROL SUPERVISOR SHALL STRICTLY ADHERE TO THE APPROVED LIMITS OF CONSTRUCTION AT ALL TIMES. THE COUNTY'S PROJECT MANAGER MUST APPROVE ANY CHANGES TO THE LIMITS OF CONSTRUCTION AND, AT THE DISCRETION OF THE PROJECT MANAGER, ADDITIONAL EROSION/SEDIMENT CONTROLS MAY BE REQUIRED IN ANY ADDITIONAL AREAS OF CONSTRUCTION. 13. NATURAL VEGETATION SHALL BE RETAINED AND PROTECTED WHEREVER POSSIBLE. EXPOSURE OF SOIL TO EROSION BY REMOVAL OR DISTURBANCE OF VEGETATION SHALL BE LIMITED TO THE AREA REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS. Know what's below Call before you dig. 14. COPIES OF ALL APPLICABLE PERMITS, THE SWMP, AND APPROVED PLANS SHALL BE ON SITE AT ALL TIMES. THE OFFICIAL COPY OF THE SWMP NOTEBOOK SHALL BE LOCATED IN THE COUNTY'S CONSTRUCTION TRAILER AND SHALL BE KEPT UP TO DATE BY THE CONTRACTOR'S EROSION CONTROL SUPERVISOR. 15. THE EROSION CONTROL SUPERVISOR SHALL BE RESPONSIBLE FOR ENSURING THAT THE SITE REMAINS IN COMPLIANCE AND SHALL BE THE PERMITEE'S CONTACT PERSON WITH THE COUNTY FOR ALL MATTERS PERTAINING TO THE SWMP PERMIT. THE EROSION CONTROL SUPERVISOR SHALL BE PRESENT ON THE PROJECT ANY TIME THE CONTRACTOR IS PERFORMING WORK AND SHALL BE AVAILABLE THROUGH A 24 -HOUR CONTACT NUMBER. 16. THE EROSION CONTROL SUPERVISOR IS RESPONSIBLE FOR CLEANUP OF SEDIMENT OR CONSTRUCTION DEBRIS TRACKED ONTO PAVED AREAS OUTSIDE OF THE PROJECT LIMITS. ALL PAVED AREAS ARE TO BE CLEANED WITH A STREET SWEEPER OR SIMILAR DEVICE AT FIRST NOTICE OF ACCIDENTAL TRACKING OR AT THE DISCRETION OF THE COUNTY'S PROJECT MANAGER. STREET WASHING IS NOT ALLOWED. THE COUNTY RESERVES THE RIGHT TO REQUIRE ADDITIONAL MEASURES TO ENSURE PAVED AREAS ARE KEPT FREE OF SEDIMENT AND/OR CONSTRUCTION DEBRIS. 17. THE APPROVED PLANS MAY REQUIRE CHANGES OR ALTERATIONS AFTER APPROVAL TO MEET CHANGING SITE OR PROJECT CONDITIONS OR TO ADDRESS INEFFICIENCIES IN BMP DESIGN OR INSTALLATION. ALL CONSTRUCTION TRAFFIC MUST ENTER/EXIT THE SITE THROUGH THE COUNTY APPROVED ACCESS POINTS_ A VEHICLE TRACKING CONTROL PAD IS REQUIRED AT ALL ACCESS POINTS ON THE SITE. ADDITIONAL STABILIZED CONSTRUCTION ENTRANCES MAY BE ADDED WITH AUTHORIZATION FROM THE COUNTY'S PROJECT MANAGER. 18. A WATER TRUCK SHALL BE KEPT ON -SITE TO CONTROL WIND EROSION AND DUST. WATER SHALL BE USED AS A DUST PALLIATIVE AS DIRECTED BY THE ENGINEER. ASSUME TWO DAILY WATERINGS FOR THE DURATION OF THE PROJECT. LOCATIONS SHALL BE AS DIRECTED. COST FOR DUST PALLIATIVE SHALL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE CONSIDERED INCIDENTAL TO THE WORK. 19. ANY SETTLEMENT OR SOIL ACCUMULATIONS BEYOND THE PROJECT LIMITS DUE TO GRADING OR EROSION SHALL BE DOCUMENTED BY THE EROSION CONTROL SUPERVISOR AND REPAIRED IMMEDIATELY BY THE CONTRACTOR. ANY SEDIMENT OUTSIDE OF THE PROJECT LIMITS SHALL BE REPORTED IN ACCORDANCE WITH CDPHE PERMIT REQUIREMENTS. 20. THE EROSION CONTROL SUPERVISOR SHALL BE HELD RESPONSIBLE FOR OBTAINING ACCESS RIGHTS TO ADJACENT PROPERTY, IF NEEDED, AND REMEDIATING ANY ADVERSE IMPACTS TO ADJACENT WATERWAYS, WETLANDS, PROPERTIES, ETC. RESULTING FROM WORK DONE AS PART OF THIS PROJECT. 21. ANY CONSTRUCTION DEBRIS OR MUD TRACKING IN THE PUBLIC RIGHT-OF-WAY (ROW) RESULTING FROM THIS PROJECT WILL BE REMOVED IMMEDIATELY BY THE CONTRACTOR. UPON WRITTEN NOTICE BY THE COUNTY, FAILURE TO REMOVE THE MUD OR DEBRIS BY THE CONTRACTOR WITHIN 24 HOURS SHALL CAUSE THE COUNTY TO STOP ALL WORK UNTIL THE SITUATION IS RESOLVED. 22. REMOVAL OF SEDIMENT FROM EXISTING PIPES AND BOX CULVERTS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED AS A PART OF THE CLEARING AND GRUBBING PAY ITEM. 23. ALL OPEN AREAS DISTURBED BY THIS PROJECT SHALL BE RE -SEEDED AS SHOWN ON THE APPROVED PLANS. 24_ SOILS WHICH WILL BE STOCKPILED FOR MORE THAN THIRTY (30) DAYS SHALL BE SEEDED AND MULCHED WITHIN FOURTEEN (14) DAYS OF STOCKPILE CONSTRUCTION. NO STOCKPILES SHALL BE PLACED WITHIN ONE HUNDRED (100) FEET OF A DRAINAGE WAY UNLESS APPROVED BY THE PROJECT MANAGER. 25 ALL CHEMICAL OR HAZARDOUS MATERIAL SPILLS WHICH MAY ENTER WATERS OF THE STATE OF COLORADO, WHICH INCLUDE BUT ARE NOT LIMITED TO, SURFACE WATER, GROUND WATER, AND DRY GULLIES OR STORM SEWER LEADING TO SURFACE WATER, SHALL BE IMMEDIATELY REPORTED TO THE PROJECT MANAGER AND THE CDPHE PER CRS 25-8-601. RELEASES OF PETROLEUM PRODUCTS AND CERTAIN HAZARDOUS SUBSTANCES LISTED UNDER THE FEDERAL CLEAN WATER ACT (40 CFR PART 116) MUST BE REPORTED TO THE NATIONAL RESPONSE CENTER, AND THE CDPHE. SPILLS WHICH POSE AN IMMEDIATE RISK TO HUMAN LIFE SHALL BE REPORTED TO 911. FAILURE TO REPORT AND CLEAN UP ANY SPILL SHALL RESULT IN ISSUANCE OF A STOP WORK ORDER. 26. THE CLEANING OF CONCRETE DELIVERY TRUCK CHUTES IS RESTRICTED TO APPROVED CONCRETE WASH OUT LOCATIONS ON THE JOB SITE. THE DISCHARGE OF WATER CONTAINING WASTE CONCRETE TO THE STORM SEWER SYSTEM IS PROHIBITED. ALL CONCRETE WASTE SHALL BE PROPERLY CLEANED UP AND DISPOSED AT AN APPROPRIATE LOCATION. 27. ONCE THE SITE HAS REACHED FINAL STABILIZATION, A FINAL INSPECTION SHALL BE SCHEDULED WITH THE COUNTY'S PROJECT MANAGER. A CERTIFICATE OF FINAL ACCEPTANCE WILL NOT BE ISSUED UNTIL THE COUNTY'S PROJECT MANAGER APPROVES FINAL SITE STABILIZATION. 28. SEPARATE PAYMENT FOR EROSION CONTROL COMPLIANCE WILL NOT BE MADE. CONTRACTOR SHALL INCLUDE THE COST OF COMPLIANCE AS A PART OF THE COST OF THE WORK. 29. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY EROSION AND SEDIMENT CONTROL DURING CONSTRUCTION. THE CONTRACTOR SHALL COMPLY WITH LOCAL, STATE, AND FEDERAL LAWS AND PERMITS FOR THE CONTROL OF EROSION AND SEDIMENT. THE CONSTRUCTION MANAGEMENT PLAN, SWMP NOTEBOOK, AND REQUIRED DOCUMENTATION SHALL BE KEPT ON SITE AND BE AVAILABLE TO THE GOVERNING AGENCY AT ANY TIME. 30. CONTRACTOR TO ABIDE BY STORMWATER MANAGEMENT AND TEMPORARY EROSION CONTROL GUIDELINES AND SPECIFICATIONS SET FORTH BY THE CONTRACT DOCUMENTS. 31. CONTRACTOR SHALL RESTORE ALL LANDSCAPING AND IRRIGATION IMPACTED BY THE CONSTRUCTION TO ITS PREVIOUS OR BETTER CONDITION. 32. FOR THE CONSTRUCTION SITES THAT ARE TO BE OPEN CUT FOR MORE THAN 8 HOURS, THE CONTRACTOR SHALL FOLLOW ALL REGULATIONS FOR EROSION AND SEDIMENT CONTROL MEASURES NEEDED FOR THE SITE. FOR EROSION AND SEDIMENT CONTROL MEASURE STANDARDS, SEE CDOT M&S STANDARD PLANS SECTION M-208-1. 33. CONTRACTOR SHALL PROVIDE CONCRETE WASHOUT AREA(S) IN LOCATION(S) APPROVED BY THE COUNTY. 34. THE CONTRACTOR SHALL PROVIDE A CERTIFIED EROSION CONTROL SUPERVISOR WHO WILL BE RESPONSIBLE FOR IMPLEMENTING AND MAINTAINING STORMWATER AND EROSION CONTROL TO CDOT STANDARDS FOR THE ENTIRE SITE. 35 PER SPECIAL PROVISION 107.25(D)(2), SHOULD ANY FINES BE LEVIED BY CDPHE, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SUCH FINES. AFTER THE CONTRACTOR HAS COMPLETED THE CONSTRUCTION AND OBTAINED A NOTICE OF FINAL ACCEPTANCE FROM THE COUNTY, ARRANGEMENTS WILL BE MADE TO TRANSFER THE PERMIT FROM THE CONTRACTOR TO THE COUNTY. SHOULD FINES BE LEVIED BY CDPHE FOR THE PROJECT WHILE UNDER STEWARDSHIP OF THE CONTRACTOR, BUT THE EXACT AMOUNT IS NOT KNOW, THE PROJECT RETAINAGE WILL BE HELD BY WELD COUNTY UNTIL THE FINES ARE RESOLVED. 36. EXCAVATIONS SHALL NOT BE LEFT OPEN FOR EXTENDED PERIODS OF TIME. EXCAVATIONS LEFT OVERNIGHT IN NON -TRAFFIC AREAS FOR ANY REASON SHALL BE SURROUNDED BY ORANGE PLASTIC CONSTRUCTION SAFETY FENCE. SAFE Y FENCE USED FOR SUCH PURPOSE WILL NOT BE MEASURED FOR PAYMENT AND SHALL BE INCLUDED IN THE WORK COST. 37. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE EROSION CONTROL PLAN. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREA IS STABILIZED WITH HARD SURFACE OR LANDSCAPING, OR AS THE PROJECT PHASING CHANGES. 38. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE, THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. 39. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED ON THIS PROJECT IN ORDER TO COMPLETE THE WORK SINCE WATER WILL BE DISCHARGED INTO A STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN THIS PERMIT. 40. ALL EROSION CONTROL MEASURES SHALL BE INSTALLED, AT THE LIMITS OF CONSTRUCTION AND AT AREAS WITH DISTURBED SOIL, ON- OR OFF -SITE, PRIOR TO ANY OTHER GROUND -DISTURBING ACTIVITY. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREA IS STABILIZED WITH HARD SURFACE OR LANDSCAPING. TO MITIGATE EROSION, THE CONTRACTOR SHALL USE STANDARD EROSION CONTROL TECHNIQUES PER THE CDOT M & S STANDARD PLAN M-208-1. 41. REMOVAL OF SEDIMENT FROM EXISTING PIPES AND BOX CULVERTS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED AS PART OF THE CLEARING AND GRUBBING PAY ITEM. SEEDING AND MULCHING NOTES 1. SEE STORMWATER MANAGEMENT PLAN NOTES (SW -701 THRU SW -705). ENVIRONMENTAL NOTES 1. THERE ARE 0.06 ACRES OF WETLANDS POTENTIALLY IMPACTED BY THE PROJECT. THIS 0.06 ACRE AREA IS DEFINED BY THE LIMITS OF SURVEYED WETLANDS WITHIN THE PROJECT LOC. 2. DISPOSAL OF EXCESS MATERIAL OFF -SITE OR THE IMPORTING OF MATERIALS ON -SITE, REGARDLESS OF PROPERTY OWNERSHIP, MUST BE DONE IN ACCORDANCE WITH ALL FEDERAL, STATE AND LOCAL ENVIRONMENTAL REGULATIONS. F- w U-) 0 v rr H- Go 7- 0 rr 0 0 w rr Print Date: 10/19/2023 Scale: N/A CJEU•B I J -U -B ENGINEERS, INC. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 0 O C O Sheet Revisions Date: Comments Init. 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: Revised: Void: WCR54 BRIDGE IMPROVEMENTS GENERAL NOTES Designer: KSMITH Detailer: KSMITH Sheet Subset: GENERAL Structure Numbers 54-13A A Subset SheetsY 6 of 13 Project No. 54-13A Drawing Number G-006 Sheet Number 6 of 152 TYPICAL SECTION SYMBOLS Kevin T. Smith X O 0 0 th r` LU W 0 O W O O O 0 w O LU m u) U O 0 ro F- U W 3 O_ 1- z O U O W 3 O U F- z w J U C F- W U T 0 ti O a a O U CO D y 0 r) d CiO N r` iN o "O 4 i o v O o ao 1.00' ASPHALT 1.00' ABC SHOULDER 6' POST PROPOSED 140.00' R/W 28.00' ROAD WIDTH ti _ TYPICAL SECTION - WCR 54 ROADWAY SCALE: N.T.S. FROM STA. 128+00.00 TO STA. 130+83.82 FROM STA. 140+09.44 TO STA. 142+50.00 PROPOSED 140.00' R/W MIDWEST GUARDRAIL SYSTEM PER CDOT M-606-1 NORMAL ROADSIDE INSTALLATION WITH EROSION CONTROL CURB GUARDRAIL SECTION SCALE: N.T.S. SEE PLAN & PROFILE DRAWINGS FOR LOCATIONS. FOR GUARDRAIL POSTS EMBEDDED IN FLOWFILL, SEE STRUCTURAL DRAWING S-831 FOR POST BLOCKOUT DETAIL. Know what's below. Call before you dig. 2.00' ABC SHOULDER VARIES 2' TO 24.5 SHOULDER 2% THRU LANE VARIES ROAD WIDTH WCR 54 12.00' THRU LANE ti VARIES 2TO 24.5 SHOULDER -GEOGRID BETWEEN SUBGRADE & ABC, TYP. TYPICAL SECTION - WCR 54 ROADWAY SCALE: N.T.S. FROM STA. 130+83.82 TO STA. 133+77.90 FROM STA. 137+62.24 TO STA. 140+09.44 PROPOSED 140.00 R/W 1.50' 71.00' 2.00' ABC SHOULDER GUARDRAIL 2.00' SHLDR 8.00' SIDEWALK CDOT TYPE 10M BRIDGE RAIL, TYP. 1% 4 12.00' 12.00' BRIDGE WIDTH WCR 54 12.00' 12.00' 2.00' SHLDR 8.00' FUTURE THRU LANE THRU LANE 2% THRU LANE 2% FUTURE THRU LANE 3" HMA ON TOP OF DECK SIDEWALK 1% 1.50' TYPICAL SECTION -WCR 54 BRIDGE SCALE: N.T.S. FROM STA. 133+77.90 TO STA. 137+62.24 (INCLUDES APPROACH SLABS) I ( I CONCRETE DECK (SEE STRUCTURE PLANS) GUARDRAIL c O BREAK POINTS IN SLOPES SHALL BE ROUNDED CONSTRUCTION FOR A PLEASING APPEARANCE. 2% ROADWAY SLOPE. VERTICAL ALIGNMENT CONTROL POINTS. THE CONTRACTOR WILL BE REQUIRED TO PLACE 6 OF TOPSOIL TO THIS LINE EDGE OF EXISITNG PAVEMENT DURING IN. 3" (GRADING SX)(100)(PG 64-28) 3.5" (GRADING S)(100)(PG 64-22) 3.5" (GRADING S)(100)(PG 64-22) 7" ABC CDOT CLASS 6 (VIRGIN) TENSAR INTERAX NX650 GEOGRID • BETWEEN SUBGRADE & ABC 1 4 COMPACTED SU E SEE NOTE 15 ON DWG. G-005 HMA PAVEMENT SECTION HOT MIX ASPHALT PER TYPICAL SECTION SEE DETAIL A FOR SECTION i 1 ABC VIRGIN CLASS 6 ROAD BASE SAFETY ED HMA SAFETY EDGE ALL LOCATIONS SAFETY EDGE NOTES: 2. 3_ 4. 4' (TYP.) 32' +/- 5° SLOPE ABC VIRGIN CLASS 6 - GEOGRID BETWEEN SUBGRADE & ABC, TYP THE SAFETY EDGE WILL BE CONSTRUCTED AS PART OF THE ROADWAY PAVEMENT. A SHOULDER WEDGE DEVICE, OR SIMILAR DEVICE THAT PRODUCES THE SAME COMPACTION RESULTS, WILL BE ADDED TO THE SCREED OF THE PAVING MACHINE. SHORT SECTIONS OF HANDWORK WILL BE ALLOWED WHEN NECESSARY FOR TRANSACTIONS AND TURNOUTS. STEPPED ASPHALT MAT WIDTHS WILL BE ACCEPTABLE AS ASPHALT SAFETY EDGE, WHERE APPLICABLE. DETAILED CONTRACTOR METHOD STATEMENTS FOR PLACEMENT ARE REQUIRED FOR HMA PAVING. SAFETY EDGE SAFETY EDGE LEGEND: - SAFETY EDGE WITH A 32°+/-5° SLOPE AND SHOULDER MATERIAL (SEE SAFETY EDGE DETAIL). 3" (GRADING S) (100)(PG 64-22) 2" (GRADING S) (100)(PG 64-22) 6" ABC CDOT CLASS 6 (VIRGIN) DRIVEWAY SECTION w UD z 0 F- H Go z 0 0 Li 0 C W Print Date: 10/19/2023 Scale: AS NOTED CAM ' 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 J -U -B ENGINEERS, INC. Phone: 970.377.3602 Sheet Revisions Date: Comments Init. I.8ill ! , Page 58 of 59 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: Revised: Void: WCR54 BRIDGE IMPROVEMENTS TYPICAL SECTIONS Designer: KSMITH (Structure Detailer: KSMITH Numbers Sheet Subset: Project No. 54-13A GENERA Subset Sheets: 7 of 13 54-13A Drawing Number G-007 Sheet Number 7 of 152 C, q 0 7 0 0 0_ 2 co co o_ a J l7 L z Z E w In J N J C F- ck Y w U m 0 U a; i Q -J d 0_t rn a M N N a� Q>0 o w hi O CD U 0 0 d 0 CONTRACT CONTRACT PROJECT TOTALS CONTRACT CONTRACT PROJECT TOTALS ITEM NO. SECTION NO. CONTRACT ITEM UNIT PLAN AS CONST. ITEM NO. SECTION NO. CONTRACT ITEM UNIT PLAN AS CONST. 1 201-00000 Clearing & Grubbing LS 1 54 515-00120 Waterproofing (Membrane) SY 2,207 2 202-00000 Removal of Structures and Obstructions LS 1 55 518-01004 Bridge Expansion Device (0-4 Inch) LF 145 3 202-00035 Removal of Pipe LF 96 56 601-03000 Concrete Class D (Cutoff Walls) CY 25 4 202-00240 Removal of Asphalt Mat (Planing) SY 3,994 57 601-03040 Concrete Class D (Bridge) CY 1,694 5 202-00810 Removal of Ground Sign EA 4 58 601-40301 Structural Concrete Coating (Good Earth) SY 1,056 6 202-01000 Removal of Fence LF 5,911 59 601-40301 Structural Concrete Coating (Apache) SY 957 7 202-01130 Removal of Guardrail Type 3 LF 630 60 602-00000 Reinforcing Steel (Black) LB 66,560 8 202-01400 Removal of Cattle Guard EA 2 61 602-00020 Reinforcing Steel (Epoxy Coated) LB 282,642 9 203-00050 Unsuitable Material (Contingency) CY 5,000 62 602-0002 Reinforcing Steel Stainl ss LB 610 ��v� 10 203-00060 Embankment (CIP) CY 17,951 63 603-01180 18 Inch Reinforced Concrete Pipe (Strength Class V) LF 45 11 203-00500 Rock Fill (Contingency) (57-67) CY 1,000 64 603-01240 24 Inch Reinforced Concrete Pipe (Strength Class V) LF 329 12 203-00510 Rock Fill (Contingency (3" Minus) CY 4,000 65 603-01300 30 Inch Reinforced Concrete Pipe (Strength Class V) LF 90 13 203-01100 Proofrolling HR 40 66 603-01480 48 Inch Reinforced Concrete Pipe (Strength Class III) LF 233 14 203-01500 Blading HR 40 1 6 3-0501 18 Inch Reinforced Concrete End Section EA 2 15 203-01550 Dozing HR 40 68 603-05024 24 Inch Reinforced Concrete End Section EA 4 16 203-01597 Potholing HR 24 69 603-05030 30 Inch Reinforced Concrete End Section EA 4 17 203-02330 Laborer HR 40 70 603-05048 48 Inch Reinforced Concrete End Section EA 2 READY FOR CONSTRUCTION SET 18 206-00000 Structure Excavation CY 1,841 71 606-00301 Guardrail Type 3 W -Beam (6-3 Post Spacing) LF 251 Structure Backfill 1) 19 206-00100 (Class CY 251 72 606-01370 Transition Type 3G EA 4 20 206-00060 Structure Backfill (Flow -Fill) (Weld County Mix) CY 1,010 73 606-01400 Transition Type BR10M-GR3 EA 4 Filter Material B) 21 206-00520 (Class CY 53 74 606-02003 End Anchorage (Nonflared) EA 4 Topsoil 4,245 22 207-00700 (Onsite) CY 75 606-11030 Bridge Rail Type 10M LF 764 23 207-00210 Stockpile Topsoil 4,558 CY 76 607-01000 Fence Barbed Wire with Metal Posts LF 1,778 24 208-00002 Erosion Log Type 1 Inch) LF 1,704 (12 77 607-11525 Fence (Plastic) LF 3,500 25 208-00020 Silt Fence LF 500 78 607-60120 20 Foot Gate EA 2 Sediment Trap Curtain) 26 208-00033 (Turbidity EA 1 79 609-60011 Curb Type 6 (Section M) LF 458 27 208-00300 Temporary Berms LF 4,500 80 611-00020 20 Foot Cattle Guard EA 2 208-00035 Aggregate Bag LF 100 28 81 612-00001 Delineator (Type 1) EA 8 29 208-00045 Concrete Washout Structure (Lined) EA 2 82 612-00002 Delineator (Type 2) EA 8 30 208-00075 Pre -fabricated Vehicle Tracking Pad EA 2 83 612-00003 Delineator (Type 3) EA 8 31 208-00103 Removal and Disposal of Sediment (Labor) HR 40 84 613-00350 3-1/2 Inch Electrical Conduit LF 1,565 32 208-00105 Removal and Disposal of Sediment HR 40 (Equipment) 85 614-00011 Sign Panel (Class I) SF 17 33 208-00106 Sweeping (Sediment Removal) HR 80 86 614-00216 Steel Sign Post (2x2 Inch Square Tubing) LF 48 34 208-00207 Erosion Control Management 182 DAY 87 615-00050 Embankment Protector (Type 5) (Riprap) EA 4 35 208-00520 Temporary Stream Crossing LS 1 88 618-01154 Prestressed Concrete I (CBT54) LF 3,024 210-00010 Reset Mailbox Structure EA 1 36 89 620-00002 Field Office (Class 2) (Contractor Provided) EA 1 211-03005 Dewatering DAY 37 100 90 620-00012 Field Laboratory (Class 2) EA 1 Seeding 38 212-00006 (Native) AC 5.6 91 620-00020 Sanitary Facility EA 1 39 212-00701 Compost Applied) AC 5.6 (Mechanically 92 625-00000 Construction Surveying LS 1 40 213-00003 Mulching (Weed Free) AC 5.6 93 626-00000 Mobilization LS 1 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable Class 1) 3,601 41 SY 94 627-00005 Epoxy Pavement Marking GAL 23 240-00010 Removal Nests HR 42 of 110 95 630-00000 Flagging HR 400 240-00020 Netting SY 2,800 43 96 630-00012 Traffic Control Management LS 1 Aggregate Base Course 6) TON 2,601 44 304-06000 (Class (Virgin) 97 630-80355 Portable Message Sign Panel EA 4 Hot Mix Asphalt (Grading S) (100) (PG 64-22) 2,537 45 403-33741 TON 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1,339 98 700-70010 F/A Minor Contract Revisions FA 1 F/A Fuel Cost Adjustments 99 700-70016 FA 1 47 420-00300 Geogrid (Tenser InterAx NX650) SY 10,000 03 - it le• i o LF 505 100 700-70019 F/A Asphalt Cement Cost Adjustment FA 1 49 503-00064 Drilled Caisson (66 Inch) LF 222 101 700-70380 F/A Erosion Control FA 1 • 0 EA 10 102 927-00170 Process Control Testing for 203, 206, 304, 306, & 603 Items DAY 75 1 51 506-00212 Riprap (12 Inch) CY 134 52 506-00412 Soil Riprap (12 Inch) CY 920 53 512-00101 Bearing Device (Type 1) EA 4 8 1„si pfr. Know what's below. Call before you dig. Print Date: 1U 19/2023 0 O 0 O Sheet Revisions WCR54 SUMMARY BRIDGE OF IMPROVEMENTS QUANTITIES Project No. Scale: AS NOTED Date: Comments Iiii_. No Revisions: 54-13N �` 4745 �� Fort ----- Phone: Boardwalk Drive Building D, Suite Collins, CO 80525 200 1111 H Street ». _ - Greeley, CO 80631 = Revised: Designer: KSMITH Structure Drawing Number G-008 I Phone: (970) 400-3750 Detailer: KSMITH Numbers . Fax: (970) 304-6497 Page 59 of 59 Void: Sheet Number B of 152 970.377.3602 J -U -B ENGINEERS, INC. Sheet Subset: GENERAL Subset Sheets: 8 of 13 C, G x aD 0 c Lin T co W O U Co W G O 0_ 0 0 C) rU m w CD co co LL-) Go 0 0 Co H U W 0 z 0 U 0 W 3 0 U n "' 0 4 5 I- > a- w c Y W U 07 0 D a) m a 0 N N 0 N N �\D O N co oNP 0 w O 0 0 O a ao o lj PIER 2 & PIER 3 = NOTES: w oz Q. COLUMN = 1. FOUNDATION ELEVATIONS SHALL BE VERIFIED AT TIME OF CONSTRUCTION BY THE GEOTECHNICAL ENGINEER. Q CAISSON z z TOP OF CONC. 2. EXTEND THE REQUIRED REINFORCING STEEL CAGE TO THE BOTTOM OF THE HOLE FOR THOSE CAISSONS EXCAVATED MORE THAN 2'-O" BEYOND ESTIMATED TIP ELEVATION. IF IT IS / PIER CAP ¢< J ¢ NECESSARY TO EXTEND THE CAGE, THE VERTICAL BARS CAN BE LAP SPLICED WITH BLACK REINFORCING BARS OF THE SAME GRADE AND SIZE OF BAR. ' ao_ a ti 3. CONCRETE SHALL BE CLASS BZ AND SHALL BE PAID FOR UNDER BID ITEM 503, DRILLED CAISSON. 4. TEMPORARY CASING SHALL BE INSTALLED THROUGH WATER BEARING SOIL LAYERS INTO BEDROCK TO PREVENT WATER INFILTRATION. TEMPORARY CASING WILL NOT BE PAID FOR SEPARATELY 8" 7 SPC @ 6" = 3'-6" 4'-6" EMBED. BUT SHALL BE INCLUDED IN THE WORK FOR ITEM 5O3, DRILLED CAISSON. 5. DRILLED CAISSONS SHALL BE END BEARING WITH SKIN FRICTION FOR THE PORTIONS LOCATED IN UNDISTURBED AND UNWEATHERED BEDROCK. 6. PLACE CAISSON REINFORCEMENT AS SHOWN TO FACILITATE PLACEMENT OF COLUMN REINFORCEMENT. - a. 7. PLACE COLUMN REINFORCEMENT AS SHOWN TO FACILITATE PLACEMENT OF PIER CAP REINFORCEMENT. ` 8. CONTINUOUS SPIRALS MAY BE USED INSTEAD OF HOOPS WITH 9O° HOOKS. 9. SPIRALS SHALL TERMINATE EACH END WITH 1Y2" TURNS. - 10. FULLY GROUT ALL CSL TUBES FROM TOP TO BOTTOM AFTER TESTING IS COMPLETE AND CAISSONS ARE DETERMINED TO BE ACCEPTABLE IN ACCORDANCE WITH THE SPECIFICATIONS TOP OF 11. AFTER ENGINEER APPROVAL, FULLY GROUT ALL CSL TUBES FROM TOP TO BOTTOM FOR CAISSONS NOT DESIGNED FOR CSI TESTING, NOTE THAT CAISSONS NOT DESIGNED FOR TESTING MAY COLUMN 02 s REQUIRE TESTING AT THE DISCRETION OF THE ENGINEER BASED ON THE TEST RESULTS OF CAISSONS DESIGNED FOR TESTING. ADDITIONAL CAISSONS REQUIRED FOR TESTING WILL BE PAID 0- SEE COLUMN it M FOR AT THE UNIT BID PRICE FOR CSL TESTING. Ni ©PIER • TABLETION = c. COLUMN = Q CAISSON PIER = - _ 300 COLUMN -“9- - STEEL PIPE CSL TUBE A OO° 1Y2" INSIDE DIA. X 0.145" 30 ��p• N P14A #7E x I THICK, 6 TOTAL PER / CAISSON AS SHOWN, 43Y2" DIA. HOOPS • ,, • (ALL CAISSONS) • • in 12-P14BN#1 1 E COLUMN 12-P14B�#1 1 E, - • REINF., SPLICES NOT SEE NOTE 7 * GLR' P14A�#7E ' i ' `• BUNDLED #11E •PERMITTED @ o UNLESS APPROVED BY ENGINEER • •' • • CAISSON REINF. • o_ V • 0 lI • COLUMN ELEVATION TABLE i r • P14AN#7E, TYP. 9O° HOOKS TOP OF COLUMN TYP. ` :° • LOCATION ELEV. (EL)• V► • • 1 4798.: • , ' ' ` ` :• Al4BN#1 1 E PIER 2 COL 2 (CENTER) 4798.85 ' • • COLUMN REINF. PIER 2 COL 3 (RIGHT) 4798.86 a '• •` - o. CD BOTT. OF COLUMN = Ni- TOP OF CAISSON 2 -O 2 -O PIER 3 COL 1 (LEFT) 4798.82 M M .. EL 4792.00 `3o PIER 3 COL 2 (CENTER) 4798.81 4'-O" DIA. COLUMN )).:°0° t 15 0O° PIER 3 COL 3 (RIGHT) 4798-8O • • COLUMN SECTION SECTION ACAISSON B ;� = w w SCALE: 3/4" = 1'-0" II u.u.. o >W Z N. N. d F, mLA �N P b FOR INFORMATION ONLY 2 OwCC w PIER = w CO CV = (f) v • CAISSON cfl Q PIER = QUANTITIES (ONE QUANTITIES (PER PIER) 0o z °- m JCAISSON 7 o ICAISSON) AN • • 15,OO°F� T M )F PAY LENGTI Z a CONCRETE REINFORCING CONCRETE REINFORCIN A.O. t 0 CLASS BZ (CY) STEEL (LB) CLASS BZ (CY) STEEL (LB #8E IA. HOOPS _LED ---\7- @ i cn 1 / P14BN#11E —P14Ar#7E PIER 2 32.60 758O 97.8 2274O r+ r• p /� 7 09%• N rI o +, I� �• o' PIER 3 32.60 758O 97.8 2274O 0 12 BUNDLES. CAISSON LIMITS ,• ° • ✓ -\.-- 6: ' C 0: 2-#11E, HOOP cn SEE NOTE 6 411 ' o0 ► 9O° HOOKS • ' a Z. TYP. • oS: o Q W • — 12 BUNDLES 2-#11E CAISSON REINF., SPLICES 'o , p NOT PERMITTED UNLESS APPROVED BY THE ENGINEER • • 0 • • • • N • or 2'-9" BOTT. OF CAISSON 4755.00 o ++ •+ r + + • COLU -EL d«. +; ,, HOOPMN 5,-6,, 9O° HOOK TYP. ALTERNATE HOOK 01k CAISSON 2'-9" 2'-9" LOCATION, SEE 0 NOTES 8 & 9 •0 CAISSON ELEVATION 5'-6" DIA. CAISSON SCALE: 3/4" = 1'-0" CAISSON SECTION HOOK DETAIL FOR HOOPS MOW what's AL : 3 S / Call before you dig. - Print Date: 10/20/2023 C C ) Sheet Revisions '8 WCR54 PIER BRIDGE CAISSON IMPROVEMENTS DETAILS Project No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-13A /r (J LmB 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 1111 H Street 1� , !r,'� `I Greeley, CO 80631 Revised: Designer: KSMITH Structure 54-13A Drawing Number S—gS � IIJ,i j 1' ; Phone: (970) 400-3750 v,. "" — Fax: (970) 304-6497 C O Retailer: KSMITH Numbers Sheet Number 88 of 152 Void: Phone: 970.377.3602 J -U -B ENGINEERS, INC. Sheet Subset: STRUCTURA Subset Sheets: 9 of 46 October 27, 2023 Bid Request No. B2300185, BR54/13A Bridge Replacement Project Weld County, Colorado ADDENDUM NUMBER TWO The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Revision to Section 601 of the Specifications (changes shown in red) Revision to Section 603 of the Specifications (changes shown in red) Updated Bid Tabulation Updated Plan Sheets All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. CONTRACTOR QUESTIONS AND RESPONSES Question 1: General note 9 on plan sheet 4 indicates that potholing of utilities shall be the responsibility of the contractor, and included in the work. Please verify that potholing will be paid by the potholing bid item, and not incidental to other work items. Answer 1: Yes, potholing for utilities will be paid under the potholing bid item. The contractor shall be responsible for coordinating with the County prior to scheduling the potholing so it can be tracked for payment purposes. Question 2: Earthwork notes 11 & 14 indicate that excavation required for compaction of bases of cuts and fills shall be paid for under the Reconditioning and Compaction pay item. I don't believe there is a bid item for Reconditioning and Compaction. Please clarify. Question 2: See Addendum 1, Question and Answer #10. Revised plan sheets were also issued with addendum 1. Question 3: Plan sheet 52 shows Grouted Riprap for the Riprap rundown details. Note 4 indicates that Grouted Riprap Slope and Ditch Paving will be paid by the CY. There doesn't appear to be a bid item for Grouted Riprap. Please clarify which of the riprap rundown details will be broken out and paid for separately, and which are incidental to the Embankment Protector (Type 5)(Riprap) bid item. Answer 3: Grouted riprap is incidental to all Embankment Protector (type 5)(Riprap). Note 4 on sheet 52 has been updated to show the grouted riprap is incidental to the Embankment Protector (Type 5)(Riprap). Question 4: There is a note under Revision of Section 207 Topsoil, in the Special Provisions, that states Amendments for Topsoil will not be measured and paid for separately but shall be included in the work. There is also a bid item for Compost (Mechanically Applied) that has the same acreage as the seeding bid item. Is the Compost bid item meant to cover the cost of required soil amendments, or are they separate? Stated differently, do we need to include cost for soil amendments in addition to the bid item for Compost? Answer 4: The need for additional fertilizers will be dependent upon the soil lab testing recommendations. If additional fertilizers are required, they are incidental to the cost of the seeding. It might be possible for the compost required to be applied to the topsoil to act as the fertilizer. However, in order to be considered, the compost will have to be tested showing that it meets the fertilizer requirements. If the compost does not meet the fertilizer requirements, additional fertilizer shall be applied at no additional cost to the project. Question 5: Caisson Section C on plans sheet #88 indicates #8E hoops. Reinforcement Schedule 1 and Caisson Elevation Detail (bar P14A) indicates that these bars are #7E. Please verify which bar is correct. Answer 5: The caisson reinforcement is #8E hoops. They are included in the unit cost of the caisson. The #7E P14A reinforcement is part of the column (not the caisson). The sheet has been updated to clarify this question. Question 6: Notes on plan sheets 80 & 105 indicate a maximum permitted load for SIP deck forms shall not exceed 30 PLF total for each girder. We assume that reference is for metal SIP forms. Are precast deck panels allowed on this project? Answer 6: Per the design engineer, the 30 plf max is for the SIP forms and any excess concrete in the flutes. Expanded polystyrene may be glued into the flutes to reduce the weight to be less than the 30 plf. Precast deck panels will not be allowed. The use of appropriate removable deck forms may be used. Question 7: On plan sheet 112 there is a FIO note description for Structural Steel (Galvanized) at 610 LBs. This is the same bid item quantity as 602-00025 Reinforcing Steel (Stainless). Would you mind clarifying the intent of bid item 602-00025 Reinforcing Steel (Stainless) and what it is meant to pay for? Answer 7: Per the design engineer, the table on Sheet 112 is for information only and is a CDOT standard drawing quantity for structural steel components of the standard CDOT transition. The stainless -steel reinforcement bid item 602-00025 is for the reinforcement that connects the approach slab to the abutment. See sheet 106 section 1. It is by coincidence that the quantity of stainless -steel reinforcement was similar to that shown on sheet 112 for galvanize hardware and steel. A revision to sheet 106 will be made stating the stainless -steel bars that connect the abutment to the approach slab is paid under 602-00025. Question 8: Referencing Revision of Section 102 in the Special Provisions, pages 65 and 66, it appears as though some pages may have inadvertently been left out. Please double check. There are no missing pages. Answer 8: The Weld County revision to Section 102.05 states to amend the subsection to include the 2 additional paragraphs shown in our special. Therefore, section 102.05 would contain all of the language in the CDOT 2023 Specifications plus those two paragraphs. Question 9: Would it be possible for WINFAB 2300 to be approved as an equal to the Mirafi FW300 specified in the plans and specifications? Answer 9: At this time Weld County is unable to approve alternative materials as an approved equal. Once a contractor has been selected and the contract has been awarded, the County will begin reviewing submittals submitted by the Contractor. When reviewing alternative materials, the County will review the technical specifications, installation procedures (including overlap, trenching, and anchoring), and the appropriate testing data to determine if the alternative product meets or exceeds all of the technical specifications of the Mirafi FW300. Question 10: Are electronic files available? Answer 10: Electronic CAD files will be provided to the contractor that is selected for the project. An Excel spreadsheet is not available for the bid tabulation. Question 11: Regarding the RCP culverts — Sheet 45-48, Note 3 — calls for the RCP culverts to be backfilled with flowfill from spring line to 1' above the top of the pipe. Most of the culverts have just over 1' of cover per the design drawings. If the culverts are backfilled with flowfill to 1' over the top of the pipe there will not be enough soil over the pipe to seed and grow vegetation. Please clarify what Weld County would like the contractors to do. Answer 11: The flowfill over the culverts is to extend 1 foot over the top of the pipe. If there is a conflict with getting enough topsoil over the top of the pipe, the extents of the flowfill will have to adjusted in the field. Any field adjustments that occur shall be coordinated with the Engineer and Inspector. Question 12: Regarding the RCP culverts — Each of these runs goes from FES to FES. Based on that would the County allow for the contractors to use whole joints of RCP pipe to allow for the use of bell end and spigot end FES? If that is not allowable what kind of connection will the county require between a cut section of pipe and the FES? Answer 12: The use of whole sticks of RCP will not be allowed as it can cause issues with the proposed grading and pipe hydraulics. In order to ensure that the bell and spigot ends are located at the FES, pieces of cut pipe shall be as close to the middle of the pipe run as possible. Per the Weld County Revision to Section 603.07(a), concrete collars are required for all non-standard joints (i.e., not tongue and groove or bell and spigot) and at all connections to existing pipes. Question 13: Where is the 251 CY of Structure Backfill (Class 1) located? Answer 13: The Structure Backfill (Class 1) is located on the outside of the abutments and wingwalls. It extends to the riprap elevation. Question 14: How is the Concrete Slope and Ditch Paving shown in Section B on sheet 52 of 152 to be paid that is associated with the embankment protector? Answer 14: Grouted riprap is incidental to all Embankment Protector (type 5) Riprap. Note 4 will be updated to reflect the correct pay item and a revised sheet has been included with this addendum. Question 15: Is there a 404 permit that accompanies the Nationwide Permit 14? Answer 15: The ACOE 404 permit was included with the original set of items that was posted to BidNet. The document is titled NOW -2023-00895 20230925 NWP 14 Letter.pdf. Question 16: Is Colorado State Sales tax the only tax the contractor is exempt or is the contractor also exempt from Weld County Sales tax on permanent materials? Answer 16: Weld County does not have a county sales tax. Question 17: On page 194 of the project specifications, the pay unit for dewatering is "days" and on the schedule of values the pay unit is "LS". What is the pay unit for dewatering? Answer 17: The pay unit for dewatering was changed in the revised bid tabulation that was included with Addendum 1. Question 18: Our take -off of the subgrade area that will receive Geogrid Tensar NX 650 is approximately 6,000 SY. How was the plan quantity of 10,000 SY established? Do we need to place two layers of geogrid? Answer 18: The quantity of Tensar NX650 to be used between the aggregate base course (ABC) and subgrade is approximately 6,000 SY. The remaining quantity of approximately 4,000 SY is a contingency. The contingency will only be used at the direction of the Engineer. Question 19: Are the signs for the temporary closure going to be required to be ground mounted? Answer 19: No, the signs for the temporary closure are not required to be ground mounted. However, the ground mounted signs will be easier to maintain over the course of the project because they are harder to move or get knocked over. The detour will be active during the winter when snow removal activities will be occurring. The County will drive the detour daily to verify the correct signage in still in place. If the signs are missing, moved, or knocked over, the contractor will be notified and the traffic control subcontractor will have to come back out and set them up again. Question 20: Can the proposals be submitted through BidNet instead of email? Answer 20: Weld County's Revision to Section 102.01 states all bids are to be emailed to bids@weldgov.com. The County's email system accepts attachments up to 25 MB in size. If the contractor's proposal is larger than 25 MB in size, please contact the Engineer in advance of the due date and time to arrange for an alternate method of delivery. Question 21: Removal of Nests and netting — is this expected with the time of the project? Answer 21: The specification states that birds try to build or occupy their nests between April 1 and August 31. Since the project is going to be constructed during that timeframe, it is possible that netting and removal of nests will be required depending on how many nests the birds are trying to build. Question 22: Can you clarify where the large quantity of Reinforcement (Black) is? Answer 22: The black reinforcing steel is in the abutments and piers. Question 23: Note 3 on Sheet 105 states that the waterproofing membrane shall be prefabricated, reinforcement membrane with primer, however there is no further information in the project documents about this. Is the intent to follow CDOT specs or is there a different design/specification that needs to be followed? Answer 23: A prefabricated, reinforcement membrane with primer is required for use as the waterproofing membrane and it shall meet the CDOT specifications for such a membrane. Question 24: The Concrete Structure Notes on Sheet 80 require concrete properties that may vary from a CDOT CI D APL mix. Is this acceptable? Answer 24: The Specifications require the slump to be within +/- 2 inches of the slump shown on the Form 1373 and the air content has to be between 5 and 8 percent. The Concrete Structure Notes require that the slump be between 1.5 and 3.5 inches and the air content has to be between 5 and 8%. There does not appear to be a conflict between the two requirements. The Form 1373 is the approval for the mix design. Even if the concrete mix design is on the CDOT APL, the contractor still has to provide the mix design along with all testing data for review and approval. It may be necessary for the contractor to supply a mix design that is not on the CDOT APL. Question 25: CDOT allows 80% strength for backfilling, however the general Notes require 4500psi — for scheduling purposes can CDOT specs be followed? Answer 25: Forms may be stripped once the concrete reaches 80% of the 28 day strength while loading and backfilling of the piers and abutments cannot occur until 100% of the 28 day strength has been obtained. The use of maturity meters in the concrete is required so concrete strengths can be obtained at any time. The maturity meter readings have to be provided to the Engineer once they are obtained so they can be compared to the maturity curve. A maturity curve is required to be developed as part of the concrete mix design approval process. Question 26: The Design data on the Structural Notes sheet imply that SIP deck from can be used but cannot exceed 30 PLF, however no plans were provided and precast deck panels may exceed this. Are metal decking or precast panel stay -in -place deck forms allowed? Answer 26: The 30 plf max is for the SIP forms and any excess concrete in the flutes. Expanded polystyrene may be glued into the flutes to reduce the weight to be less than the 30 plf. Precast deck panels will not be allowed. The use of appropriate removable deck forms may be used. Question 27: The Bridge Rail Type 10M on the curb is not a legal railing (height) with the sidewalks. Does the County intend to change the railing design? Answer 27: Drawings S-832, S-833, and S-834 show the wrong height dimension on some of the views. The correct height dimension is shown on the typical section on S-832, Revised sheets have been included with this addendum. Question 28: It appears that new fencing has already been installed at the temp easements for utility work — is this fence in the removal quantities? Answer 28: Yes, the removal fence pay item includes the removal of the temporary fencing. Question 29: Is the cutoff wall at the embankment protectors paid for via the Concrete CI D (Cutoff Wall) item? Answer 29: Yes, the cutoff walls are incidental to the embankment protectors. In fact, all items associated with the construction of the embankment protectors are incidental to the cost of the embankment protector. Question 30: Is a design sealed by a licensed professional engineer for the temporary steam crossing necessary with a design already completed in the plans and the risk being on the contractor to install, maintain, replace (if necessary)?) Answer 30: If the contractor wishes to change the design of the temporary stream crossing, they will have to have a licensed professional engineer design and seal the new design. The new design will then have to be submitted to the Engineer for review and approval. Question 31: There is concern of unreliable CSL data on the caissons with H -Piles in them as they may result in inconclusive data/results in the portion of the caissons with pile in it — how will this be handled? Answer 31: Any inconclusive CSL results will require exposing the top 5 feet of the abutment caisson to verify the caisson is constructed according to the plans and specifications. Visual inspection of the top 5 feet of the caissons during tremie/pouring of the caissons may be sufficient if visual inspection is possible. The option of having permanent casing at the top 5 feet of the caisson can be submitted as a means of ensuring there is no caving of the hole. There will be no additional payment for leaving casing for the top 5 feet. No other permanent casing shall be allowed anywhere else on the project. Question 32: The deck pour sequence provided does not make sense as this is needed with continual beams over piers with phase lines at the point of reflection, which is not the case in this bridge so unnecessary joints are being added to the deck and may result in the deadload deflection not being accurate. Can the deck be poured monolithically? Answer 32: As the concrete cures and becomes less plastic there is a risk of cracking over the piers. The structure develops continuity as the concrete cures and successive pours will create crock in the deck as the concrete starts to "set". Most of the deflection takes place during pouring of the concrete in the positive moment regions. The contractor shall submit a deck pour sequence plan including computations for girder camber strip after the girders have been erected and the tops of the girders have been surveyed. The contractor is responsible for ensuring the construction of the deck meets finished deck grade elevations. The deck pour sequence in the plans were developed to minimize the risk of the deck cracking over the piers during the deck pours. Question 33: The project docs require Professional Liability Insurance — if a contractor does not have this due to subcontracting consultants for any engineered components, is this insurance required by the GC or can subconsultants COI with the required coverage be adequate? Answer 33 Per Section 107.16 of the specification and the contract documents require professional liability insurance to be carried by both the contractor and subcontractor when construction surveying or survey monumentation is included with the project. This project includes construction surveying so professional liability is required. It has been the County's experience that the Contractor usually has an in-house employee that is providing surveying for some items of the project so professional liability would be required for the Contractor as well as for the subcontractor providing surveying services. Question 34: The project documents require builder's risk and that it should include flood (including water damage), however it also states that Flood damage coverage is not required for within the floodway or 100 - year floodplain. Can the County clarify if this project is within the floodway or 100 -year floodplain? Answer 34: Depending on the insurance provider, builders' risk insurance may or may not be available because this project is in the 100 -year floodplain as well as the floodway. Regardless of whether or not Builders' Risk insurance is available, the Contractor shall bear all the risk associated with any and all loss resulting from flooding events during construction. In other words, the County's contract makes the Contractor responsible for protecting all the work form damages. If damages happen as a result of flooding, those damages shall be repaired at no additional cost to the County per Weld County's Revision to Section 107.18 and the contract documents. Prepared By: Clay Kimmi, P.E., Senior Engineer October 24, 2023 1 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: S ubsection 601.01 shall be revised to include the following: The use of AC/ 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. S ubsection 601.02, Table 601-1 shall be deleted and replaced with the following: Table 601-1 CONCRETE FIELD REQUIREMENTS Concrete Class Required Compressive Strength Field (psi) Air Content: Range g (Total) % Slump Material Water/Cementitious (w/cm) Ratio: B 4,500 at 28 days 5 - 8 ± 2" of Form 1373 Slump w/cm on Form 1373 BZ 4,500 at 28 days N/A* 6" — 9" w/cm on Form 1373 D 4,500 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 DF 4,500 at 28 days 4 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 DT 4,500 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 (Girders) PS 8500 at 28 days N/A* 9" maximum 0.45 PS (Deck Panels) 6,000 at 28 days y N/A* 9" maximum 0.45 P 4,500 at 28 days 4 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 S35 5,000 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 S40 5,800 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 S50 7,250 at 28 days 5 — 8 ± 2" of Form 1373 Slump w/cm on Form 1373 Shotcrete 4,500 at 28 days 7-10^ N/A 0.45 NOTES: # A above flow, 5 Slump Before - blocking 8% 9.0 when shall inches pumping specified. be assessment, a when maximum for designed wet of and process. 9.0 inches as Self segregation Consolidating for shall all classes apply. of Concrete concrete. (SCC). Concrete The requirements may have a slump for slump S ubsection 601.03 shall be revised to include the following: Structural Concrete Coating color and texture shall be obtained from the following supplier or an approved equal: Manufacturer: Anchor Paint Manufacturing Company Address: 7205 Gilpin Way, # 200, Denver, CO 80229 Phone Number: 303-744-2361 Texture: Acrylic Color: Almond Tan Product ID #: CC2338 S ubsection 601.04, paragraph 2 shall be deleted and replaced with the following: If the sulfate exposure class of the embankment fill is different than the sulfate exposure class specified in the plans, the Contractor shall provide a concrete mix design that meets or exceeds the corresponding sulfate protection requirements at no additional cost to the project. October 24, 2023 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE S ubsection 601.05 shall be revised to include the following: The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. Placement shall be as directed by the Engineer. S ubsection 601.05(5) shall be deleted and replaced with the following: (5) Class P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. The laboratory trial mix shall produce a flexural strength at 28 days of at least 700 psi. S ubsection 601.09(a) shall be deleted and replaced with the following: (a) Design. Forms shall be mortar tight and sufficiently rigid to prevent distortion due to the pressure of the concrete and other loads incidental to the concrete operations, including vibration. The rate of depositing concrete in forms shall be controlled to prevent deflections of the form panels in excess of the deflections permitted by these specifications. Forms for exposed concrete surfaces shall be designed and constructed so that the formed surface of the concrete does not undulate excessively in any direction between studs, joists, form stiffeners, form fasteners, or wales. Undulations exceeding 3/32 inch between the center -to -center distance of studs, joists, form stiffeners, form fasteners, or wales will be considered excessive. Should any form or forming system, even though previously approved for use, produce a concrete surface with excessive undulations, its use shall be discontinued until modifications satisfactory to the Engineer have been made. Portions of concrete structures with surface undulations in excess of the limits may be rejected by the Engineer. Forms for drainage inlets may be constructed of any suitable material that will produce a structure with the inside dimensions and at least the wall thicknesses shown on the plans. Undulations of finished interior wall surfaces shall not exceed 0.5 inch. Where called for in the Contract, the Contractor shall design and construct a permanent bridge deck forming system. Based on what is indicated, the Contractor will be permitted one of the following sets of options: (1) If the plans indicate that permanent deck forms are optional, the Contractor shall have the option of constructing a cast- in -place bridge deck using conventional forms, a full -depth cast -in -place bridge deck using permanent steel bridge deck forms. When SCC is used, forms shall be designed for loads as defined in American Concrete Institute (ACI) 347. Design calculations and form details shall be provided to the Engineer per the Working Drawing requirements in subsection 105.02. S ubsection 601.17(a), paragraph 2 shall be deleted and replaced with the following: At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less shall be rejected and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the batch is allowed to be placed, a pay factor reduction will be applied to the concrete as shown in Table 601-3. Delete subsection 601.17(c) and replace with the following: October 24, 2023 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE ( c) Strength (When Specified). Concrete which does not meet the minimum required 28 day strength shall be removed and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the concrete is allowed to be remain; a pay factor reduction will be applied to the concrete as shown in Table 601-3. In subsection 601.17(d), delete Table 601-3 and replace with the following: Table 601-3 PAY FACTOR REDUCTIONS Percent Total Air Strength Deviations from Pay Factor Below Specified Pay Factor Specified Air (%) Reduction (%) Strength (psi) Reduction (%) 0.0-0.2 10 1-100 10 0.3-0.4 20 101-200 20 0.5-0.6 30 201-300 30 0.7-0.8 50 301-400 40 0.8-1.0 70 401-500 50 Over 1.0 Reject Over 501 Reject NOTES: 1. This table does not apply to Portland Cement Concrete Pavement (PCCP). See Tables 105-10 and 105-11. 2. The pay factor reduction formula is Payment for Item 100 — Pay Factor = Reduction. For example, the payment for a structure below the required strength by 250 psi and is allowed to remain in place by the Engineer would be 70% of the unit price (payment = 100-30). Subsection 601.20 shall be revised to include the following: Pay Item Pay Unit Concrete (Class D)(Bridge) Cubic Yard Concrete (Class D) Cubic Yard Structural Concrete Coating (Good Earth) Square Yard Structural Concrete Coating (Apache) Square Yard END OF SECTION October 24, 2023 1 REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised for this project as follows: S ubsection 603.02 shall be revised to include the following: Reinforced concrete pipe shall be manufactured from concrete that meets the requirements for severity of sulfate exposure class specified in the plans or the sulfate exposure class of the embankment material, whichever is higher. When the pH of the soil or water is less than 5, reinforced concrete pipe shall be coated in accordance with subsection 706.07. All corrugated steel pipe shall be aluminized per Section 707.11. S ubsection 603.04, paragraph 3 shall be deleted and replaced with the following: When conduits (e.g., pipes, culverts, etc.) are to be installed in embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the pipe of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. S ubsection 603.05 shall be deleted and replaced with the following: 603.05 Bedding for Concrete or Clay Conduit. Bedding shall be prepared per details as shown on the plans. The bed shall consist of a layer of squeegee at least 3 inches in thickness. Recesses shall be made to accommodate the bell of bell -and -spigot pipe. Adjustments to line and grade shall be made by scraping or filling under the body of the conduit. Wedging or blocking the bell will not be permitted. S ubsection 603.06, paragraph 1 shall be deleted and replaced with the following: 603.06 Placing Conduit. The conduit laying shall begin at the downstream end of the conduit line. A laser level or GPS Rover shall be used to determine that each segment of conduit is installed at the slope and elevation shown on the Plans. The lower segment of the conduit shall be in contact with the prepared bedding throughout its full length. Bell or groove ends of concrete or clay conduits and outside circumferential laps of metal or plastic conduits shall be placed facing upstream. S ubsection 603.07(a), paragraph 2 shall be revised to include the following: Concrete collars will be required at all non-standard joints (not tongue and groove or bell and spigot) and at all connections to existing pipe In order to ensure the flared end sections are connected to a standard pipe end, all non-standard joints shall be placed as close as possible to the center of the pipe run.. S ubsection 603.09 shall be revised to include the following: Culverts and storm sewers has be backfilled using structural backfill (squeegee) from the top of bedding material to the spring line of the pipe. Flow fill (Weld County mix) shall then be used to backfill from spring line to 1 foot above the pipe. Embankment material shall be used to backfill from the top of the flow fill to the subgrade elevation. S ubsection 603.13 shall be revised to include the following: Payment will be made under: October 4, 2023 2 REVISION OF SECTION 603 CULVERTS AND SEWERS Pay Item Pay Unit 18 Inch Reinforced Concrete Pipe (Class IV) Linear Foot 24 Inch Reinforced Concrete Pipe (Class IV) Linear Foot 30 Inch Reinforced Concrete Pipe (Class IV) Linear Foot 48 Inch Reinforced Concrete Pipe (Class III) Linear Foot 18 Inch Reinforced Concrete End Section Each 24 Inch Reinforced Concrete End Section Each 30 Inch Reinforced Concrete End Section Each 48 Inch Reinforced Concrete End Section Each Structure excavation, structure backfill including flowfill, filter material, and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be measured and paid for separately but shall be included in the Work. END OF SECTION BID TABULATION (Updated 10-26-23) Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 1 201-00000 Clearing & Grubbing LS 1 2 202-00000 Removal of Structures and Obstructions LS 1 3 202-00035 Removal of Pipe LF 96 4 202-00220 Removal of Asphalt Mat SY 3,994 5 202-00810 Removal of Ground Sign EA 4 6 202-01000 Removal of Fence LF 5,911 7 202-01130 Removal of Guardrail Type 3 LF 630 8 202-01400 Removal of Cattle Guard EA 2 9 203-00050 Unsuitable Material (Contingency) CY 5,000 10 203-00060 Embankment (CIP) CY 17,951 11 203-00500 Rock Fill (Contingency) (57-67) CY 1,000 12 203-00510 Rock Fill (Contingency (3" Minus) CY 4,000 13 203-01100 Proofrolling HR 40 14 203-01500 Blading HR 40 15 203-01550 Dozing HR 40 16 203-01597 Potholing HR 24 17 203-02330 Laborer HR 40 18 206-00000 Structure Excavation CY 1,841 19 206-00100 Structure Backfill (Class 1) CY 251 20 206-00060 Structure Backfill (Flow -Fill) (Weld County Mix) CY 1,010 21 206-00520 Filter Material (Class B) CY 53 22 207-00205 Topsoil CY 4,245 23 207-00210 Stockpile Topsoil CY 4,558 24 208-00002 Erosion Log Type 1 (12 Inch) LF 1,704 25 208-00020 Silt Fence LF 500 26 208-00033 Sediment Trap (Turbidity Curtain) EA 1 27 208-00300 Temporary Berms LF 4,500 28 208-00035 Aggregate Bag LF 100 29 208-00045 Concrete Washout Structure (Lined) EA 2 30 208-00075 Pre -fabricated Vehicle Tracking Pad EA 2 31 208-00103 Removal and Disposal of Sediment (Labor) HR 40 32 208-00105 Removal and Disposal of Sediment (Equipment) HR 40 33 208-00106 Sweeping (Sediment Removal) HR 80 34 208-00207 Erosion Control Management DAY 182 35 208-00520 Temporary Stream Crossing LS 1 36 210-00010 Reset Mailbox Structure EA 1 37 211-03005 Dewatering DAY 100 38 212-00006 Seeding (Native) ACRE 5.6 39 212-00701 Compost (Mechanically Applied) ACRE 5.6 40 213-00003 Mulching (Weed Free) ACRE 5.6 41 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable) (Class 1) SY 3,601 42 240-00010 Removal of Nests HR 110 43 240-00020 Netting SY 2,800 44 304-06000 Aggregate Base Course (Class 6) (Virgin) TON 2,601 45 403-33741 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 2,537 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1,339 47 420-00300 Geogrid (Tensar NX 650) SY 10,000 48 503-00030 Drilled Caisson (30 Inch) LF 505 49 503-00066 Drilled Caisson (66 Inch) LF 222 50 503-00310 CSL Testing EA 10 51 506-00212 Riprap (12 Inch) CY 134 52 506-00412 Soil Riprap (12 Inch) CY 920 53 512-00101 Bearing Device (Type 1) EA 4 54 515-00120 Waterproofing (Membrane) SY 2,207 55 518-01004 Bridge Expansion Device (0-4 Inch) LF 145 56 601-03000 Concrete Class D (Cutoff Walls) CY 25 57 601-03040 Concrete Class D (Bridge) CY 1,694 58 601-40301 Structural Concrete Coating (Good Earth) SY 1,056 59 601-40301 Structural Concrete Coating (Apache) SY 957 60 602-00000 Reinforcing Steel (Black) LB 66,560 61 602-00020 Reinforcing Steel (Epoxy Coated) LB 282,642 62 602-00025 Reinforcing Steel (Stainless) LB 610 63 603-01180 18 Inch Reinforced Concrete Pipe (Class V) LF 45 64 603-01240 24 Inch Reinforced Concrete Pipe (Class V) LF 329 65 603-01300 30 Inch Reinforced Concrete Pipe (Class V) LF 90 66 603-01480 48 Inch Reinforced Concrete Pipe (Class III) LF 233 67 603-05018 18 Inch Reinforced Concrete End Section EA 2 68 603-05024 24 Inch Reinforced Concrete End Section EA 4 69 603-05030 30 Inch Reinforced Concrete End Section EA 4 70 603-05048 48 Inch Reinforced Concrete End Section EA 2 71 606-00301 Guardrail Type 3 W -Beam (6-3 Post Spacing) LF 251 72 606-01370 EA 4 Transition Type 3G 73 606-01400 Transition Type BR10M-GR3 EA 4 74 606-02003 End Anchorage (Nonflared) EA 4 75 606-11030 Bridge Rail Type 10M LF 764 76 607-01000 Fence Barbed Wire with Metal Posts LF 1,778 77 607-11525 Fence (Plastic) LF 3,500 78 607-60120 20 Foot Gate EA 2 79 609-60011 Curb Type 6 (Section M) LF 458 80 611-00020 20 Foot Cattle Guard EA 2 81 612-00001 EA 8 Delineator (Type 1) 82 612-00002 Delineator (Type 2) EA 8 83 612-00003 Delineator (Type 3) EA 8 84 613-00350 3-1/2 Inch Electrical Conduit LF 1,565 85 614-00011 Sign Panel (Class I) SF 33 86 614-00216 Steel Sign Post (2x2 Inch Square Tubing) LF 48 87 615-00050 Embankment Protector Type 5 (Riprap) EA 4 88 618-01154 Prestressed Concrete I (CBT54) LF 3,024 89 620-00002 Field Office (Class 2)(Contractor Supplied) EA 1 90 620-00012 Field Laboratory (Class 2) EA 1 91 620-00020 Sanitary Facility EA 1 92 625-00000 Construction Surveying LS 1 93 626-00000 Mobilization LS 1 94 627-00005 Epoxy Pavement Marking GAL 23 95 630-00000 Flagging HR 400 96 630-00012 Traffic Control Management LS 1 97 630-80355 Portable Message Sign Panel EA 4 98 700-70010 F/A Minor Contract Revisions EA 1 $800,000.00 $800,000.00 99 700-70016 F/A Fuel Cost Adjustments EA 1 $25,000.00 $25,000.00 100 700-70019 F/A Asphalt Cement Cost Adjustment EA 1 $25,000.00 $25,000.00 101 700-70380 F/A Erosion Control EA 1 $150,000.00 $150,000.00 102 927-00170 Process Control Testing for 203, 206, 304, 306, & 603 Items DAY 75 TOTAL BID PRICE ($): TOTAL BID WRITTEN WORDS: * Indicates these items are to be included in the project total and project bonds. ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS: Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments. To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below. No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO". If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project." When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked. After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments. (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections): YES, I choose to accept Fuel Cost Adjustments for this project. N O, I choose NOT to accept Fuel Cost Adjustments for this project. YES, I choose to accept Asphalt Cost Adjustments for this project. N O, I choose NOT to accept Asphalt Cost Adjustments for this project. N OTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, S pecifications, and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2 Performance of each and every portion of the Work is included as part of the Contractor's Price. 3. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4 The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 5 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7 All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 8 The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2300185. 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 10. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 11. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-18. C, q 0 0 0 0 0_ 2 m co co N liJ 0 o_ a J l7 L z Z E w In J N J C F- ck Y w 0 O a) u i m Q -J d 0_t � r-•• a M N N ON a� 0 0 � ow� 6 U O 0 d 0 CONTRACT CONTRACT PROJECT TOTALS CONTRACT CONTRACT PROJECT TOTALS ITEM NO. SECTION NO. CONTRACT ITEM UNIT PLAN AS CONST. ITEM NO. SECTION NO. CONTRACT ITEM UNIT PLAN AS CONST. 1 201-00000 Clearing & Grubbing LS 1 54 515-00120 Waterproofing (Membrane) SY 2,207 2 202-00000 Removal of Structures and Obstructions LS 1 55 518-01004 Bridge Expansion Device (0-4 Inch) LF 145 3 202-00035 Removal of Pipe LF 96 56 601-03000 Concrete Class D (Cutoff Walls) CY 25 4 202-00240 Removal of Asphalt Mat (Planing) SY 3,994 57 601-03040 Concrete Class D (Bridge) CY 1,694 5 202-00810 Removal of Ground Sign EA 4 58 601-40301 Structural Concrete Coating (Good Earth) SY 1,056 6 202-01000 Removal of Fence LF 5,911 59 601-40301 Structural Concrete Coating (Apache) SY 957 7 202-01130 Removal of Guardrail Type 3 LF 630 60 602-00000 Reinforcing Steel (Black) LB 66,560 8 202-01400 Removal of Cattle Guard EA 2 61 602-00020 Reinforcing Steel (Epoxy Coated) LB 282,642 9 203-00050 Unsuitable Material (Contingency) CY 5,000 62 602-0002 Reinforcing Steel Stainl ss 610 ----„,---..—N.LB 10 203-00060 Embankment (CIP) CY 17,951 63 603-01180 18 Inch Reinforced Concrete Pipe (Strength Class V) LF 45 11 203-00500 Rock Fill (Contingency) (57-67) CY 1,000 64 603-01240 24 Inch Reinforced Concrete Pipe (Strength Class V) LF 329 12 203-00510 Rock Fill (Contingency (3" Minus) CY 4,000 65 603-01300 30 Inch Reinforced Concrete Pipe (Strength Class V) LF 90 13 203-01100 Proofrolling HR 40 66 603-01480 48 Inch Reinforced Concrete Pipe (Strength Class III) LF 233 14 203-01500 Blading HR 40 1 6 3-0501 18 Inch Reinforced Concrete End Section EA 2 15 203-01550 Dozing HR 40 68 603-05024 24 Inch Reinforced Concrete End Section EA 4 16 203-01597 Potholing HR 24 69 603-05030 30 Inch Reinforced Concrete End Section EA 4 17 203-02330 Laborer HR 40 70 603-05048 48 Inch Reinforced Concrete End Section EA 2 READY FOR CONSTRUCTION SET 18 206-00000 Structure Excavation CY 1,841 71 606-00301 Guardrail Type 3 W -Beam (6-3 Post Spacing) LF 251 Structure Backfill 1) 19 206-00100 (Class CY 251 72 606-01370 Transition Type 3G EA 4 20 206-00060 Structure Backfill (Flow -Fill) (Weld County Mix) CY 1,010 73 606-01400 Transition Type BR10M-GR3 EA 4 Filter Material B) 21 206-00520 (Class CY 53 74 606-02003 End Anchorage (Nonflared) EA 4 Topsoil 4,245 22 207-00700 (Onsite) CY 75 606-11030 Bridge Rail Type 10M LF 764 23 207-00210 Stockpile Topsoil 4,558 CY 76 607-01000 Fence Barbed Wire with Metal Posts LF 1,778 24 208-00002 Erosion Log Type 1 Inch) LF 1,704 (12 77 607-11525 Fence (Plastic) LF 3,500 25 208-00020 Silt Fence LF 500 78 607-60120 20 Foot Gate EA 2 Sediment Trap Curtain) 26 208-00033 (Turbidity EA 1 79 609-60011 Curb Type 6 (Section M) LF 458 27 208-00300 Temporary Berms LF 4,500 80 611-00020 20 Foot Cattle Guard EA 2 208-00035 Aggregate Bag LF 100 28 81 612-00001 Delineator (Type 1) EA 8 29 208-00045 Concrete Washout Structure (Lined) EA 2 82 612-00002 Delineator (Type 2) EA 8 30 208-00075 Pre -fabricated Vehicle Tracking Pad EA 2 83 612-00003 Delineator (Type 3) EA 8 31 208-00103 Removal and Disposal of Sediment (Labor) HR 40 -::-I-,585---, 84 613-00350 3-1/2 Inch Electrical Conduit LF 32 208-00105 Removal and Disposal of Sediment HR 40 (Equipment) Sign Panel (Class I) S33 \85614-00011 208-00106 Sweeping (Sediment Removal) HR 80 233 Steel Sign Post Square Tubing)L 86 614-00216 (2x2 Inch X48 34 208-00207 Erosion Control Management 182 __%\.. DAY 87 615-00050 Embankment Protector (Type 5) (Riprap) EA 4 35 208-00520 Temporary Stream Crossing LS 1 88 618-01154 Prestressed Concrete I (CBT54) LF 3,024 210-00010 Reset Mailbox Structure EA 1 36 89 620-00002 Field Office (Class 2) (Contractor Provided) EA 1 211-03005 Dewatering DAY 37 100 90 620-00012 Field Laboratory (Class 2) EA 1 Seeding 38 212-00006 (Native) AC 5.6 91 620-00020 Sanitary Facility EA 1 39 212-00701 Compost Applied) AC 5.6 (Mechanically 92 625-00000 Construction Surveying LS 1 40 213-00003 Mulching (Weed Free) AC 5.6 93 626-00000 Mobilization LS 1 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable Class 1) 3,601 41 SY 94 627-00005 Epoxy Pavement Marking GAL 23 240-00010 Removal Nests HR 42 of 110 95 630-00000 Flagging HR 400 240-00020 Netting SY 2,800 43 96 630-00012 Traffic Control Management LS 1 Aggregate Base Course 6) TON 2,601 44 304-06000 (Class (Virgin) 97 630-80355 Portable Message Sign Panel EA 4 Hot Mix Asphalt (Grading S) (100) (PG 64-22) 2,537 45 403-33741 TON 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1,339 98 700-70010 F/A Minor Contract Revisions FA 1 F/A Fuel Cost Adjustments 99 700-70016 FA 1 47 420-00300 Geogrid (Tenser InterAx NX650) SY 10,000 03 -sob i ' le• - i o LF 505 100 700-70019 F/A Asphalt Cement Cost Adjustment FA 1 49 503-00066 Drilled Caisson (66 Inch) LF 222 101 700-70380 F/A Erosion Control FA 1 • s s EA 10 102 927-00170 Process Control Testing for 203, 206, 304, 306, & 603 Items DAY 75 1 51 506-00212 Riprap (12 Inch) CY 134 52 506-00412 Soil Riprap (12 Inch) CY 920 53 512-00101 Bearing Device (Type 1) EA 4 8 1„ictilpfr„._ Know whafs below. Call before you dig. Print Date: '0/20/2023 0 Sheet Revisions �ti,\180 . WCR54 SUMMARY BRIDGE OF IMPROVEMENTS QUANTITIES Project No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-1 >N, Ce----J"U"R 4745 Boardwalk Drive Building D, Suite Fort Collins, CO 80525 — �'�' Phone: 200 10/19/23 RCP STR. CLASS, CAISSON KTS 1111 H Street ,j r,! ' � CO 80631 Revised: Designer: KSMITH Structure Drawing Number G—008 10/26/23 Sign Panel(Class 1) Update g p CDK ® ' Phone:Greele(70, Phone: (970) 400 3750 �i 0 O Detailer: KSMITH Numbers J r. Fax: (970) 304-6497 Void: Sheet Number B of 152 970.377.3602 J -U -B ENGINEERS, INC. Sheet Subset: GENERAL Subset Sheets: 8 of 13 NOTES: 1. DETAILS OF CURBING ARE SHOWN IN STANDARD PLAN M-609-1 2. DETAILS OF GUARDRAIL ARE SHOWN IN STANDARD PLAN M-606-1 Fri NORMAL EDGE OF SHOULDER PAVEMENT CONCRETE PAVEMENT SUBBASE CONCRETE SLOPE AND DITCH PAVING Knowwhat's below. Call before you dig. NORMAL EDGE OF SHOULDER PAVEMENT BEGIN CURB TYPE 6 (SECTION M) B BEGIN GRAVEL SHOULDER 1' R O O O 2' GRAVEL SHOULDER �C TYPE 3 GUARDRAIL OR GUARDRAIL TRANSITION. SEE PLANS 4' GEOTEXTI LE MIRAFI FW300 5' R 20' R CURB TYPE 6 (SECTION M) v 10 DITCH TO RIVER PER PLANS EMBANKMENT PROTECTOR DETAIL SCALE: NTS WARP SLOPE AND DITCH PAVING TO MEET SHOULDER PAVEMENT 6" TOPSOIL FILTER MATERIAL (CLASS B) (MIN. 9") GROUTED RIPRAP (12 INCH) - COMPACTED SUBGRADE PER SPECIFICATIONS OR UNDISTURBED SUBGRADE PAID FOR AS EMBANKMENT PROTECTOR (TYPE 5) (RIPRAP) TOP OF EMBANKMENT 1.5' B -I _ -ill CUTOFF WALL DITCH AS SHOWN IN PLAN ii GROUND SLOPE III GROUTED RIPRAP FILTER MATERIAL (CLASS B) (MIN. 9") PAID FOR AS EMBANKMENT PROTECTOR (TYPE 5) (RIPRAP) 3. STRUCTURE BACKFILL MATERIAL SHALL NOT BE USED IN THIS WORK. EMBANKMENT MATERIAL SHALL BE USED WITH CONSTRUCTION REQUIREMENTS IN ACCORDANCE WITH SECTION 203. EMBANKMENT MATERIAL WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE PAY ITEM FOR EMBANKMENT PROTECTOR (TYPE 5) (RIPRAP). 4. PAYMENT FOR THE QUANTITIES SHOWN ON THE PLANS FOR THIS WORK._SHALL BE AS FOLLOWS f� K. 507 - GROUTED RIPRAP SLOPE AND DITCH PAVING �, Incidental to 615 609 — CURB TYPE 6 (SECTION M) 1� �:�,. LF, 615 - EMBANKMENT PROTECTOR (TYPE 5) (RIPRAP) --E 5. THE PAY ITEM EMBANKMENT PROTECTOR (TYPE 5) (RIPRAP) INCLUDES THE STRUCTURE EXCAVATION, ANY OTHER EARTHWORK, CONCRETE SLOPE AND DITCH PAVING, AND ANY OTHER EXTRA WORK REQUIRED TO MODIFY OTHER PAY ITEMS. 6. GEOTEXTILE MIRAFI FW-300 IS INCIDENTAL TO THE COST OF THE EMBANKMENT PROTECTOR (TYPE 5) (RIPRAP). 7. A MIX DESIGN FOR THE GROUT SHALL BE SUBMITTED FOR APPROVAL PRIOR TO THE START OF CONSTRUCTION. 6" TOPSOIL GEOTEXTILE MIRAFI FW300 FILTER MATERIAL (CLASS B) (MIN 9") GUARDRAIL TYPE 3 W -BEAM (6-3 POST SPACING) CURB TYPE 6 (SECTION M) NORMAL EDGE OF SHOULDER PAVEMENT HMA PAVEMENT (7 INCH) (PAVEMENT TO BE CONTINUOUS PAVING) SECTION C -C SCALE: NTS 6' 12" SECTION A -A SCALE. NTS GROUTED RIPRAP (12 INCH) COMPACTED SUBGRADE PER SPECIFICATIONS OR UNDISTURBED SUBGRADE Print Date: 9/29/2023 Scale: AS NOTED CJ•UB 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 O O O Sheet Revisions Date: Comments Init. 10/26/23 Item 507 Incidental Item 615 CDK 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: WCR54 BRIDGE IMPROVEMENTS RIPRAP RUNDOWN DETAILS Revised: Designer: KSMITH (Structure Detailer: KSMITH Numbers 54 —HA F- w VD 7 O F- n-- 0 rr O 0 w Cr Project No. 54-13A Drawing Number RR -6O4 J -U -B ENGINEERS, INC. Void: Sheet Subset: RIPRAF1Subset Sheets: 4 of 4 Sheet Number 52 of 152 0 0 0 0 LU co W ea U CD Co W a- 0 CD 0 0 CD rU W 0 co co Go 0 0 Co H 0 [U W 0 z 0 U 0 W 3 0 U L E W ({ J U c 5 F- Y w U a - m � O T-' U N D O � a - oy a 0 n N N •N aj oti 6.3 O o U 0 O O ao STRUCTURE SUMMARY OF QUANTITIES INDEX OF STRUCTURAL DRAWINGS GENERAL NOTES DESIGN DATA ITEM NO. DESCRIPTION UNIT QUANTITY DRAWING SHEET TITLE NUMBER EXCEPT AS SHOWN IN THE PLANS, STRUCTURE EXCAVATION AND BACKFILL SHALL BE IN DESIGN CODE: AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS EIGHTH EDITION, 206-00000 STRUCTURE EXCAVATION CY 1841 ACCORDANCE WITH M-206-1. WITH CURRENT INTERIMS. 206-00060 STRUCTURE BACKFILL (CLASS 1) CY 251 S-801 STRUCTURAL NOTES EXPANSION JOINT MATERIAL SHALL MEET AASHTO SPECIFICATION M213. DESIGN METHOD: LOAD AND RESISTANCE FACTOR DESIGN STRUCTURE BACKFILL (FLOWFILL) (WELD S-802 GENERAL LAYOUT 206-00100 COUNTY MIX) CY 1010 S-803 GENERAL LAYOUT A COLORED STRUCTURAL CONCRETE COATING FINISH WILL BE REQUIRED ON EXPOSED LIVE LOAD: HL -93 (DESIGN TRUCK OR TANDEM, AND DESIGN LANE LOAD) 0•-0s 2i L R ►u ATE•IAL CLS : CY 53 S-804 ENGINEERING GEOLOGY CONCRETE SURFACES AS SHOWN ON THE PLANS. THE COLOR IS TO BE "DAVIS OMAHA DEAD LOAD: ASSUMES 35 LBS. PER SQ. FT. FOR BRIDGE DECK OVERLAY TAN." STRUCTURAL COATING TO EXTEND AT LEAST ONE FOOT BELOW FINISHED GRADE, 503-00030 DRILLED CAISSON (30 INCH) LF 505 S-805 HYDRAULIC INFORMATION UNLESS NOTED OTHERWISE. REINFORCED CONCRETE: 503-00066 DRILLED CAISSON (66 INCH) LF 222 S-806 CONSTRUCTION LAYOUT e --, EA 10 S-807 FOUNDATION PLAN STRUCTURAL STEEL SHALL BE AASHTO M270 GRADE 50 (ASTM A-572). AASHTO M222 CDOT CLASS D CONCRETE: re = 4,500 psi (28 DAY CURE TIME) 1 512-00101 BEARING DEVICE (TYPE 1) EA 4 (ASTM A-588) MAYBE SUBSTITUTED FOR M270 GRADE 50 (ASTM A-572) CDOT CLASS BZ CONCRETE: f'c = 4,500 psi S-808 ABUTMENT CAISSON DETAILS AT NO ADDITIONAL COST TO THE PROJECT. REINFORCING STEEL: fy = 60,000 psi 515-00120 WATERPROOFING (MEMBRANE) SY 2207 S-809 PIER CAISSON DETAILS LEVELING PADS ARE UNLAMINATED BEARINGS. THEY SHALL BE CUT OR MOLDED FROM PRECAST PRESTRESSED CONCRETE: 518-01004 BRIDGE EXPANSION DEVICE (0-4 INCH) LF 145 S-810 ABUTMENT 1 & 4 PLAN & ELEVATION "A") AASHTO ELASTOMER GRADE 3, 4, OR 5 WITH A DUROMETER (SHORE HARDNESS OF 60. CLASS PS CONCRETE: f'c = (SEE DETAILS) 601-03040 CONCRETE CL D (BRIDGE) CY 1694 S—811 ABUTMENT DETAILS 1 f's = 270,000 psi ALL REINFORCING STEEL SHALL BE UNCOATED UNLESS OTHERWISE NOTED. 601-40301 STRUCTURAL CONCRETE COATING SY 2013 S-812 ABUTMENT DETAILS 2 SIP DECK FORMS: STAY -IN -PLACE (SIP) DECK FORMS AND PERMANENT "E" ASSOCIATED WEIGHT FOR USING SIP DECK FORMS SHALL 602-00000 REINFORCING STEEL LB 66560 S-813 ABUTMENT DETAILS 3 DENOTES COATED REINFORCING STEEL. NOT EXCEED 30 PLF TOTAL, PER GIRDER 602-00020 REINFORCING STEEL (EPDXY COATED) LB 282642 S-814 WINGWALL DETAILS THE FOLLOWING TABLE GIVES THE MINIMUM LAP SPLICE LENGTH FOR EPDXY COATED 602-00025 REINFORCING STEEL (STAINLESS) LB 610 S-815 PIER 2 & 3 PLAN & ELEVATION REINFORCING BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06. THESE SPLICE CONCRETE STRUCTURE NOTES: 606-01400 TRANSITION TYPE BR10M-GR3 EA 4 S-816 PIER DETAILS 1 LENGTHS SHALL BE INCREASED BY 25% FOR BARS SPACED AT LESS THAN 6" ON 1. ALL CONCRETE SHALL BE PER AMERICAN CONCRETE INSTITUTE (ACI) CENTER OR LESS THAN 3" OF LATERAL COVER, 606-11030 BRIDGE RAIL TYPE 10 LF 764 S-817 PIER DETAILS 2 REVISED 1992 AND CDOT STANDARD SPECIFICATIONS FOR ROAD AND 613-00350 3-1/2 INCH ELECTRICAL CONDUIT LF 1565 S-818 PIER DETAILS 3 BRIDGE CONSTRUCTION 2022. BAR SIZE #4 #5 #6 #7 #8 #9 #10 #11 618-01154 PRESTRESSED CONCRETE I (CBT54) LF 3024 S-819 GIRDER FRAMING PLAN SPLICE LENGTH FOR 1 -4 1'-9" 2'-5" 3'-1" 4'-O" 5- 1 6'-5" 7'-10" 2. ALL REBAR (STEEL REINFORCEMENT) SHALL BE DEFORMED GRADE 60 PER ASTM 615. S-820 PRESTRESSED CONCRETE GIRDER CLASS D CONCRETE (60 ksi) BRIDGE DESCRIPTION S-821 GIRDER DETAILS WHEN THE CONTRACTOR ELECTS TO SUBSTITUTE EPDXY COATED REINFORCEMENT FOR 3. ALL EXPOSED EDGES OF STRUCTURES OR SLABS SHALL HAVE A 34. STRUCTURE NO. WEL 54/13A S-822 INTERMEDIATE DIAPHRAGM DETAILS BLACK REINFORCING BARS, THE MINIMUM LAP SPLICE SHALL BE AS DESCRIBED ABOVE. INCH CHAMFER" THREE -SPAN (342'-0") BRIDGE, CONCRETE DECK AND PRESTRESSED S-823 PIER DIAPHRAGM DETAILS 1 CONCRETE BULB -TEE GIRDERS (CBT54) CARRYING WELD COUNTY ROAD 54 THE FOLLOWING TABLE GIVES THE MINIMUM LAP SPLICE LENGTH FOR BLACK REINFORCING 4. REBAR MINIMUM CLEAR SPACE FROM EARTH SHALL BE 3", FROM OVER THE BIG THOMPSON RIVER. 52'-0" CURB TO CURB ROADWAY WIDTH S-824 PIER DIAPHRAGM DETAILS 2 BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06. THESE SPLICE LENGTHS SHALL FORMS SHALL BE 2" UNLESS NOTED OTHERWISE. WITH (4) 12'-0" TRAVEL LANES, (2) 2'-O" SHOULDERS, (2) 8'-O" S-825 DECK REINFORCEMENT LAYOUT BE INCREASED BY 25% FOR BARS SPACED AT LESS THAN 6" ON CENTER OR LESS THAN 3" OF LATERAL COVER. 5. AIR CONTENT SHALL BE 5%-8% WHEN TESTED IN ACCORDANCE WITH SIDEWALKS, AND (2) 1'-6" CDOT TYPE 10 MASH BRIDGE RAILS. SKEW S-826 DECK DETAILS ANGLE IS 5°00'00". ASTM 143. S-827 APPROACH SLAB DETAILS BAR SIZE #4 #5 #6 #7 #8 #9 #10 #11 6. SLUMP SHALL BE A MINIMUM OF 1-1/2" TO 3-1/2" MAXIMUM IN SEISMIC DESIGN CRITERIA S-828 BRIDGE EXPANSION DEVICE DETAILS 1 SPLICE LENGTH FOR 1 '-4" 1 '-6" 1'-10" 2'-2" 2'-10" 3'-7" 4'-7" 5'-7" ACCORDANCE WITH ASTM C231. EARTHQUAKE DESIGN METHOD: FORCE BASED S-829 BRIDGE EXPANSION DEVICE DETAILS 2 CLASS D CONCRETE LATITUDE = 40° 22' 40.7" N S-830 SIDEWALK DETAILS 7. ALL DELIVERY TICKETS SHALL INCLUDE A BATCH NUMBER AND THE ABOVE SPLICE LENGTHS SHALL BE INCREASED BY 20 PERCENT FOR 3 BAR SEPARATE WEIGHTS OF EACH MATERIAL. LONGITUDE = 104° 55' 56.1 " W S-831 STRUCTURE BACKFILL (FLOWFILL) BUNDLES AND 33 PERCENT FOR 4 BAR BUNDLES. AASHTO SPECTRUM FOR 7% PE IN 75 YEARS (1000-YR RETURN PERIOD): S-832 BRIDGE RAIL TYPE 10 MASH 8. ALL READY MIX CONCRETE SHALL BE IN ACCORDANCE WITH ASTM C94. LOCATION OF CONSTRUCTION JOINTS SHALL BE APPROVED BY THE ENGINEER. PERIOD SA S-833 TRANSITION TYPE BR10-GR3 SHEET 1 9. CONCRETE SHALL BE CLASS 3 REQUIREMENTS FOR SULFATE (SEC) (G) THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY OF THE STRUCTURE RESISTANCE AND WITH A MINIMUM CLASS F FLY ASH ALLOWED IN THE 0.0 0.056g PGA -SITE CLASS B S-834 TRANSITION TYPE BR10-GR3 SHEET 2 DURING CONSTRUCTION. CONCRETE MIX SHALL BE 20% BY WEIGHT WITH A MAXIMUM OF 25% 0"2 0.122g Ss -SITE CLASS B S-835 BRIDGE DECK ELEVATIONS 1 i- BY WEIGHT. 1.0 0.033g SI-SITE CLASS B S-836 BRIDGE DECK ELEVATIONS 2 w STATIONS, ELEVATIONS, AND DIMENSIONS CONTAINED IN THESE PLANS ARE CALCULATED CONSTRUCTION FROM A RECENT FIELD SURVEY. THE CONTRACTOR SHALL VERIFY ALL DEPENDENT 10. JOINTS SHALL BE CAULKED WITH AN INDUSTRIAL SILICONE CAULK. SPECTRAL RESPONSE ACCELERATIONS: S-837 BRIDGE DECK ELEVATIONS 3 DIMENSIONS IN THE FIELD BEFORE ORDERING OR FABRICATING ANY MATERIAL. PERIOD SA S-838 BRIDGE DECK ELEVATIONS 4 11. THERE SHALL BE NO REBAR GOING THROUGH THE EXPANSION JOINT, (SEC) (G) ALL HORIZONTAL DIMENSIONS ARE PLAN. ALL VERTICAL DIMENSIONS ARE PLUMB. NO AND THE MINIMUM REBAR CLEAR SPACE EITHER SIDE SHALL BE 2". 0.0 0.095g AS -SITE CLASS D S-839 BRIDGE DECK ELEVATIONS 5 0.2 0.204g SDS-SITE CLASS D CORRECTIONS ARE INCLUDED FOR GRADE. S-840 BRIDGE DECK ELEVATIONS 6 12. NO BACKFILL SHALL BE DONE AROUND THE CONCRETE STRUCTURES 1.0 0.081g SD1-SITE CLASS D S-841 BRIDGE DECK ELEVATIONS 7 THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND LOCATION OF UNTIL THE STRENGTH OF 4,500 PSI IS REACHED OR APPROVED BY THE UNDERGROUND UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. THE ENGINEER. OPERATIONAL CLASS: TYPICAL S-842 BRIDGE DECK ELEVATIONS 8 CONTRACTOR IS RESPONSIBLE FOR MAKING THEIR DETERMINATION AS TO THE TYPE AND SEISMIC ZONE OR SEISMIC DESIGN CATEGORY: S-843 BRIDGE DECK ELEVATIONS 9 LOCATION OF UNDERGROUND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE 13. PREPARE A MINIMUM OF 9 COMPRESSIVE STRENGTH SPECIMENS PER ZONE=1 OR CATEGORY=A THERETO. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF ASTM C192 DURING THE POUR, ONE AT AN AGE OF 3 DAYS, TWO AT 5-844 BRIDGE DECK ELEVATIONS 10 W COLORADO AT 1-800-922-1987 AT LEAST 3 DAYS (NOT INCLUDING THE DAY OF AN AGE OF 7 DAYS, TWO AT AN AGE OF 14 DAYS, THREE AT AN AGE RESPONSE MODIFICATION FACTORS: OF 28 DAYS, ONE FOR A HOLD IF THE 4,500 PSI IS NOT REACHED. R-FACTOR=1.0 (CONNECTIONS) S-845 REINFORCEMENT SCHEDULE 1 Q NOTIFICATION) PRIOR TO ANY EXCAVATION OR OTHER EARTHWORK. IF THE 4,500 PSI IS REACHED THEN BREAK IT AT AN AGE OF 28 DAYS S-846 REINFORCEMENT SCHEDULE 2 w OTHERWISE, BRIDGE CONSTRUCTION SHALL BE ACCORDANCE WITH OR AS SPECIFIED BY THE ENGINEER. n --- UNLESS NOTED IN COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AND WELD COUNTY REVISIONS TO THE STANDARD SPECIFICATIONS. 14. COMPACTION UNDER THE STRUCTURES SHALL BE 95% MODIFIED PROCTOR. 15. ALL OLD CONCRETE ADJACENT TO NEW CONCRETE SHALL BE COATED SECTION OR DETAIL IDENTIFICATION WITH A CONCRETE PRIMER. L_ A 16. THE BENDING DIAMETER FOR #3 THROUGH #8 REBAR SHALL BE 6 X-XXX CROSS REFERENCE DRAWING NUMBER TIMES THE BAR DIAMETER, AND FOR #9 THROUGH #11 REBAR SHALL (IF BLANK OR DASH, REFERENCE IS TO SAME SHEET) BE 8 TIMES THE BAR DIAMETER UNLESS NOTED OTHERWISE. 911 „,,islpfr._ Know what's bS'IOUV. Call before you dig. Print Date: 10/20/2023 Sheet Revisions _ ', ,�,, » WCR54 STRUCTURAL BRIDGE IMPROVEMENTS NOTES Project No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-13A 'c ������ 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 ' Phone: 970.377.3602 J -U -B ENGINEERS, INC. - 1111 H Street rill - I Greeley, CO 80631 a 10/19/23 66" CAISSON DIAMETER KTS {� Revised: Designer: KSMITH Structure 54-13A Drawing Number S-801 LJr :'j '! ; Phone: (970) 400-3750 v D _ — Fax: (970) 304-6497 Q O Retailer: KSPvIITH Numbers Sheet Number 80 of 152 Void: Sheet Subset: STRUCTURA Subset Sheets: 1 of 46 Kevin T. Smith 0 0 0 0 co IU IJ 0 U CD W a- u-) 0 CD CD w 0 0 co co r 0 0 Go 0 0 Co F- [J W 0 z 0 U O W 3 0 co a z w J U J 4 F- H 0 0 D7 Ti O a S a N) 0 U CO D y CN N N 0 N Nm 0� i4 0 U 0 oa ao 19'-0" WINGWALL LENGTH, TYP. WINGWALL A H O ocg D O I U oa ec N � a- < 1 O I D O 133+00 O I Dw O 0 O ct Im O � to to to M I to UNDERDRAIN INVERT EL. 4796.13' 6" DIA. PERF. _ PIPE UNDERDRAIN BEGIN APPROACH SLAB STA: 133+78.99 ABUT. 1 @ Q. WCR54 STA: 134+00.57 1 T WINGWALL B UNDERDRAIN INVERT EL. 4795.39' TO OUTLET EXP. JOINT SLAB SIDE (BEGIN APPROACH SLAB) * DIMENSION MEASURED PERPENDICULAR TO CENTERLINE OF ABUTMENT. ** SLOPE TO DRAIN. 339'-0" Q ABUT. 1 TO Q ABUT. 4 109'-6" Q. ABUT. 1 TO Q. PIER 2 120'-0" Q PIER 2 TO Q PIER 3 109'-6" Q PIER 3 TO ABUT. 4 Q BRG. ABUT. 1 5"* SLAB 1- SEAT, TYP. \ 3' -6"* TYP. r., +00 11 TI HCL WCR54 & PROFILE GRADE LINE U III PIER 2 4'-0" DIA. COLUMNS W/ 5'-6" DIA. CAISSONS, TYP. @ PIERS 135+06 c, WCR54 Q PIER 2 @ Q WCR54 STA: 135+ 10.07 6" DIA. NON-PERF. PIPE UNDERDRAIN BEYOND WINGWALLS, POST (SEE UNDERDRAIN OUTLET TABLE, THIS SHEET) I III , N89'58'46.28"E Q PIER 3 1(1 III III 136+00 PIER 3 @ Q. WCR54 STA: 136+30.07 -6„* 2 TYP. 5' -0"* TIP. '-6"* 2 TYP. 36 SPC. @ 10'-0" = 360'-0" (MEASURED AT BACK FACE OF BARRIER CURB) J a W a cc eZD I ca 1 w N w N CO CC 2 I m 1 2'-6" DIA. CAISSON W/ HP12X84 TYP. © ABUTS 137+00 TO OUTLET 6" DIA. NON-PERF. PIPE UNDERDRAIN BEYOND WINGWALLS (SEE UNDERDRAIN OUTLET TABLE, THIS SHEET) 2' -O'* TYP. I BRG. ABUT. 4 i UNDERDRAIN INVERT EL. 4796.09' WINGWALL C CONCRETE POST BELOW END OF WINGWALL SEE "POST DETAIL" THIS SHEET. TYPICAL ALL 4 WINGWALLS 4'-0'* TYP. POST 6" DIA. PERF. PIPE UNDERDRAIN ABUT. 4 @ 4. WCR54 STA: 137+39.57 138+00 END APPROACH SLAB STA: 137+61.15 I I WINGWALL D UNDERDRAIN INVERT EL. 4795.34' -O„* 2 TYP. EXP. JOINT SLAB SIDE (END APPROACH SLAB) 2'-6" BARRIER POST SPACING. TYP. LIMITS OF TYPE 10M BRIDGE RAIL = 382'-2" 8'-7„ UNDERDRAIN OUTLET TABLE LOCATION STATION OFFSET INVERT ELEVATION ABUTMENT 1 134+16.00 55.11 RT 4795.0' ABUTMENT 2 137+33.10 56.3' RT 4795.0' DITCH FLOW LINE y lt+ 1111;41-U1-1T111.:r. y� 11_I�l lti „AIL\I_r. \ DRAIN PIPE UNDERDRAIN PIPE SEE S-831 FOR DETAILS FLOWLINE OF PIPE SHALL FOLLOW ESTABLISHED GRADE AND NOT NATURAL SLOPE OF GROUND LINE. THE SLOPE OF PERFORATED UNDERDRAIN PIPES AND NON -PERFORATED UNDERDRAIN PIPES SHALL BE UNIFORM. Know what's bS'IOIIV. Call before you dig. Print Date: 1 0/20/2023 Scale: AS NOTED (JIM J -U -B ENGINEERS, INC. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 EXTERIOR FACE WINGWALL 1 FILL FACE WINGWALL 2' DIA. CONCRETE POST TYP. 1' - II II 4- 1 N 1 N >- - i� POST DETAIL (PLAN) CONSTRUCTION LAYOUT c. POST @ WINGWALL TYP. END OF WINGWALL, TYP. SCALE: 1" = 20' SEE NOTE 11 f COMPACT TO 95% S MAX DENSITY BELOW WINGWALL 2' DIA. SONOTUBE OR APPROVED EQUAL CONCRETE (4500 PSI CLASS D I` r CONCRETE POST 1'- I END OF WINGWALL, TYP. J " THICK PAD BOTTOM OF WINGWALL = TOP OF 2'-0" DIA. POST ELASTOMERIC PAD (PLAIN) SEE DWG S-810 FOR ELEVATIONS. O i1 BOTTOM OF CONCRETE POST POST DETAIL (SECTION) SCALE: NOTES: 1. FOR GIRDER DETAILS, SEE DRAWINGS S-819 THROUGH S-824. 2. FOR ABUTMENT DETAILS, SEE DRAWINGS S-810 THROUGH S-813. 3. FOR WING WALL LAYOUT DETAILS, SEE DRAWINGS S-810 AND S-814. 4. FOR PIER DETAILS, SEE DRAWINGS S-815 THROUGH S-818. 5. FOR APPROACH SLAB DETAILS, SEE DRAWING S-826. 6. TOOLED OR CHAMFERED 3/4f1 JOINT IN BRIDGE CURB AT 101-011 MAXIMUM SPACING. PLACE JOINTS MIDWAY BETWEEN RAIL POSTS. 7. FOR UTILITY CONDUIT IN SIDEWALK, SEE DRAWINGS: DECK DETAILS, SIDEWALK DETAIL. 8. ENSURE UTILITY CONDUITS HAVE PULL ROPE INSTALLED AND ENDS ARE CAPPED. ENSURE GUARDRAIL POSTS DO NOT CONFLICT WITH CONDUIT. CONDUIT MAY BE ADJUSTED TO AVOID CONFLICT WITH RAIL POSTS WITH ENGINEER APPROVAL. SEE SIDEWALK DETAIL DRAWING. 9_ SEE DRAWING STRUCTURE BACKFILL (FLOWFILL). 10. ALL MATERIALS AND LABOR FOR FLOWFILL PAD BELOW WINGWALL IS INCLUDED IN THE COST FOR STRUCTURE BACKFILL (FLOWFILL). 11. 2'-O" DIAMETER POST ELASTOMERIC BEARING PADS (PLAIN) SHALL BE 60 DURO AND EPDXY BONDED TO TOP OF CONCRETE POST. ALL MATERIAL AND LABOR FOR POST ELASTOMERIC BEARING PAD IS INCLUDED IN THE COST FOR 512-00101 BEARING DEVICE (TYPE 1). F- w VD rr 0 0 Q 0 Date: 10/19/23 Sheet Revisions Comments 66" CAISSON DIAMETER Init. KTS 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: Revised: Void: WCR54 BRIDGE IMPROVEMENTS CONSTRUCTION LAYOUT Designer: KSMITH (Structure Detailer: KSMITH Numbers Sheet Subset: 54-13A STRUCTURALISubset Sheets: 6 of 46 Project No. 54-13A Drawing Number 3-8015 Sheet Number 85 of 152 0 O O clo 0 CO r LU W 0 0 0 U C) Co w 0 0 Co 0 O CD CD CD 0 u 0 0 00 r F- U w O O 0_ } Z O U 0 w 3 O co Z E w �0 c t 5 l— a) W O a- m -oO . co o� a a 0 O N N o -CI o U 0 v+ d 0 CAISSON LOCATION TABLE AS -BUILT ELEV. CAISSON LOCATION TABLE (CONT'D) AS -BUILT ELEV. NOTE: TOP OF TOP OF BOTTOM TOP OF TOP OF BOTTOM OF CONTRACTOR SHALL PROVIDE AS BUILT TOP AND LOCATION NORTHING EASTING CAISSON CAISSON OF LOCATION NORTHING EASTING CAISSON CAISSON CAISSON BOTTOM (TIP) ELEVATIONS FOR ALL CAISSONS IN "AS ELEV. CAISSON ELEV. THE -BUILT ELEVATIONS" TABLE ON THIS SHEET. ABUTMENT 1 _ ABUTMENT 1 PIER 3 PIER 3 TOLERANCE FOR ELEVATIONS OF CAISSONS IS ONE INCH. A 1 -1 1 381 448.91 31 58899.1 2 4797.13 P3-1 1 381 440.28 31 591 29.39 4792.00 41-2 1 381 435.47 31 58900.30 4797.14 P3-2 1 381 41 5.38 31 59131 .57 4792.00 41-3 1 381 422.02 31 58901 .48 4797.15 P3-3 1 381 390.47 31 59133.76 4792.00 41-4 1 381 408.57 31 58902.66 4797.17 ABUTMENT 4 ABUTMENT 4 41-5 1381 395.12 3158903.85 4797.18 A4-1 1381449.04 3159238.12 4797.09 41-6 1 381 381 .67 3158905.03 4797.19 A4-2 1 381 435.59 31 59239.30 4797.08 PIER 2 PIER 2 A4-3 1381422.14 3159240.48 4797.06 P2-1 1 381 440.24 31 59009.39 4792.00 A4-4 1 381 408.69 31 59241 .66 4797.05 P2-2 1381415.33 3159011.58 4792.00 A4-5 1381395.25 3159242.85 4797.03 P2-3 1381390.43 3159013.76 4792.00 A4-6 1381381.80 3159244.03 4797.02 N O ABUT. 1 = Q CAISSONS PIER 2 = 4. CAISSONS = Q COLUMNS t. PIER 3 = CAISSONS = Q COLUMNS ABUT. 4 = q CAISSONS O I I Al -1 4'-0" DIA. COLUMN 1 2'-6" DIA. ABOVE CAISSONS, TYP. _ .. A4-1 2'-6" DIA. SO CAISSON, TYP./ r /, CAISSON, TYP. - N Al -2 " 1 N (� CO II a*Din WCR54 CENTERLINE & PROFILE I I A1-3 9 (r! - D can oz - r. w < rn CI I 5'-6" DIA. CAISSON, TYP. �� N c i.74 D �, _ a 0 5'-6" DIA. CAISSON, TYP. ,� N �'- ,-.LA o D o 0 N oz cn w A4-2 I - l A4-3 Sr co II e iI r i S. GRADE LINE 1. O' 0 ° v O �, STA: 135+10.07 Ii 0 o z a� cv STA: 136+30.07 o O z Z °' I I_ = HCL 134+OOA rr,iLIL II 135+00 N89°58'46.21 8"EI IIII L37+00 v v CO 11 11,..v, I- ^ al 10 I w U I- (� (n : z IS) v' 1L1h36�00 (n = Z N C7 m w U a.-° rn v 1/1 Z Oo STA: 134+00.57 % Al -4 I c° LA W c,, rn II o� o cn I U N ,� � d - O l P2-2 I- O o w o D - fl o0 o w I v N � . I. O I P3-2 I o o 0 Io D - m �' © �,, JSTA: A4-4 I 137+39.57 o_ w Vi Z I- o Li InCIO - 0) i I I II- Y. A4-5 o v N N a) to v I l ---.. A1-5 aO - n P2 P3-3 A1-6 -3 A4-6 c~n 0 I I I I U 0 o U- FOUNDATION PLAN 0 SCALE:1" = 10' Q w n -- NOTES: LOCATION CAISSON DIAMETER TOP OF CAISSON ELEVATION (FT) ESTIMATED TIP ELEVATION (FT)* MIN. PENETRATION INTO BEDROCK (FT)* MAX FACTORED LOAD (KIPS) MAX UNFACTORED LOAD (KIPS) 1. REFER TO GEOTECHNICAL REPORT ENTITLED: "GEOTECHNICAL ENGINEERING REPORT," PROJECT NO. 21195074A, PREPARED BY TERRACON CONSULTANTS, INC., 4: N 14755.00 SEE CAISSON LOCATION TABLEGEOTECHNICAL 12 396 285 DATED AUGUST 24, 2020, FOR PAVEMENT BORES AND INFORMATION. PIER 2 66" 4792.00 4755.00 12 2325 1788 2. ALL CAISSONS SHALL BE CONSTRUCTED SO THAT CSL PIER 3 66" 4792.00 4755.00 12 2325 1788 TESTING CAN FOR THE FOLLOWING BE PERFORMED. CSL TESTING IS REQUIRED CAISSONS: A1-1; A1-3, A1-6; ® 811 1 A: TMEN 4 30 SEE CAISSON LOCATION TABLE 4755.00 12 396 285 P2-1, P2-2; P3-1; P3-3; A4-1; A4-4; A4-6. 3. ALL CAISSONS ARE SUBJECT TO CSL TESTING AT THE -miskipor DISCRETION OF THE ENGINEER IN ACCORDANCE WITH THE * THE LOWER ELEVATION BETWEEN THE ESTIMATED TIP ELEVATION AND THE ELEVATION STANDARD SPECIFICATIONS. ADDITIONAL CAISSONS FOR MINIMUM PENETRATION INTO BEDROCK SHALL BE USED FOR THE TIP ELEVATION. Knowwhat's below. REQUIRED TO BE TESTED WILL BE PAID FOR AT THE UNIT Call before you dig. BID PRICE FOR CSL TESTING. Print Date: 10/20/2023 Sheet Revisions ` �`1, �e.. WCR54 BRIDGE FOUNDATION IMPROVEMENTS PLAN Project No. Scale: AS NOTED Date: _ Comments Init. No Revisions: 54—13A /r 4745 Boardwalk Drive Building D, Suite 200 C�.�.� Fort Collins, CO 80525 Phone: 970.377.3602 J -U -B ENGINEERS, INC. -_-1111 H Street __ a 10/1923 66" CAISSON DIAMETER KTS ` •" Greeley, CO 80631 Q Revised: Designer: KSMITH Structure — 54 13A Drawing Number 5—807 �IIi �-- Hsi I 1 Phone: (970) 400 3750 ; O Retailer: KSM ITH Numbers _ G Fax: (970) 304 6497 Void: Sheet Number 86 of 152 Sheet Subset: STRUCTURA Subset Sheets: 7 of 46 _ C) G x 0 0 c Co co CD (70 LU W O 0 W a- 0 0_ 0 0 C) r� m W CD CO CO 0 GO 0 0 Co F- (J W 0 0_ W z 0 0 G J W 0 L W (/ a H - J c C a- Y W 0 a - ti . CO a � i i 5. a y 0 N W N N No N N 71) o O a aG o lj PIER 2 & PIER 3 = NOTES: wo Q. COLUMN = 1. FOUNDATION ELEVATIONS SHALL BE VERIFIED AT TIME OF CONSTRUCTION BY THE GEOTECHNICAL ENGINEER. Z CD Q CAISSON z TOP OF CONC. 2. EXTEND THE REQUIRED REINFORCING STEEL CAGE TO THE BOTTOM OF THE HOLE FOR THOSE CAISSONS EXCAVATED MORE THAN 2'-O" BEYOND ESTIMATED TIP ELEVATION. IF IT IS / PIER CAP ¢ J Q < NECESSARY TO EXTEND THE CAGE, THE VERTICAL BARS CAN BE LAP SPLICED WITH BLACK REINFORCING BARS OF THE SAME GRADE AND SIZE OF BAR. 3" 7 SPC @ 6" = 3'-6" 1 _I nn 3. CONCRETE SHALL BE CLASS BZ AND SHALL BE PAID FOR UNDER BID ITEM 503, DRILLED CAISSON. ALL STEEL REINFORCEMENT IN CAISSONS SHALL BE PAID FOR UNDER BID ITEM 5O3, DRILLED CAISSON. 2 4. TEMPORARY CASING SHALL BE INSTALLED THROUGH WATER BEARING SOIL LAYERS INTO BEDROCK TO PREVENT WATER INFILTRATION. TEMPORARY CASING WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE WORK FOR ITEM 5O3, DRILLED CAISSON. F o 5. DRILLED CAISSONS SHALL BE END BEARING WITH SKIN FRICTION FOR THE PORTIONS LOCATED IN UNDISTURBED AND UNWEATHERED BEDROCK. - CO 2 w 6. PLACE CAISSON REINFORCEMENT AS SHOWN TO FACILITATE PLACEMENT OF COLUMN REINFORCEMENT. .. o 7. PLACE COLUMN REINFORCEMENT AS SHOWN TO FACILITATE PLACEMENT OF PIER CAP REINFORCEMENT. S. 8. CONTINUOUS SPIRALS MAY BE USED INSTEAD OF HOOPS WITH 9O' HOOKS_ 9. SPIRALS SHALL TERMINATE EACH END WITH 1)4" TURNS. 'r 10. FULLY GROUT ALL CSL TUBES FROM TOP TO BOTTOM AFTER TESTING IS COMPLETE AND CAISSONS ARE DETERMINED TO BE ACCEPTABLE IN ACCORDANCE WITH THE SPECIFICATIONS TOP OF COLUMN v : 0- k 11. AFTER ENGINEER APPROVAL, FULLY GROUT ALL CSL TUBES FROM TOP TO BOTTOM SEE COLUMN FOR CAISSONS NOT DESIGNED FOR CSI TESTING, NOTE THAT CAISSONS NOT DESIGNED FOR TESTING MAY it REQUIRE TESTING AT THE DISCRETION OF THE ENGINEER BASED ON THE TEST RESULTS OF CAISSONS DESIGNED FOR TESTING. ADDITIONAL CAISSONS REQUIRED FOR TESTING WILL BE PAID ELEVATION FOR AT THE UNIT BID PRICE FOR CSL TESTING. Ni ©M • TABLEc. PIER = q COLUMN = Q CAISSON PIER = O _ 3O COLUMN t7C --STEEL PIPE CSL TUBE OO° 1Y2" INSIDE DIA. X 0.145" 30 ��p• N P14A #7E x I THICK, 6 TOTAL PER / CAISSON AS SHOWN, 43Y2" DIA. HOOPS • ,, • (ALL CAISSONS) • • in 12-P14BN#1 E1Es COLUMN 12—P14B�#1 1 E, — • REINF., SPLICES NOT SEE NOTE 7 * GLR' P14A�#7E ' i ' `• BUNDLED #11E •PERMITTED O v UNLESS APPROVED BY ENGINEER • •' • • CAISSON REINF. « o_ V • 0 lI • COLUMN ELEVATION TABLE I • • P14AN#7E, TYP. 9O° HOOKS TOP OF COLUMN ✓r TYP. :° • LOCATION ELEV. (EL)• • 1 4798.: • , ' '• ` ` :• Al4BN#1 1 E PIER 2 COL 2 (CENTER) 4798.85 ' • • COLUMN REINF. PIER 2 COL 3 (RIGHT) 4798.86 a '• •• .%e.c BOTT. OF COLUMN = Ni- TOP OF CAISSON 2 -O 2 -O PIER 3 COL 1 (LEFT) 4798.82 M M .. in EL 4792.00 `3�° PIER 3 COL 2 (CENTER) 4798.81 4'-O" DIA. COLUMN � 0° p t 15 0O° PIER 3 COL 3 (RIGHT) 4798.80 • COLUMN SECTION SECTION ACAISSON B ;� = w w SCALE: 3/4" = 1'-0" II u.u.. o Z N - r` d F, m>W �N P b w CC FOR INFORMATION ONLY i 2 O w PIER = w COv CV re) 0 °:1- v • _ • �� CAISSON � CC) mCAISSON Q PIER = QUANTITIES (ONE QUANTITIES (PER PIER) 0o z °- m 7 o ICAISSON) • • r 15,OO°F� T M )F PAY LENGTI Z a CONCRETE REINFORCING CONCRETE REINFORCIN '5%c #8E 52" t • 0 CLASS BZ (CY) STEEL (LB) CLASS BZ (CY) STEEL (LB a HX DIA. OOPS _LED ---\/- @ i cn 1 / P14BN#11E —P14Ar#7E PIER 2 32.60 758O 97.8 2274O •' •• , /� 7 o O9%. „ IN +o •+, I .• o' PIER 3 32.60 758O 97.8 2274O 8 12 BUNDLES. CAISSON LIMITS ,• ° V -\.-- 6: ' a • 2—#11E, HOOP cn411 SEE NOTE 6 • ' o0 ► • 9O° HOOKS ' ci / TYP. ' o: o Q W • — 12 BUNDLES 2-#11E • ' CAISSON REINF., SPLICES 'o , p NOT PERMITTED UNLESS APPROVED BY THE ENGINEER • • O • • • ' N • o• 2'-9" BOTT. OF CAISSON 4755.00 o •+ '+ • + + • COLUMN -EL d«. +; ,, HOOP 5,-6" 9O° HOOK TYP. ALTERNATE HOOK DIA. CAISSON 2'-9" 2'-9" LOCATION, SEE 0 i NOTES 8 & 9 I ® CAISSON ELEVATION 5'-6" DIA. CAISSON SCALE: 3/4" = 1'-0" CAISSON SECTION HOOK DETAIL FOR HOOPS MOW what's r 0. L' t. •/ AL : 3 S Call before you dig. - Print Date: 10/23/2023 Sheet Revisions WCR54 PIER BRIDGE CAISSON IMPROVEMENTS DETAILS Project No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-13A �r G����� 4745 Boardwalk r5e2Iluilding D, Suite 200 Frt Cll, ---- Phone: 970.377.3602 J -U -B ENGINEERS, INC. 1111 H Street ,'T ir�.■ �� `I Greeley, CO 80631 p 10/19/23 66" CAISSON DIAMETER KTS, Revised: Designer: KSMITH Structure54-13A Drawing Number S—gS 10/23/23 CAISSON REINFORCING KTS 8 L r r'; Phone: (970) 400 3750 ,i Fax: (970) 304-6497 Q O Retailer: <SMITH Numbers Sheet Number 88 of 152 Void: Sheet Subset: STRUCTURA Subset Sheets: 9 of 46 0 LE-; 0 0 7 LU W O U CD Co W 0 Co 0 CD rU W W 0 CO CO r O 0 O GO CO CO 0 [J W 0 0 0_ W z 0 O U O J W 3 O U co Ez W c 't 5 F- Y w U a - m ti 0 m V • CO O D a a d d N N 0 N �\D 0 N co i4 o U 0 O a a0 35'-75„ Q WCR54 35'-7$„ SLOPED BTWN. 10 LEVEL SECTION, TYP. ____ 5` �,p 1'-0" V1-P19r- TYP. EA. END LEVEL __ / __ LEVEL / TYP. t 2 -0 TYP. 2 -0 TYP. o L HIGH DENSITY z Y POLYSTYRENE �s. I ! So ��o J Q I 1 / ., , CHAMFER BP G SPAN 2 L -!!l�le :; j'� PIER ELEVATION TABLE N li 1'-6" o . 4 - - . . - - - . . - . . _ . . . - - . - - - •1 - - • q PIER 2 _. _.- 1 TYP. TOP OF CONCRETE —6 il�Oil� \ Imo. �� PIER GIRDER SPAN ELEV. (FT.) _ C _� BRG SPAN 1 2 1A S1 4804.19 2„ x 2 I y 8" 2 1B S1 4804.36 8'-1" TYP.* I I CHAMFER 8 . 4 SPC© 2 1C 51 4804.52 SPACING OF ,-0" BEARINGS PIER 2 STA. 135+10.07 1 = 4'-0" 2 1D S1 4804.69 jj GIRDER TYP. PIER 3 STA. 136+30.07 6-P19^ #10E 2 1 E S1 4804.85 4" TYP. LIMIT OF SHEAR KEY GIRDER @ BRG. TYP. Q GIRDER @ BRG. TYP. ANCHORS, TYP. * MEASURED PERPENDICULAR 2 1 F S1 4804.69 EA. END Q GIRDER @ BTWN GIRDERS TO Q. GIRDER 2 1G S1 4804.53 Q PIER TYP. 2 1H S1 4804.37 PLAN 2 11 S1 4804.22 (PIER 2 SHOWN, PIER 3 SIMILAR) 2 2A S2 4804.19 2 2B S2 4804.36 2 2C S2 4804.52 2 2D S2 4804.69 2 2E S2 4804.85 2 2F S2 4804.69 2 2G S2 4804.53 2 2H S2 4804.37 2 21 S2 4804.22 Q. 1B -S1 Q 26-S2 2C -S2 Q 2E -S2 1F 3 2A S2 4804.18 2A -S2 1C -S1 1 D -S1 Q 1E -S1 -S1 N, Q 1 G -S1 Q. 1 H -S1 CL 11-S1 SEE NOTE 1, TYP. 3 2B S2 4804.34 1A -S1 �� A B 2D -S2 SEE ELEVATION Q 2F -S2 (`� 2G -S2 Q 2H -S2 21-S2 3 2C S2 4804.50 -1" TABLE, TYP. S-816 S-816 SHEAR KEY 3 2D S2 4804.65 3 2E S2 4804.81 PIER -- J PIER ELEV 4804.19 2 ----------------__-__ ELEV 4804.22 2 _ _ --------------- ELEV 4804.18 PIER 3 ELEV 4804.15 PIER 3 3 2F S2 4804.65 3 2G S2 4804.48 I 2 I 3 2H S2 4804.32 r) I / LU 3 21 S2 4804.15 I - Li f 3 3A S3 4804.18 up ONSTRUCTIoN 3 3B S3 4804.34 / 3 3C S3 4804.50 3 3D S3 4804.65 SEE NOTE 1, TYP. 4' DIA. COLUMN, TYP. 3 3E S3 4804.81 SEE NOTE 1, TYP. ALL COLUMNS 3 3F S3 4804.65 3 3G S3 4804A-8 ,. 3 3H S3 4804.32 O NOTE: 5'-6" DIA. CAISSON, TYP. 3 31 S3 4804.15 "APACHE" 1. APPLY COLOR (OR ✓I � 1 0 APPROVED EQUIVALENT) STRUCTURAL �� \ / �� Q CONCRETE COATING ALL VERTICAL w FACES OF PIER CAPS AND BOTTOM 25'-0" 25'-0" OF PIER CAPS AND COLUMNS. 2. CONCRETE FOR PIER CAP AND COLUMNS SHALL BE CLASS D 4500 PSI 3. CONCRETE FOR CAISSONS SHALL BE CLASS BZ 4500 PSI Q Q. CAISSON = COLUMN 1 TYP. 4. CAISSON = c. COLUMN 2= Q PIER @ q WCR54 Q CAISSON = Q. COLUMN 3 TYP. ELEVATION 9 1 -eirkefrir Know what's below. Call before you dig. (AT Q SPAN 1 PIER 2; PIER 2 SHOWN, PIER 3 SIMILAR) Print Date: 10/20/2023 Revisions . ,ififo , PIER WCR54 2 BRIDGE & 3 PLAN IMPROVEMENTS 8c ELEVATION Project I No. Scale: AS NOTED Date: ISheet Comments Init. No Revisions: 54-13A as....„ - cJ•LJ B 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 1�'•' Phone: 970.377.3602 J -U -B ENGINEERS, INC. 1111 HI treet 4 r.• I imi GreeleySCO 80631 p 10/19/23 66" CAISSON DIAMETER KTS {� Fax: (970) 304 6497 Revised: Numbers Designer: KSMITH Structure 54-13A Drawing Number 5-815 .� it l �? , ; Phone: (970) 400-3750 v, J . J C O Retailer: KSMITH Sheet Number 94 of 152 Void: Sheet Subset: STRUCTURA Subset Sheets: 15 of 46 NOTES: 1. CONCRETE COLUMN, PIER CAP, PIER DIAPHRAGM AND DECK SHALL BE CLASS 0 4500 PSI. CONCRETE FOR CAISSONS SHALL BE CLASS BZ 4500 PSI 2. CONCRETE FOR PIER DIAPHRAGM AND CONCRETE DECK SHALL BE POURED AT THE SAME TIME (MONOLITHICALLY) PIER Kevin T. Smith C) G eo co O rn r` co CD W O U Co W G 0 Co O CD CD W W C? O Ga m r U 0 Go Go Co F- 0 [U O 0 z O O W 3 O U n H z W J U J 4 a H W U D7 Ti O a 2 a r) r7 0 U CO D y N) 0 NN NN _ 0 M O o� 2 0 O O oa ao Q BEARING TOP OF 3" HMA ,. BEARING ENDS OF GIRDER, TYP. y „ ✓ r r, 1 i 1" RECESS 2' -6" 2'-6" 5'-O" PIER CAP Know what's bSlovv. Call before you dig. .. LEVELING PAD Q. 4'-0" DIA. COLUMN = 5'-6" DIA. CAISSON PIER CAP SECTION SCALE: 3/4" = 1'-0" Print Date: 1 0/20/2023 Scale: AS NOTED (JIM J -U -B ENGINEERS, INC. 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 0 Q 0 Sheet Revisions Date: Comments 10/19/23 66" CAISSON DIAMETER U W a 'a Init. KTS 1" HIGH — DENSITY POLYSTYRENE BELOW PIER 1 DIAPHRAGM 4 PIER BEARING 1" RECESS - BEARING 8" 1'-4" SHEAR KEY RECESS, TYP. 2'-6" 2'-6" mar 5'-0" PIER CAP E. U L1J O 0 z L�J 5'-113/4" ® MIDDLE OF PIER CAP re61 PIER CAP SECTION S-815 SCALE: 3/4" = 1'-0" 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 END OF PIER CAP END OF PIER DIAPHRAGM 0 EL U pc W_ ET 0tcr „ Ck LEVELING PAD GIRDER 1 "x10"x3'-1Y2" ELASTOMERIC LEVELING PAD, TYP. r 1 -_ _Ali _ 1 11 -C1 i 2" x 2" CHAMFER, TYP. r 1 1 No Revisions: Revised: Void: 1 1 C PIER CAP SECTION SCALE: 3/4" = 1'-0" WCR54 BRIDGE IMPROVEMENTS PIER DETAILS 1 Designer: KSMITH (Structure Detailer: KSMITH Numbers 54-13A Sheet Subset: STRUCTURALISubset Sheets: 16 of 46 c. BEARING PIER BEARING Project No. F- w VD 0 rr H- 0 0 U- 0 w rr 54-13A Drawing Number 5-816 Sheet Number 95 of 152 O G ea co CD N 0 7 LU W 0 U Co W 0 a- 0 0_ d 0 0 CD CD ro CD Ga m r Go 0 0 Co F- [J W O W z 0 U 0 J W 0 Co R w (! J 0 H - J a- Y UJJ 0 a - m m CO O D a a 0 I") W o� N N NN N N\ N \.. 0 - O 0 a ao Q ABUT. _ Q BRG. 4'-O" CONCRETE CLASS D (BRIDGE) SHALL BE USED FOR APPROACH SLABS. I NORMAL TO ABUTMENT) 20'-0" ( HOT MIX ASPHALT TRANSITION OVER WATERPROOFING 1'-6" 1'-0" 1'-6" ' Y2" EXPANSION JOINT MATERIAL SHALL BE COVERED WITH APPROVED SEALANT AND MEET AASHTO SPEC. M213. - TYPE BR10 6R3 MEMBRANE 1'-6„ Y2" GAP BETWEEN EDGE WINGWALL OF APPROACH SLAB - 11-0" XPANSION FOR EXPANSION DEVICE DETAILS, SEE DRAWINGS S-828 AND S-829. AND WINGWALL, TYP. c "`� 1 f DEVICE #5 TOT. 2 1 ' FOR CURB AND RAIL DETAILS, SEE DRAWING S-832. ` A - 1 L - APPROACH SLAB CONCRETE SHALL BE CURED IN ACCORDANCE WITH THE I f i - SPECIFICATIONS FOR BRIDGE DECK CONCRETE SUBSECTION 601. _ i o IN � 1 m I in I SAW CUT 2" DEEP OF NEW HMA FOR Y2" WIDE POURED JOINT SEALANT. THE r `° T POURED JOINT SHALL BE INCLUDED IN ITEM 403, HOT MIX ASPHALT. 1 -O @ I_— ® I 1 t 4) • 1 20 GAGE GALVANIZED o ALL STEEL REINFORCEMENT IN APPROACH SLAB AND SLEEPER SLAB SHALL BE o I 1 EXPANSION DEVICE I >- Y J / -I EPDXY COATED, UNLESS NOTED OTHERWISE. I I o B Q <c SHEET METAL (TO BE as I r r • I m I I a w INCLUDED IN THE WORK) �� I ,n S #5 @ 1'-0" ' - ao o ------- ALL APPROACH SLAB AND SLEEPER BEAM CONCRETE AND STEEL REINFORCEMENT 8 SHALL BE PAID UNDER THE BID ITENAB601 CONCRETE CL DSAND BID ITEM 602 SLEEPER I #5 TOT. 10 #5 �, @ 1'_0" BOTT. OF SLAB SLAB ' I , I ' A o REINFORCING STEEL (EPDXY COATED) RESPECTIVELY. 2-8 ' I __ t I - ** ATSM A955 (GRADE 60), OR ASTM A1035 (GRADE 100) FOR APPROACH h I - I 6" APPROACH - _ I SLAB TO ABUTMENT REINFORCEMENT. STAINLESS STEEL REINFORCEMENT 2'_2" `2 - - EA. PLACE "REINFORCING I - �' SLAB SEAT _ _ - „I I TYPICAL SLEEPER SECTION SHALL BE PAID UNDER THE BID ITEM 602-00025 STEEL ill #5 @ 1 -0 S (STAINLESS)." ALL OTHER REINFORCEMENT ON THIS SHEET SHALL BE EPDXY , I ..... I I I 'm TOP OF SLAB, I TAKEN NORMAL TO EXPANSION DEVICE COATED, GRADE 60 STEEL REINFORCEMENT. - '9 .-CO J 1 S. I I I I I bI a I CONTRACTOR MAY USE C 7" 1'-0„ I �- @ APPROACH 1 6" 1'-6" SLAB i I I I SAW CUT 2" DEEP WIDE FOR POURED JOINT 6" -• y- H - - - SEALANT, SEE NOTE - - - HCL I= CENTERLINE OF ROADWAY\ i I I �1 I I ** STAINLESS STEEL 4 -0 @ 4 #5 I 1 1'-0" (PROD. 2'-O" INTO 2 i �� 0 \)/\ APPROACH SLAB) PLAN OR DRAINAGE SEALANT -\ o 2" DEEP POURED JOINT , V 1 FILLER, POLYSULFIDE OR Y" EXP'N JOINT BEGIN/END Q �\ ii SILICONE SEALANT. EXTEND MATERIAL APPROACH SLAB z #4 �� 20'-0 cn "W" I- w UP TO SIDEWALK, UP FACE OF AND 6" RAIL CURB. @ 1 -6 - - - u -z J CS Y2" EXPANSION —/ w JOINT MATERIALi SECTION SECTION cc #4 @ 1 -6 TOP OF CONCRETE a B v ELEVATION, SEE I- ---- 5 @ 1 -0 o ,' N TABLE { ` 1 9'-6" WIDTH OF SIDEWALK 1 w seams. • C, s r r 4'-O" S I r,. 0 o 0 0 0 0(f)TOP OF SLEEPER BEAM / .. i 7777 7..z.., TO MATCH ELEVATION TYP. SLEEPER z ..... _ 0 ' '' -6 1 -0 1 -6 O 6 @ 6" # , „77000 ' 1UI OF SIDEWALK " 7 7 ' CONSTRUCTION ONT JOINT SECTION #5 @ 1 -0 i- - 7%0070%00%07007000% EXPANSION • • • • 4D.c.;;:' ABC CDOT 0 7 7 7' 0 7 7 "' 7 7' TOP OF SIDEWALK #5 „ @ 1 -0 rr 7,.77 ,. ,.7 ,.77 CLASS 6 DEVICE \ i ! ! s S ... %777..7.. , 8" p .0 7 7 .... 7 (VIRGIN) I 7 "`0007'700" - FLOWFILL r` N O .7..7..7 ' I —L U 777.77 . 7777 #5 TOT. 2 :— ` 7 a %vgO -N #5 TOT. 10 SECTION a A #5 TOT. 2 #5, TYP. 0 WITH HOT MIX #5 TOT. 2 N 9'-1"2 EA. PLACE #5 TOT. 2 w n' ASPHALT ROADWAY lo T : s 4 • ELEVATION 20 GAGE GALVANIZED J `�SSEECCTTIIOONN SHEET METAL BE LEFT FLOWLINE RIGHTFLOWLINE(AT (TO s 1•C- (AT + LOCATION CROWN INCLUDED IN THE WORK) �� SIDEWALK FACE) SIDEWALK FACE) L- a #5 TOT. 10 8" #5 @ 1'-0" ABUTMENT 1 4809.09 4809.64 4809.15 a`o U N 2'-8" ABUTMENT 4 4809.03 4809.52 4808.97 811 ® 2 SECTION 2'-2" 2 EA. PLACE ,,isip/ Know what's bS'1O11V. Call before you dig. Print Date:10/23/2023 Sheet It Revisions •-•.. o WCR54 APPROACH BRIDGE SLAB IMPROVEMENTS DETAILS , Project I No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-13A '� ������ 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 1�'�' Phone: 970.377.3602 J -U -B ENGINEERS, INC. 1111H Street 'T !►�',■• `I Q 10/23/23 66" CAISSON DIAMETER KTS Greeley, CO 80631 {� Revised: Designer: KSMITH Structure 54-13A, Drawing Number 5—827 V,i j 1' Phone: (970) 400-3750 1 c c v, "" — Fax: (970) 304 6497 J Detailer: <SMITH Numbers Void: Sheet Number 106 of 152 Sheet Subset: STRUCTURAL Subset Sheets: 27 of 46 U O X N M 0 0 0 LU W U 0 01 w 0 Z 0 w 0 0 CT] w 0 co 03 1n U O 0 d, n F- U w 0 0_ Z 0 0 0 w 0 U =H Z E 0 • J Q • E- 0= U m o c) n d N n U N U NN N0 O o v 0 O O 0- o NOTE: POST SPACING SHALL BE MEASURED ALONG THE BACK FACE OF THE CURB Q. POST, TYP. 10'-0" MAX. (6'-8" MIN.) POST SPACING NOTES: 2'-6" MIN. 5'-0"± 1. ALL TUBES SHALL BE ASTM A-1085. ALL POSTS, BASE PLATES, AND SPLICE TUBES FABRICATED BY WELDING SHALL BE ASTM A-572 GRADE 50. POST ANCHOR, ENCASED IN W6x20 7301/2"x„ TRAFFIC FACE PL /4 x11 -0 / CONCRETE, SHALL BE GRADE 36 STEEL AND NEED NOT BE GALVANIZED. ALL OTHER STEEL OF TUBE 75/6"x 118" SLOTTED SEE DRAWINGS "x 412" SHALL BE GRADE 36 UNLESS OTHERWISE NOTED. 1 SLOTTED HOLES �5/i6V 3" HOLES AT SPLICES 1 112" SLOTTED x4 [s-832 & S-834 HOLES IN POST AT BRIDGE EXP'N DEVICE Y2" CHAMFER 2. THE ABOVE MATERIAL AND ALL ANCHOR BOLTS AND MISCELLANEOUS BOLTS, NUTS, AND I n FOR TRANSITION DETAILS BASE PLATE WASHERS SHALL BE GALVANIZED AFTER FABRICATION IN ACCORDANCE WITH SECTION 509. 0 0 0 0 0 �� keN "' / CONCRETE, REINFORCING STEEL, AND STRUCTURAL STEEL ELEMENTS SHALL CONFORM TO 3/4" DIA. HOLE O O O L _- THE REQUIREMENTS OF SECTIONS 601 & 606, 602, AND 509, RESPECTIVELY UNLESS BTWN. TUBES Cc -r _ CONCRETESHALL R 5. M OHORIZONOTAL N 1CURVE ETUBES OHALDL - - - / - \ FOR REFLECTOR O O O O O O O O SRWISE 3. THE BE SHOP BENT ORRFABRICA FAFIT WHEN RADIUS BRICATED TO °moo TAB MOUNT �' ,! ' IS LESS THAN 1,800 FEET. or 4. TUBES SHALL BE CONTINUOUS OVER NOT LESS THAN TWO POSTS, PREFERABLY 4 POSTS _ —1 __ o' / I I EXCEPT AT APPROACH SLAB END JOINT. NO WELDED BUTT SPLICES WILL BE ALLOWED IN T TOP OF CURB L - - - -1 „ THE TUBE SECTIONS. 1 x112 HORIZ. 5. THE CENTERLINE OF THE TUBE SPLICE SHALL BE 1'-8" MINIMUM AND 2'-6" MAXIMUM FROM O TOP OF SIDEWALK=•1 L SLOTS IN POST _1 THE CENTERLINE OF THE POSTS. 1////////////// /l �j� //�./// �� AT Q TUBES „ 6 MAX. TYP. 6" MAX. TYP. %/, />N1 .. 6. ALL BOLTS THAT HAVE LOCK WASHERS SHALL BE TIGHTENED TO SNUG ONLY. m 7. POSTS SHALL BE PERPENDICULAR TO THE LONGITUDINAL ROADWAY GRADE. FACE OF 10j" 11/" CURB 8. ONE OR MORE 10'-O" POST SPACES MAY BE REDUCED (6'-8" MIN) IN ORDER TO MAINTAIN 11-#3 MAX. SPC. = 4" @ POSTS, TYP. --/ 1'-8" 1'-8" 3" 2 •- - 2 DIMENSIONS FROM THE END OF THE RAIL AND EXPANSION JOINTS OR CONCRETE 10" ° 8 BUTTRESSES. OPEN JOINT IN CURB TO MATCH LOCATION AND WIDTH OF ANY JOINT IN THE 9. THE TOP AND INSIDE FACE OF THE RAIL SHALL RECEIVE A COATING OF ITEM 515, 1 SUPPORTED SLAB. SEE JOINT DETAILS FOR TREATMENT OF ANY EXPANSION 1 " DIA. HOLES CONCRETE SEALER, EITHER A SILANE/SILOXANE OR A TYPE COMPATIBLE WITH THE A DEVICES OR JOINT SEALANTS AT THE CURB. EXPANSION FITTINGS SHALL BE CONCRETE COATING OR SEALER/STAIN SHOWN IN THE PLANS. INSCONDUITTALLED ON ALL OPEN O REGARDLESS THE 10. MADE BRIDGE MASH, POSTS, MAT MATERIAL. THEUTILITIES OST SHALL INCLUDED INNTS COSTTF FTHETYPE WORK. PLAN - POST DETAIL P PLATES,UNDER M SCELLFOR POST ANCHORS, BASE ANCRAIL BACKING6P ATES,HOR BOLTS,ANEOUSBOLTS, NUTS, WASHERS, TUBES, TUBE EXPANSION DEVICES, TUBE SPLICES, END PLATES, ELEVATION - BRIDGE RAIL CONCRETE (CLASS D OR G), REINFORCING STEEL, CONCRETE SEALER, AND REFLECTOR TABS. 11. PRIOR TO FABRICATION OF THIS ITEM, AN ELECTRONIC PDF WHICH COMPLIES WITH THE NOTE: STRUCTURE NUMBER SHALL BE MOUNTED ON METAL POST TRAFFIC. WITHIN 10' OF END OF WINGWALL SEE SIGNING AND STRIPING FACING PLANS FOR ONCOMING LOCATION REQUIREMENTS OF SECTION 105, SHALL BE SUBMITTED TO THE ENGINEER FOR INFORMATION ONLY. AND DETAILS. * TOOLED OR CHAMFERED 3/4" JOINT IN THE BRIDE 1'-6" HSS 6x6x14" DESIGN DATA: CURB SHALL BE PLACED AT 1'_1 N ro DESIGN: AASHTO MASH 2016 TL -5 FOR OVERLAY THICKNESS UP TO 1" (BY CALCULATION), __ AASHTO MASH 2016 TL FOR OVERLAY THICKNESS OVER 1" AND RESULTING IN A HEIGHT OF 10'-O" MAX SPACING. REFLECTOR TAB AT -° '�o -4 THE TOP OF RAIL OVER PAVEMENT OF 36" MIN PROFESSIONAL EVALUATION AND CRASH (BY PLACE JOINTS MIDWAY W6 EACH POST_ SEE CDOT _ I �: TESTING). ANY CHANGES TO THE BRIDGE RAIL DETAILS MUST BE APPROVED BY STAFF BRIDGE. BETWEEN RAILPOSTS. ! " M-606-1 FOR DETAILS. N1'-33/4" cv 3 /4 HOLE HOLE DIA. �. \. - STRUCTURAL STEEL: p' 1Y2„ _ � -� %0 co �I' \ AASHTO M270 GR 36 (ASTM A709 GR 36) Fy = 36 ksi Q 3 r, CONSTRUCTION - 2—/4 DIA. x 2" THREADED ANCHOR SIDEWALK REINFORCING • JOINT r\ r I AASHTO M270 GR 50 (ASTM A992/A572 GR 50) Fy = 50 ksi STUDS (AUTOMATICALLY 1•0 NOT SHOWN. SEE I CWINGWALL N T..... N ASTM A1085 Fy = 50 ksi END WELDED TO TUBE SHEET S-830 (BEYOND) _I CN' Q 1 "x 112» CONCRETE:'I' CLASS D OR G F'c = 4.5 ksi WITH HEX NUTS, 1/4 HARDENED WASHERS, HORIZ. , ;� APPROACH- . V SLOTS REINFORCING STEEL: A ASTM A955, FY = 75 ksi MIN I ` AND LOCK WASHERS) SLAB ASTM A1035 (GRADE 100), FY = 100 ksi MIN * TOP OF SIDEWALK #3E CONT. (TOT 5)— • • - •/ - / OPTIONAL STAGGER SPLICES. SPLICE LENGTH = 1'-10". Y2 " DIA. • SIDEWALK REINFORCING SLEEPER DRAIN HOLE IN POST CONCRETE CLASS D IS MACRO FIBER REINFORCED. FOR PROJECTS IN THE METRO AREAS / NOT SHOWN. SEE IF I_ SLAB 1 -1" FOR GALVANIZING (DENVER, LOVELAND, FT COLLINS, COLORADO SPRINGS, PUEBLO, SILVERTHORNE, GLENWOOD wl "' i SHEET S-830 # 3E SPC up r ti , SPRINGS, GRAND JUNCTION, MONTROSE, DURANGO, ALAMOSA) CLASS G CONCRETE SHALL BE i N 1 © 6" MAX., SEGTION POST ELEVATION UTILITY CONDUIT USED IN LIEU OF CLASS D. i A� 1 -33 (4 MAX. 0 © POSTS) _ CONST. JOINT A REINFORCING STEEL USED IN BRIDGE RAILS (INCLUDING REINFORCING PROJECTING INTO I BRIDGE RAILS FROM DECKS) ON STRUCTURES AND RETAINING WALLS CARRYING D 1 INTERSTATE TRAFFIC, INCLUDING RAMPS AND CROSSING STRUCTURES, OR ON OTHER - U I H- ar = STRUCTURES ON THE STATE HIGHWAY SYSTEM IN CLEAR CREEK, GRAND, GUNNISON, (f) 3'-0" HINSDALE, JACKSON, LAKE, MINERAL, PARK, PITKIN, RIO GRANDE, ROUTT, SAN JUAN, AND ® . o 3 PACES SUMMIT COUNTIES SHALL BE SOLID STAINLESS STEEL REINFORCING BARS CONFORMING TO Y4 V 8„ f 1 -6 Q SPLICE AASHTO DESIGNATION M 334M/M 334-17, UNS DESIGNATIONS S24000, S30400, S31603, SLAB REINFORCING, TYP. - - it' TUBE 514"x514"x �'-� 2�/8" DIA. 1'-1" A325 4 „ 7 4 3 3� „ 7 4 „ .3125" S31653, S31803, x3' -O" FABRICATED STRUCTURES IN S32101 AND S32304. REINFORCING STEEL IN BRIDGE RAILS ON OTHER LOCATIONS SHALL BE LOW -CARBON, CHROMIUM, STEEL OW x +4 OR A449 BOLTS WITH HEX FROM 5/6" A572 REINFORCING BARS CONFORMING TO ASTM A1035/A1035M ALLOY TYPE 1035 CS GRADE >- NUTS AND LOCK WASHER 100 WITH A MINIMUM CHROMIUM CONTENT OF 9.2%, OR THE SOLID STAINLESS DESIGNATED a 214") co ( ) f ( ) Q 7/8" ABOVE. ALL TIE WIRE, CHAIRS AND SUPPORTS SHALL BE STAINLESS STEEL OR PLASTIC. Li (PROD. ) TUBES AND DIA. I 1 x 712" A325 BOLTS, TYPICAL SECTION HEX NUTS, WASHERS, AND LOCK WASHERS. USED WHEN PLACED ON CONCRETE SLAB 112" g" 1 1/2" q 15/6"x118" SLOTS HSS 6"x6" INFORMATION DECK AND SIDEWALK) ONLY (WITH 8" BRIDGE `1 f� 1 AT TUBE SPLICE, AND 1"x4" SLOTS AT BRIDGE EXP. DEVICE. SLOT BOTH INNER AND OUTER TUBES. STAGGER TOP AND BOTTOM SPLICES INTO DIFFERENT POST SPACINGS DESCRIPTION UNIT PER LF EXCEPT AT EXPANSION JOINT, PLACE AT OPPOSITE ENDS OF SAME POST SPACE EXCEPT 1546" DIA. AS SHOWN IN TRANSITIONS. (RANGE OF MOTION = 1 '-0" AT BRIDGE EXPANSION DEVICE.) CONCRETE SEALER SY 0.28 HOLES STRUCTURAL STEEL (GALVANIZED) LB 49.6 3/8x 811 PL 3x1'-0" PLAN - TUBE SPLICE CONCRETE CLASS D OR G •I+ CY 0.06 `�1 ANCHOR DETAIL REINFORCING STEEL (AASHTO M334 LB 10.0 0R ASTM A1035) Know 'S WOW. Call before you dig. 1 Print Date:1O/27/2023 Sheet Revisions -- ray,, ,_- , WCR54 BRIDGE BRIDGE RAIL TYPE IMPROVEMENTS 10 MASH Project No. Scale: AS NOTED Date: Comments Init. No Revisions: 54-1.3A �-- 4745 Boardwalk Drive Building D, Suite 200 J.�.B Fort Collins, CO 80525 Phone: 970.377.3602 J -U -B ENGINEERS, INC. 1111 H Street 10/27/23 RAIL HEIGHT & REINF. KTS -- :! e Greeley, CO0631 Revised: Designer: KSMITH J Structure — 54 13A Drawing Number 5-832 I l I �; Phone: (970) 400 3750 ; c . ... Fax: (970) 304-6497 Retailer: KSMITH Numbers Void: Sheet Number 1 1 1 of 152 Sheet Subset: STRUCTURA Subset Sheets: 32 of 46 m NN co co CD O CD W Ui O 0 Co W O 0 0 co 0 O x O w O m 3 O'I oil n co 0II co III ZI, 0 wI O U F-i z, Ew Go • ai I-. w 0 m �I 0 � U m O � d - NN rv� O N N N N \N No O N v hi O o U m +' y o o Q PM Platted A B C D NOTES: 2'-6" POST 2'-6„ 1. ALL TUBES SHALL BE ASTM A-1085. ALL FABRICATED BY WELDING SHALL BE ASTM POSTS, BASE PLATES, AND SPLICE TUBES A-572 GRADE 50. POST ANCHOR, ENCASED IN POST SEE S-832 FOR I CONCRETE, SHALL BE GRADE 36 STEEL AND NEED NOT BE GALVANIZED. ALL OTHER STEEL q - PAY ITEM BRIDGE RAIL PAY ITEM TRANSITION ADDITIONAL DETAILS NOT SHOWN. #4 @ 6" SPC. 5Y2 �2 I SPC. @ 43/4" SHALL BE GRADE 36 UNLESS OTHERWISE NOTED. 2. THE ABOVE MATERIAL AND ALL ANCHOR BOLTS AND MISCELLANEOUS BOLTS, NUTS, AND TYPE 10 MASH BR10M-GR3 2'-3" • THRIE BEAM CONNECTION #4 TIES WASHERS SHALL BE GALVANIZED AFTER FABRICATION IN ACCORDANCE WITH SECTION 509. d / CONCRETE, REINFORCING STEEL, AND STRUCTURAL STEEL ELEMENTS SHALL CONFORM TO THE REQUIREMENTS OF SECTIONS 601 & 606, 602, AND 509, RESPECTIVELY UNLESS TRANSITION __ N = OTHERWISE NOTED. CONCRETE SEALER SHALL CONFORM TO SECTION 515. _ // TYPE 3G OR 3H 1 3. ALL BOLTS THAT HAVE LOCK WASHERS SHALL BE TIGHTENED TO SNUG ONLY. 1 ® j 4. THE TOP AND INSIDE FACE OF THE RAIL SHALL RECEIVE A COATING OF ITEM 515, I I I I e' 1 Q O o / O0 O 0 0 CONCRETE SEALER, EITHER A SILANE/SILOXANE OR A TYPE COMPATIBLE WITH THE I I - CONCRETE COATING OR SEALER/STAIN SHOWN IN THE PLANS. ° 5. PAYMENT WILL BE MADE UNDER ITEM 606, TRANSITION TYPE BR10M-GR3, FOR ALL ANCHOR ri v ° = BOLTS, MISCELLANEOUS BOLTS, NUTS, WASHERS, TUBES, TUBE EXPANSION DEVICE, _ _ 1'-6" CONCRETE (CLASS D OR G), REINFORCING STEEL, AND CONCRETE SEALER. ' I I o I 6. PRIOR TO FABRICATION OF THIS ITEM, AN ELECTRONIC PDF WHICH COMPLIES WITH THE I I EXPANSION I 2'-6" I 2'-6" ° - E #3 _ I REQUIREMENTS OF SECTION 105, SHALL BE SUBMITTED TO THE ENGINEER FOR INFORMATION DEVICE �j �- 3,_3%„ 1_44'/s" ONLY. T I 1 1 TOP OF ' , I I I I I DESIGN DATA: CURB SECTION DESIGN: AASHTO MASH 2016 TL -5 FOR OVERLAY THICKNESS UP TO 1" (BY CALCULATION), L 1 III I II E AASHTO MASH 2016 TL -4 FOR OVERLAY THICKNESS OVER 1" AND RESULTING IN A HEIGHT OF - - _ _ _ I 1b I THE TOP OF RAIL OVER PAVEMENT OF 36" MIN (BY PROFESSIONAL EVALUATION AND CRASH 0 _ TOP OF I I" NOTE: TESTING). ANY CHANGES TO THE BRIDGE RAIL DETAILS MUST BE APPROVED BY STAFF BRIDGE. SIDEWALK I TOP OF SIDEWALK ENSURE UTILITY CONDUITS HAVE PULL ROPE AND ENDS ARE CAPPED. ENSURE I- I GUARD RAIL POSTS DO NOT CONFLICT WITH CONDUIT. CONDUIT MAY BE ADJUSTED TO AVOID CONFLICT WITH RAIL POSTS WITH ENGINEER APPROVAL. STRUCTURAL STEEL: AASHTO M270 GR 36 (ASTM A709 GR 36) Fy = 36 ksi COVER s TOP OF DECK � � PLATE 3" HMA SEE \ \ SIDEWALK DETAIL DRAWING. AASHTO ASTM A1085 M270 GR 50(ASTM A992 A572 GR 50) / Fy = 50 ksi Fy = 50 ksi ® tri CHAMFER TRAFFIC FACE OF CURB 4)"x11-6" CONCRETE:'? CLASS D OR G, Fie = 4.5 ksi APPROACH SLAB 9 ® I ® I I ® I I I I REINFORCING STEEL: ASTM A955, FY = 75 ksi MIN ASTM A1035 (GRADE 100), FY = 100 ksi MIN o STAGGER SPLICES. SPLICE LENGTH = 1'-10". \- SLEEPER SLAB INFORMATION ONLY assi assi aellai DESCRIPTION UNIT QUANTITY CONCRETE CURB DETAILS STRUCTURAL STEEL (GALVANIZED) LB 610 NOTE: SHADED LINEWORK IS FROM OTHER PAY ITEMS. CONCRETE SEALER SY 2. 0 CONCRETE CLASS D CY 0.95 NOTE: COST OF THE SIDEWALK COVER PLATE AND .g. THE CURB COVER PLATE SHALL BE INCIDENTAL/s" NOTE: CURB DIMENSIONS TYPICAL FOR ALL SECTIONS UNLESS NOTED OTHERWISE. COUPLING NUT REINFORCING STEEL (AASHTO M334 OR ASTM A1035) LB 135 TO THE EXPANSION JOINT BID ITEM, 518-01001. 1'-6" 1,-1" 7/a" COUPLING NUT (RECESS Y$" MIN.) 1 WITH /$" THREADED COVER PLATE - SEE 1'-1" 1#4 Y4 TIES , I (RECESS Y$" MIN.) „ 1 -0 ROD F1554 GR55 „ 1 -0 7/a EXPANSION JOINT WITH THREADED ►I� CONCRETE CLASS D IS MACRO FIBER REINFORCED. FOR PROJECTS IN THE METRO AREAS I - #4 TIES @ 6" 6" MAX. 1 -2 LONG w / I ROD F1554 GR55 x (DENVER, LOVELAND, FT COLLINS, COLORADO SPRINGS, PUEBLO, SILVERTHORNE, GLENWOOD DETAILS ON DWGS N SPACING I up S-827 & S-828 MAX. SPACING I "� x V-2" LONG '" SPRINGS, GRAND JUNCTION, MONTROSE, DURANGO, ALAMOSA) CLASS G CONCRETE SHALL BE ' - USED IN LIEU OF CLASS D. o f I -� ' TOP OF =_ �. � 2_ I- S IDEWALK 1 I 1 I _r. I I flA REINFORCING STEEL USED IN BRIDGE RAILS (INCLUDING REINFORCING PROJECTING INTO c (BEYOND) TOP OF- r f BRIDGE RAILS FROM DECKS) ON STRUCTURES AND RETAINING WALLS CARRYING TOP OF TOP OF f • • SIDEWALK i SIDEWALK SIDEWALK \ INTERSTATE TRAFFIC, INCLUDING RAMPS AND CROSSING STRUCTURES, OR ON OTHER c~n STRUCTURES ON THE STATE HIGHWAY SYSTEM IN CLEAR CREEK, GRAND, GUNNISON, z SEE DWG S-826 / / #3 @ 6„ • "�#3 N I #3 @ 6" @ 6" MAX. SPA. • • - HINSDALE, JACKSON, LAKE, SUMMIT COUNTIES SHALL BE AASHTO DESIGNATION M 334M/M MINERAL, PARK, PITKIN, RIO GRANDE, ROUTT, SAN JUAN, AND O SOLID STAINLESS STEEL REINFORCING BARS CONFORMING TO c� 334-17, UNS DESIGNATIONS S24000, S30400, S31603, m FOR REINFORCING DETAILS #3 @ 6 MAX. SPA. MAX. SPA. M MAX. SPA. 1'-1" I (10" 1'-13/4" VARIES MIN, MAX) j S31653, S31803, S32101 AND S32304. REINFORCING STRUCTURES IN OTHER LOCATIONS SHALL BE LOW -CARBON, REINFORCING BARS CONFORMING TO ASTM A1035/A1035M STEEL IN BRIDGE RAILS ON O CHROMIUM, STEEL ALLOY TYPE 1035 CS GRADE in OPTIONAL •\> 100 WITH A MINIMUM CHROMIUM CONTENT OF 9.2%, OR THE SOLID STAINLESS DESIGNATED Q CONST. #4 TIES @Lii #4 TIES @ ABOVE. ALL TIE WIRE, CHAIRS AND SUPPORTS SHALL BE STAINLESS STEEL OR PLASTIC. a - JOINT in 6" MAX. v ;,� 43/4" MAX. v • SPACING SPACING • • 4 Ii[ k.,_., . 1 1'-6" VARIES SECTION 8 1® A()SECTION B SECTION SECTION ��fr C D f NOTE: SHADED LINEWORK IS Knowvvhat"s MOW. FROM OTHER PAY ITEMS. Call before you dig. Print Dote: 10/27/2023 Sheet Revisions TRANSITION WCR54 BRIDGE TYPE CURB IMPROVEMENTS BR10-GR3 DETAILS SHEET 1 Project No. Scale: AS NOTED ,.,R�;,.`-. Dote: Comments Init. No Revisions: 54-13A I-- CljUl ' 4745 Boardwalk Drive Building D, Suite 200 J��_� Fort Collins, CO 80525 Phone: 970.377.3602 J -U -B ENGINEERS, INC. 10/27/23 RAIL HEIGHT & REINF. KTS 1111 H Street � L ^._;`M ` Q • i Greeley, CO 80631 Revised: Designer: KSMITH Structure 54-13A Drawing Number 3-833 IL, -- •L Phone: (970) 400-3750 , , C s "" l Detci i 1 e r: K S M ITH Numbers _ Fax: (970) 304-6497 Void: Sheet Number 112 of 152 Sheet Subset: STRUCTURA Subset Sheets: 33 of 46 m NN co co CD 0 CD W _ Ui O 0 Co W O 0 0 co CD O CD w O co m 3 OI of 0)co N WI Oil VIII 0 O'. wI O 0 r E z'I v Ji > 2I N I-' ZI wl mom, DO i U p mi ELo -, N0 NM1 N n N N ON NN \N Nr ii NOTE: POST SPACING SHALL BE —154s" DIA. HOLE (TUBES & PLATE) FOR 3/4" DIA. ROUND B al MEASURED ALONG BACKi / HEAD BOLT WITH WASHER, LOCK WASHER, & NUT. FACE OF CURB. " 134" - 434" 131x" DIA. HOLE IN TUBE (13/6"x1 SLOT 5/g" IN PLATE) FOR DIA. x(8" BUTTON _;.. m m / HEAD BOLT WITH OVAL SHOULDER WITH POST / WASHER, LOCK WASHER, & NUT. 4'-3„ La ---1 2" i PAY ITEM PAY ITEM 2'-3" %.T--,- ° ° �' SLOPE BRIDGE RAIL TRANSITION - THRIE BEAM r �\ �' \ ____ ° TYPE 10 MASH BR10M-GR3 43/4" 4„ CONNECTION �„ D a ° - -BEND OR WELD LINE 4" iv) 2 'p% it rv) 1 I "f -TRANSITION 15/6" DIA. HOLE TYPE 3G •UN. t23 _ SECTION FOR 3/" DIA. f T D I I J/ CHAMFER TUBE ENDS ROUND HEAD BOLT FRONT ISOMETRIC oS,� S4" ►��IF USING BENT PLATE 15 115/8" �8 2 FABRICATION FOR fl i� 0 o C— L, .- TRANSITION PLATE 734" 8'" 3" 3" / - T ;�i + I o I 1}16" DIA. HOLES FOR 74" DIA. N\ EXPANSION I E /-- e 'I 2 BOLT WITH WASHER & DEVICE _ _Is j TYP. x I I �� / \ 1O---,�o 3�4 ._ TOP OF 2'-6" 2'-6" e I14 II e CURB l II II m m SECTION m -r --, TOP OF TRANSITION PLATE y \ 3Y2"R (TYP.) 4" F m / o I I " SIDEWALK I- ---- - A rrit4'-42 i/ .............. TOP OF SIDEWALK _' COVER - ma PLATE ` SECTION SEE SECTION F TOP OF DECK 3" HMA E I \ CHAMFER TRAFFIC FACE OF CURB 4Y2"x1'-6" BACK ISOMETRIC I I APPROACH SLAB 43 „ 43,4, *4"4 NOTE: TRANSITION PLATE MAY BE FABRICATED WITH BENT PLATES SLEEPER SLAB !�- 43,4„ AND/OR WELDED CONSTRUCTION. ALL WELDS SHALL BE SQUARE 2 i I ROOT WITH CONVEX CONTOURING. RAIL TUBE DETAILS rite CD fP „ 3/4 THRIE BEAM SHADED FOR CLARITY - I d- DIA. HOLES AT INTERSECTING CORNERS / / TO FACILITATE BENDING AS REQUIRED (TYP.) BEYOND oo . O „ IY,.. 63' "" 134„ 4" 6., 13/6" DIA. x 1" SLOTTED HOLES FOR 5/8" — _ — ■ ■ _ DIA. BUTTON HEAD BOLTS WITH OVAL ` — — F / _ _ o _ _° 34" _ DIA. x 1 1 1 — —_ —6 SHOULDERS (5 @ 2" AND 1 @ 8") +,- ;, ---- . -_ - �. - / - WITH WASHER, LOCK WASHER, & NUT. � _ _ I - - w ROUND HEAD BOLT _ \ _ _ j, co I - 2 — TYP. -- o \ _ _ Y2„ I' 638„ I I I O _ v CLR. BTWN. BASE / _ o o - ----.- -----PLATE & TRANSITION PL - - TOP OF I - o I I SIDEWALK \ ::: TOP OF I - o BEND LINE I SIDEWALK I O c� I 0I z I _ J o �� TOP OF r C3 at d S SIDEWALK /s DIA. BOLT WITH � "° ( _ c c WASHER AND -i Ow T LOCKWASHER, COUPLING NUT CONCEPTUAL BEND DIAGRAM ig AND WI THREADED H C° \PLY4A36) ROD (BEYOND) w Q POST Q THRIE BEAM ` CONNECTION 13/2„ 2'-OY " 4 115%g 4'-3Y4" \ / SEE TRANSITION B10M-3 SHEET 1 ON DWG S-833 FOR CURB DETAILS (TIP.) SECTION SECTION SECTION TRANSITION PLATE A ► B C 811. 'sipfr._ NOTE: SEE DRAWING S-833 FOR PAYMENT DETAILS AND QUANTITIES. TUBE END �+ ISOMETRIC �Y�-'•_ Know fs vv Call before you dig. Print Date; 10/27/2023 Sheet Revisions TRANSITION WCR54 BRIDGE TYPE BR1 IMPROVEMENTS C�—GR3 SHEET 2 Project No. Scale: AS NOTED ,.,R�;, .` �. Dote: Comments Init. No Revisions: 54-13A TUBE AND PLATE DETAILS /r C*ME, 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, ��J�� CO 80525 Phone: 970.377.3602 J -U -B ENGINEERS, INC. 10/27/23 GUARDRAIL HEIGHT KTS _ 1111 H Street �. '�'�. ���� �. r,1 --- �i Q • a Greeley, CO 80631 Col ( Revised: Designer: KSMITH Structure 54-13A Drawing Number 3-834 ( � p Phone: (970) 400-3750 ,j "" Detciiler: KSMITH Numbers G _ Fax: (970) 304 6497 Void: Sheet Number 113 of 152 Sheet Subset: STRUCTURA Subset Sheets: 34 of 46 STRIPING LEGEND: MATCHLINE STA. 138+00 Know bS'1O11V. Call before you dig. SEE ABOVE 0 ++ o M a, c7 �z <tcn O �z uJ zcc 0 U W I— W < EDGE OF PAVEMENT x-00 NO CAMPING F -e 4'1 (:C .Se17.7-TO INSTALL NO CAMPING SIGN ON THE CORNER OF EACH ABUTMENT. MOUNT TO ABUTMENT FACE. 135+00 136+00 BR 54 13A STRUCTURE NUMBER SIGN PER CDOT STD. DWG. S-614-12 "BR 54-13A" (12"x18") STA: 137+65.32, 39.63' L MOUNT TO BRIDGE RAIL 137+00 WCR 54 qw- STRUCTURE NUMBER SIGN PER CDOT STD. DWG. S-614-12 "BR 54-13A" (12"x18") STA: 133+74.83, 39.63' R MOUNT TO BRIDGE RAIL EDGE OF PAVEMENT BR 54 13A NO CAMPING S.. INSTALL 24"124" NO CAMPING SIGN ON THE CORNER OF EACH ABUTMENT. MOUNT TO ABUTMENT FACE. rr_ EDGE OF PAVEMENT EDGE OF PAVEMENT STA: 140+09.41, 12.00' L STA: 140+09-46, 12-00' R EG SPEED LIMIT 55 4 J R2-1 (55) 24"x36" STA: 140+19.36, 20.00' L REDUCED SPEED AHEAD W3-5 24"x36" STA: 140+19.52, 20.00' R -ns_ELs - MATCH EXISTING STA: 142+50.01, 13.10' L EP EP EP- EP MATCH EXISTING STA: 142+50.00, 1.82' L EF EF MATCH EXISTING STA: 142+50.00, 10.43' R 0 �C WHITE LINE, 4" WIDE CENTER LINES YELLOW, 2-4" WIDE WITH 4" GAP CENTER LINES, -401.,-30'-i.-1101-4- YELLOW, 4" WIDE, 4" GAP, ONE SOLID, ONE BROKEN (10' SEGMENT, 30' GAP) _ a C NOTES: TYPE 1 DELINEATOR GREEN WITH 1 PIECE OF WHITE 3X3 REFLECTIVE TAPE TYPE 2 DELINEATOR GREEN WITH 2 PIECES OF WHITE 3X3 REFLECTIVE TAPE TYPE 3 DELINEATOR WHITE WITH 3 PIECES OF YELLOW 3X3 REFLECTIVE TAPE 1. SIGN IMAGE SHOWN FOR ILLUSTRATIVE PURPOSES ONLY. ACTUAL SIGN SHALL CONFORM TO THE D1-5 DESIGN SHOWN IN THE 2012 SUPPLEMENT TO THE MUTCD. CONTRACTOR SHALL SUBMIT DETAILED LAYOUT FOR APPROVAL PRIOR TO SIGN FABRICATION. 2. ALL PAVEMENT MARKINGS SHALL BE EPDXY PER CDOT STANDARD SPECIFICATIONS SECTION 627. 3. DELINEATORS SHALL BE SHUR-FLEX DRIVABLE DELINEATORS PER WELD COUNTY SPECIFICATIONS 4. TYPE 1 GREEN DELINEATORS ARE PLACED EVERY 1/10TH OF A MILE. TYPE 1 DELINEATOR PLACEMENT TO MATCH EXISTING SPACING ON WCR 54, OR AS DIRECTED BY THE COUNTY. 30 60 SCALE IN FEET F- w VD i 0 F- rr H- Go 0 U rr O i 0 w Print Date: 9/29/2023 Scale: AS NOTED 4745 Boardwalk Drive Building D, Suite 200 Fort Collins, CO 80525 Phone: 970.377.3602 0 Q 0 Sheet Revisions Date: Comments Init. 10/26/23 Added no camping signs CDK -�` :Ir.'''. 1861 1111 H Street Greeley, CO 80631 Phone: (970) 400-3750 Fax: (970) 304-6497 No Revisions: Revised: WCR54 BRIDGE IMPROVEMENTS SIGNING 8c STRIPING Designer: KSMITH (Structure Detailer: KSMITH Numbers 54 —HA Project No. 54-13A Drawing Number SN-902 J -U -B ENGINEERS, INC. Void: Sheet Sub :NINE & STRIPINSubset Sheets: 2 of 2 Sheet Number 127 of 152 Rose Everett From: Sent: To: Cc: Subject: Attachments: Nancy Guerrero <NGuerrero@KraemerNA.com> Wednesday, November 1, 2023 8:51 AM bids Tim Maloney; Mike McNish; David Naibauer Bid Request No. B2300185, BR54/13A Bridge Replacement Project B2300185_Bridge 54-13A Replacement Project.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, Kraemer appreciates the opportunity to submit our RFQ/RFP response for the Bridge 54/13A Replacement Project. I hereby waive my right to a sealed bid. Thank you, KRAEMER Nancy Guerrero Engagement and Estimating Coordinator Kraemer North America Quality. Safety. Excellence. 900 West Castleton Road, Suite 220 I Castle Rock, CO 80109 Mobile: 303.548.4891 I Main: 303.688.7 500 n.auerrero2kraemerna.com I www.kraernerna.com Equal opportunity employer 1 Bridge 54-13A Replacement Project Request for Qualifications and Proposals sa► earns a sine a at IMsaialit ,* • Sae _ • o. r eve . ti • aftlril ••? i s u - • 4 • • Y a n a '1 dor S I i _4 fir I. Scope of Proposal NEP • a a a a .S_ KRAEMER® NORTH AMERICA Bridge 54-13A Replacement Project A. SCOPE OF PROPOSAL Kraemer's Understanding of Scope and Objectives Kraemer North America, LLC (Kraemer) is pleased to present our RFQ/RFP response to Weld County Public Works (Weld County) for the Bridge 54-13A Replacement project. Kraemer has the qualifications, expertise, and available resources to deliver success on this exciting project. We understand the objectives of this project and are uniquely qualified to deliver services that will result in early completion and opening of traffic to the newly constructed bridge over the Big Thompson River. In doing so, we will deliver excellence in quality construction for all scope elements including embankment, HMA paving, drainage systems, and erosion control. Kraemer will partner with Weld County to deliver a collaborative project ahead of schedule and under budget. This partnership is founded on consistent communication at all steps of the way, starting from day one of selection on the project through closeout of all documentation after opening. Our entire management team, introduced on page 2 of this section, will anticipate potential issues weeks in advance of when they need to be addressed through our work activity planning and five - week look ahead schedule process. We will be proactive, not reactive, in solving these issues. Kraemer's approach includes a commitment to self -perform many of the salient features of work (including earthwork, drainage, and all structure work) on this project, allowing us to provide the experience and resources that will ensure the highest quality and a certainty of outcome for schedule success, including our commitment to open to traffic two months early. Coupled with that approach, we will manage our subcontractors to ensure schedule is met for those specialty disciplines (electrical, asphalt paving, traffic control) performed by key subcontactors. Our robust management staff will communicate with subs and suppliers consistently and will use our proven subcontractor management tools and processes to eliminate risk of schedule impacts from third parties. Kraemer will deliver high quality work that will exceed Weld County standards. This will result in project elements that will avoid maintenance needs or repairs in future years. Kraemer's commitment to "Quality. Safety. Excellence." will serve as our guide for delivering success. Our methodology for project quality excellence is based on our approach to Work Activity Planning. We have already started planning all of our method statements for major salient activities, and will use the successful plans from our past projects in the area (including numerous bridges over the Big Thompson, Little Thompson, Poudre, and St. Vrain rivers). This process includes a detailed analysis of contract requirements, quality expectations, material and equipment resources needed, detailed schedules for daily work execution, safety and hazard analysis, owner's inspection/ testing requirements, and labor productions to ensure successful execution of the work activity. We look forward to sharing all work activity plans and method statements with Weld County representatives well in advance of starting the work to ensure we are all on the same page with expectations. These plans are communicated with our crews (and subcontractors, if applicable) during the morning team meetings each day to set forth a clear expectation for all to ensure excellence in safety and quality of all aspects of the work. Figure .1: Kraemer recently completedthree bridges ver the Big 'Thompson River, just upstream o1 WCR 54. ()cation Kraemer's management process includes early communication to proactively manage landowner and utility coordination. We will ensure landowners and farmers have access to their properties at all times of construction, and that changes in traffic patterns or access are communicated well in advance. We have included cost in our estimate for all-weather access in and out of their fields and homes throughout the duration of the project. Regarding the utilities, we will use our experience over the past six years working with the same utility companies on our I-25 North Express Lanes project to manage any overlap that may occur between relocations and our work after construction starts. Kraemer will communicate with the County early to remain on the same page and work collaboratively to avoid any utility conflicts. Our commitment is to not allow utilities to impact our schedule. We will own that risk and manage effectively to ensure no impacts to our schedule commitments. Success on this project will also be defined by our approach to environmental management. Effective erosion control measures will be implemented and managed to remain fully in compliance with permit and regulatory requirements. This approach includes daily (not just weekly) inspections, and commitment from crews for timely maintenance of all best management practices. This process includes consistent communication with the Owner's staff to ensure we, as a team, put the Project First along every step of the way in building this project. Decisions will always be made in the best interests of the project. It is Kraemer's goal to begin a long relationship with Weld County on this project. Kraemer is committed to completing this project with no change orders resulting in additional costs unless such change orders are initiated by the County. Kraemer North America, LLC Quality. Safety. Excellence 1 SCOPE OF PROPOSAL We have a 112 -year company history that always puts our values and commitment to building a relationship with the owner ahead of any short term gain on any minor project issue. In the Project Critical Issues section, we explain further how we have approached this proposal and estimate to avoid conflicts, minor change requests, and future issues. In fact, we are very proud to say that we have successfully completed over $1.58 worth of local transportation work in the past two decades with this same approach, and continue to be chosen again and again by owners along the Front Range based on our focus on delivering excellence in quality and safety while partnering closely to ensure project goals are met. Kraemer's Team to Deliver Success The key personnel committed for success on this project and shown below are just wrapping up work on the 1-25 North Express Lanes Segments 7 & 8 Design -Build for CDOT, which was a $486M improvement of 1-25 from SH402 to Prospect Road. Tyler Rue served as Construction Manager on the Project; Brandon Meis was Project Superintendent; Kaitlin Callanan was Project Engineer / Quality Manager; Greg Frazee worked closely in partnership with Tyler as Assistant Project Manager; and Alex Smith led our team as Environmental Manager. As defined in section (d) below, our staff is fully available for the project starting December 1st. The timing of this project is perfect for this entire team to dive in fully to deliver success for Weld County. Kraemer's team is led by Weld County residents that are proud to deliver success for the community in which they live, work, and play. Over 50% of our workforce (operators, carpenters, laborers) are Weld County residents. We look forward to committing these same local residents on the WCR 54 project as well. Figure #2: Organizational Chart I ! ■ II .. .... M Mike McNish, PE _ Principal In Charge Greg Frazee Project Sponsor a s Tyler Rue Project Manager Alex Smith Environmental ManagesJTECS I Garrison Beaver Environmental Field Engineer Brandon Meis Project Superintendent 1 Brandon Morrison Project Foreman s Subcontractors s i i s M s s s s 1 r I I 1 Regional Support Staff Stefan Hennig1 Quality Manager Samantha Marko1 Regional Support ' Walter Pena Safety Manager David Naibauer Cost Estimator i Kaitlin Callanan Project Engineer I Leo F Iquez Dan Scherman Field Engineers Bart Cuomo, PE Construction Engineering Kraemer North America, LLC Quality. Safety. Excellence Z Tyler Rue, Project Manager - Tyler brings over twelve (12) years experience in managing complex bridge and roadway projects, with a focus on planning of the work and communication of our plan to all involved (crews, inspectors, owners, etc.). Prior to 2011, Tyler interned with Larimer County Engineering Department as an Inspector. From this internship, Tyler learned the importance of timeliness of daily reporting and testing documentation, and has carried that commitment through all of his projects. Tyler has worked closely in partnership with Greg Frazee over the past six years on Kraemer's work on 1-25, immediately west of this project. Prior to leading the I-25 North Express Lanes project as Construction Manager, Tyler led Kraemer's work on the I-25 Cimarron project in Colorado Springs, where he worked closely with our environmental team to construct four structures over Fountain and Monument Creek. Brandon Meis, Superintendent- Brandon has over nineteen (19) years experience leading Kraemer's work on construction on bridges similar to WCR 54 over the Big Thompson. He started his career with Kraemer as a carpenter, working progressively up to a Superintendent role eight years ago. Brandon has led the construction of all new bridges along the I-25 North Express Lanes, working closely with Tyler, Greg, and Kaitlin to ensure the highest quality excellence was delivered on our work. Specifically, Brandon initiated the plan to expedite construction of the three separate bridges over the Big Thompson River, minimizing impacts to the traveling public with accelerated construction of each phase of bridge demolition and reconstruction. Kaitlin Callanan, Project Engineer - Kaitlin has over eight (8) years experience working with Kraemer on various bridge replacement projects, including the I-25 North Express Lanes as well as the I-25 and Arapahoe Road Interchange. Kaitlin leads Kraemer's process for Quality Control Inspection of all work prior to releasing for next steps of construction. Her attention to detail and thorough approach to transparent documentation on the I-25 North Express Lanes project has helped put Kraemer in a position to seamlessly close out all NCR's and final paperwork as work wraps up this fall. Kraemer's Experience With Similar Work Kraemer's Mountain West region has over a 40 -year history of building large scale heavy civil road and bridge construction projects very similar to WCR 54 over the Big Thompson River. Figure 3 below includes a list of projects with similar elements of work that were completed within the past 5 years. On the next two pages, we have provided additional details on some of the projects that have all of the same features of work and demonstrate added familiarity with the challenges we will face, and overcome, on this project together with Weld County. Figure #3 riN S Kraemer Past Project Experience* Meadows Parkway over Plum Creek CMGC Academy over Cottonwood Creek CMGC LCR 14 Bridge Over Little Thompson River US 6 & 19th Interchange 1-25 and Arapahoe Interchange CMGC E470 Widening Parker to Quincy CMGC 1-25 / Cimarron Design -Build Edwards Spur Road CMGC E-470 Widening Quincy Rd to 1-70 CMGC Vail Bridge Road Bridge over Gore Creek I-70/Vail Underpass CMGC Vail Resort McCoy Park MP 211 Bridges Powers & Research Interchange Meadows Filing 19 Rd over Plum Creek 1-25 North Segments 7&8 Design 1-25 South Gap CMGC Kentucky over South Platte CMGC Belford Ave Bridge and Happy Canyon Creek *Proiects completed in the oast S years t Fri 4% 0ea .. gitle 'CPO $ 65M $ 8M $ 1M $ 23M $ 55M $ S0M $ 82M $ 25M $ 83M $ 1M $ 21M $ 1M $ 12M $ 27M 7M 0 'r ,001 gtititate TIP St to X X X X X X X x X X X X X X f`- KRAEA/lER sati V MOR1CR eve, x X X PI la% er ta • Ste x X X X X X X X X X X X X X X X X X i i u u Build $ 486M X XIX X 1 X X II $ 334M 12M $ 7M X X X X X X X X Kraemer North America, LLC Quality. Safety. Excellence 3 1-25 North Express Lanes Segments 7 & 8 Three (3) Bridges over the Big Thompson River (I-25 Northbound, 1-25 Southbound, and East Frontage Rd) (Loveland, CO) Kraemer constructed three separate major structures over the Big Thompson River, just upstream from the WCR 54 crossing. All three included demolition of the existing bridges over the Big Thompson; water control and access for working in and around sensitive areas that required an Army Corps of Engineers 404 permit; caisson foundations at pier locations which included CSL testing and dewatering; erection of precast girders from access pads along Big Thompson River that avoided environmental impacts; daily erosion control inspections and maintenance of best management practices to comply with all Army Corps 404 permit requirements as well as CDPHE SWMP requirements; and all other features to tie in roadway embankment and paving on either side of the Big Thompson River. For construction of the East Frontage Rd (EFR) over the Big Thompson, Kraemer initiated a full roadway closure with detours for the EFR traffic, similar to what will be required at WCR 54. The full closure was implemented in March of 2020, and opened fully to traffic ahead of originally planned schedule in September of 2020, for a total closure of less than 180 days. East Frontage Rd over Hillsboro Tributary (Johnstown, CO) Similar to the bridge replacements described above, Kraemer also removed and replaced a single span bridge on the 1-25 East Frontage Rd over the Hillsboro Tributary, immediately south of the SH402 over I-25 interchange. This work involved careful planning with access pads to avoid environmentally sensitive wetlands. The EFR was closed in March of 2023 and re -opened in May 2023, limiting the overall closure to 82 days total. I-25 Northbound and I-25 Southbound over Poudre River (Tinmath, CO) Kraemer replaced the major 1-25 structures over the Cache la Poudre River as part of the I-25 North Express Lanes project as well. This work included major substructure elements constructed adjacent to the Poudre, with careful attention to limit impacts to this environmentally sensitive area. This four span structure was constructed in three different phases, each coordinated to avoid heavy run-off in late Spring. Demolition of the existing bridges over the Poudre was completed by sawcutting slabs and removing sections of the bridge deck to ensure no debris fell into the river. Kraemer North America, LLC Quality. Safety. Excellence 4 A. SCOPE OF PROPOSAL r 1-25 South Gap CMGC 1-25 over Plum Creek (Larkspur, CO) As part of the major 18 -mile highway expansion from Castle Rock to Monument, Kraemer replaced two major 1-25 bridges over Plum Creek in Larkspur, CO. The work required coordinating our efforts to avoid the Preble's Meadow Jumping Mouse habitat, as well as complying with all requirements of the 404 permit. The structures were three -span concrete precast girder bridges over the creek, with water control and final stabilization similar to WCR 54. 1-25 Cimarron Design -Build US 24 over Fountain Creek (Colorado Springs, CO) Kraemer's team, led by Project Manager Tyler Rue, removed the existing US24 bridge over Fountain Creek and replaced it with a two -span precast girder bridge. On this project, Tyler worked closely with Greg Frazee to complete all major roadway reconstruction along 1-25 and US 24 in this busy interchange, minimizing impacts to traffic with an efficient phasing approach that accelerated our overall construction schedule. Kraemer initiated a new horizontal and vertical profile to accommodate 12 feet of vertical clearance for the trail below, and subsequently constructed trail and creek improvements throughout this reach of Fountain Creek. Work included in -stream work that resulted in a beautiful, sustainable, and stable Fountain Creek. This award -winning project provided stream restoration benefits including a drop structure, riffle structure, landscape elements, and final slope stabilization. • References (as requested in Section 3 (f) of the RFP) Name ! Chris Boespflug, PE Heather Paddock, PE Art Griffith, PE Telecia McCline, PE CDOT Director, Express Project Lanes North 1-25 CDOT Transportation Region 4, Director Douglas Public Improvement Manager County Works Capital CDOT Resident Region 1 Engineer Title Phone # 720.755.8482 970.290.8723 303.947.8731 303.570.6452 Email Heather.paddock@state. co.us Chris.Boespflug@ f state.co.us Agrift@douglas. co.us Telecia.mccline@state. co.us 1-25 Lanes North 7&8 Express 1-25 South Meadows, Gap, 1-25 US 85 1-25 South Arapahoe, Gap I-25 Project(s) Collaborated on T-25 North Lanes Segments Express 7&8 Rue, Callanan, Frazee, Cuomo, Hennig, Pena, Beaver Meis, Smith, Rue, Frazee, Hennig, Callanan, Cuomo, Pefia, Beaver Meis, Smith, Callanan, McNish, Hennig, Cuomo, Pefia Morrison, McNish, Morrison, Hennig, Pena Meis, Cuomo, Kraemer Involved Staff Kraemer North America, LLC Quality. Safety. Excellence 5 With Kraemer's 40 -year experience in Northern Colorado and numerous bridge projects over the Big Thompson River, we have a unique understanding of critical issues on this project. In addition, we have thoroughly reviewed the project specifications and Weld County requirements from the prebid meeting. As proven in our project history, we take a Project First approach to overcome project challenges without submitting any claims or issues to our owners. Below are the major issues we foresee with this project along with Kraemer's unique approach that will mitigate these challenges without any additional cost to Weld County. Cost Certainty and Proactive Change Management Kraemer understands the County's goal is to have zero change orders unless initiated by the County. While preparing our bid, we have done a thorough analysis of the plans and specifications such as independent quantity checks, scope of work verification, and a detailed schedule analysis with our subcontractors and suppliers. Because of this analysis our price proposal includes all cost and quantities for all scopes of work shown in the plans Kraemer accepts all bid items to be paid at plan quantity without any overruns for work that is shown on the plans. This commitment gives Weld County early price certainty and comfort to know that no additional change orders will be requested by Kraemer, and the only increase to our bid proposal will be if additional work is requested by the County. Accelerated Mobilization and Project Startup Given the accelerated schedule of the project and need to start construction immediately in January. Weld County needs a contractor that can quickly mobilize, establish a field office, and diligently prepare submittals to procure permanent materials. With Kraemer completing the $486M I-25 North Express Lane project, we are committing the management staff, field personnel and equipment from this project to move to WCR 54. These established resources already in Northern Colorado allow us to quickly mobilize and be ready to start immediately on January 2nd. In addition, we already have an established field office located 5 miles from the project just west of the I-25 and SH 402 interchange for this project. This provides ample office space with indoor plumbing and lab access for Weld County and Kraemer staff to co -locate to immediately begin coordination and planning until the onsite field office is setup. Kraemer's close proximity also supports accelerating the construction start up as this office and lab are available for Weld County staff to immediately utilize after selection. We understand the County's requirement for a submittal on all items incorporated into the project. In addition, numerous long lead materials are driving the project schedule such as girders, bridge railing, and rebar. Preparing and submitting shop drawings and submittals for every material incorporated into the project will be critical to meeting the schedule. Therefore, Kraemer has included key personnel in our proposal that will focus on early preparation and review of submittals to the County well in advance of implementation in the field. Kraemer's early submittal commitment, ability to immediately co -locate, and manpower and equipment resources already available will allow for an accelerated mobilization that will avoid schedule issues and minimize public impacts. Utility Relocations Kraemer will continue Weld County's progress in coordinating all utility company relocations as a key to project success. Project Manager, Tyler, and Project Engineer, Kaitlin, will be responsible for coordination with Xcel, DCP gas, Century Link, PVREA, and LTWD immediately after selection. Tyler and Kaitlin both managed major utility relocations with these same companies for the last six years on our I-25 North Express Lanes Segments 7 & 8 Project without any issues or delays. Our established relationships and utility management approach such as weekly coordination meetings, field surveys, assisting with access, and early potholing within property easements. Potholing will accelerate the utility companies' relocation process and avoid impacts to the schedule. Figure #4: Kraemer coordinated utility relocations to construct the new bridge over the Big Thompson If 3rd party companies like Xcel and Century Link are delayed outside the control of Kraemer, we will take a project first approach to re -sequence construction and find opportunities to keep progressing the work. For example, Kraemer can mitigate gas and fiber relocation delays at no additional cost by: • Utilizing vacuum trucks around the existing gas lines to keep the caissons progressing. Re -sequencing the riprap installation under the bridge until later in the project to avoid impacting any Xcel's gas line. Kraemer North America, LLC Quality. Safety. Excellence 6 �I Bri ge 4 3A B. CRITICAL ISSUES • Modifying the location of the temporary stream crossing to avoid impacting the gas relocation. • Temporarily supporting Century Link's existing fiber or temporary relocate it off the existing bridge until the new conduit is bored. All of these mitigation and coordination efforts are included in our price proposal. Minimizing Public Impacts and Adjacent landowner and Agency Coordination Kraemer understands the schedule importance to remove and replace the bridge per the required schedule dates to minimize impacts to the public. As outlined in our proposal, Kraemer's robust approach to project staffing and planning will provide the County with a certainty of outcome, as Kraemer has done this exact same thing before in Northern Colorado. Tyler, Brandon, and Kaitlin led Kraemer's operations to construct the entire 1-25 and SH 402 interchange, just three miles away from this project, in an accelerated 120 day closure. Tyler coordinated all traffic control and worked closely with the North 1-25 Coalition which included Weld County Deputy Public Works Director, Elizabeth Relford, during the planning process. From our experience, we understand the planning and coordination effort required to accelerate bridge construction during a full closure. Because of this we are confident in our commitment to reopen the roadway by July 1, 2024. _ Figure 45: Kraemer constructed the new SH 402 interchange in an accelerated 120 day closure In additon, we commit to the following landowner and agency accommodations to further minimize impacts to the public: • Tyler will bring his knowledge of CDOT and Larimer County traffic control permit process to this project and ensure all traffic control permits and detour routes within neighboring jurisdictions are obtained in a timely manner. • He will also work closely with all adjacent landowners to provide all-weather access to driveways at all times during construction. We will offer weekly updates and one -one meetings to keep property owners informed on construction progress and changes. • All temporary easements will be surveyed and delineated with construction fencing to ensure construction activities do not encroach outside of the agreements already obtained by Weld County. • We also commit to performing snow removal within the closure limits to each driveway to maintain landowner access in the winter months as well as coordinating with Weld County's snow desk as needed. • Kraemer staff will drive the detour route daily to ensure signs and traffic control devices are properly functioning and informative. We will not depend on only our traffic control subcontractor to perform this inspection. Kraemer takes pride in working with the community to minimize impacts during construction on all our projects, and we strive to be good neighbors throughout the project. "As I listened during our partnering .cession, I was struck by the fact that you just can't write a spec dial details how a contractor should treat the community they are impacting with their work. The kinds of things Kraemer has done here are not written in the contract or on a plan sheet.. The origins are found in the culture of the company and in the hearts of their employees." Toni Warne, former UDOT Director. Partnering Facilitator, Woodmen/Academy Interchange Project Water Control and Environmental Management Protecting the natural environment and compliance with the Army Corps 404 permits, dewatering and storm water permits will be a critical issue on the project. The temporary stream crossing, wetland mitigation, dewatering, dust control, stream diverging and protection during bridge demo is the forefront of these issues. To ensure permit compliance with these operations we have included the following commitments in our price proposal: • Construction fencing around sensitive wetlands and no work areas to keep construction personnel from entering. Kraemer North America, LLC Quality. Safety. Excellence 7 B. CRITICAL ISSUES • Site Specific training to all employees working on the project informing them of sensitive environmental areas to avoid onsite. • Vacuuming the slurry from any sawcutting of the existing bridge deck during demolition to ensure contaminated water does not fall into the stream or sensitive area below. • Utilizing cranes to pick and remove the existing girders and bridge deck over the river and avoid dropping rubble to the ground and avoiding contaminats from entering the creek. • Providing netting and protection so debris from the new bridge construction does not fall into the river. • Multiple mobilizations from our landscaping subcontractor to implement final stabilization and seeding as soon as an area is completed to help expedite closing the permit. A fully lined stream diversion to fully separate the work zone from the Big Thompson River in compliance with CDPHE requirements. This diversion will also minimize impacts from high water and snow runoff. • Elevated access roads and crane pads to avoid a work shut down because of high water. Vac Trucks to remove any groundwater from within the caissons prior to concrete placement. • Full time water truck for dust control efforts. • Dewatering pumping through filter bags for rip rap and storm sewer installation. • In addition to Weld County requirements we will use Compliance Wise software to track inspections, site maps, photos, calendars, and all other documentation required by CDPHE and the Army Corps. • Early clear and grubbing and bridge removal to mitigate migratory bird nesting locations prior to March 31st Figure #6: Alex Smith managed the final stabilization of the new 1-25 Structure over the Big Thompson In addition, we have included a full-time Environmental Manager, Alex Smith in our proposal. Alex will perform daily inspections, close findings promptly, and coordinate with Weld County Inspectors. For the last six years, Alex has led environmental compliance on our 1-25 North Express Lane projects that successfully completed i 4 miles of highway construction, temporary stream crossings over the Big Thompson and Poudre Rivers, and dewatering testing without any violations or permit noncompliance. i "The transparency and honesty that Alex brings to the job allows me to trust his work and easily verify conformance to environmental requirements... Alex is an expert in managing the workload c f `'_field staf, environmental subs who are brought into the project for various activities, and environmental schedules to ensure that environmental submittals and activities are performed on time, allowing his team to move ahead with the overall project schedule. He oversees all environmental aspects of the project including migratory bird surveys and protections, wetland and waters of the US permitting compliance, Preble's meadow jumping mouse habitat protection and restoration, hazardous materials abatement prior to demolition activities, protection of historic properties, and stormwater compliance." -Jennifer Gorek, Senior Environmental Project Manager, JUB B Engineers Caisson Installation and CSL Testing Because of Kraemer's bridge experience and insight into northern Colorado geology, we understand how critical caisson installation procedures are to obtain passing CSL tests. We have a developed a quality process included in our price proposal for caisson installation that includes: • Cleaning of the caisson before concrete placement. • Temporary casing to support the overburden, a rebar cage support template to ensure it is supported during placement. • Utilizing trusted drilling subcontractors that are familiar with CSL testing requirements. • A concrete slab on grade at the top of pier caissons to use for grade control and a layout template to ensure correct location and elevation of the caissons. Even with these best practices and procedures, sometimes anomalies occur outside our control due to sluffing of material, water infiltration and fragmented bedrock. To overcome these uncontrollable possibilities, Kraemer's includes drilling an additional depth of 3ft into bedrock for all caissons at no additional cost. This gives the engineer of record three additional feet of skin friction to overcome any capacity loss because of an anomaly. This additional capacity and best construction practices commitment gives the County the confidence that the caissons will be installed with the highest quality and that any small CSL anomaly will be mitigated with the additional capacity avoiding any delays to the schedule. Kraemer North America, LLC Quality. Safety. Excellence 8 Bridge 54-13A B CRITICAL ISSUES Figure': Succestul installation of pier caissons with passing CSI, tests on the new 1-23 Structure over the Big Thompson Bridge Girders 60 -Day Cambers Actual girder cambers are a risk to meeting the 60 day camber requirement included in the plans. To overcome this, Kraemer has coordinated fabrication dates with our supplier as early as possible giving the girder the maximum amount of time to reach the desired camber before casting the bridge deck. We have also included in our proposal to frequently measure the cambers in our supplier's yard and apply weights to the girders should the cambers need to be controlled before installation. This added effort included in our proposal will ensure this critical structural design component is obtained during construction without any schedule delays. Material Management Kraemer understands the unique requirements from Weld County on earthwork and other permanent materials, and have committed to the following in our price proposal to avoid issues in the field. • To maximize the benefit to Weld County we will implement a two part asphalt removal process. First mill "clean millings" to within 1" of the bottom of existing asphalt to provide them to Weld County. Then a second millings pass will incorporate the bottom 1" of dirty milling into the roadway embankment. • Purchase of virgin aggregate base course from a reputable local commercial source. Early testing of onsite topsoil per the National Association for Proficiency Testing to identify compost and fertilizer additives requirements well in advance for Weld County review. * Kraemer will ensure all long lead time procurement of materials do not affect our overall construction schedule, and the planned early opening of WCR 54. * Early development of the non-standard 4,500 psi BZ mix design for the caisson concrete to avoid schedule delays. • Tyler and Greg brought Weld County's innovative pavement design to CDOT's I-25 North Express Lane Project and installed over 2 million square yards of mechanically reinforced base course section. We understand Weld County's design requirements and procedures to install this critical roadway section • Flexibility to salvage materials such as exisitng guardrail and cattle guards for weld County Maintenance's use. • Purchase of embankment material from a commercial source that guarantees meeting the R40 requirement and avoiding the risk of unknown R -value from unreputable dirt sources. This approach will eliminate the schedule risk associated with mining permits and any additional testing. • Avoid using onsite and blended material in the roadway prism to avoid the risk of failing R -value and inconsistent embankment. We have thoroughly analyzed the dirt flow and believe there is ample locations outside of the roadway embankment to utilize onsite material. Figure °8: Kraemer Earth" orL crews excad at i ng embankment from a reputable Weld Count) pit for our 1-25 Express Lanes Project Communication and Problem Solving Communication and problem solving with Weld County staff will be a key to successfully completing this project. Kraemer takes pride in preplanning our work to identify problems before they occur and partnering with Weld County to develop solutions in the best interest of the project. For example, our 5 -week look ahead schedule provides advance notice of when activities will occur in the field. Then within one week of the activity occurring we will hold pre -activity meetings with Weld County to discuss in detail the method statement, procedures, specification requirements, testing frequency and potential issues. This communication will ensure the County's goals are incorporated into our planning process and potential issues are mitigated before construction begins. Kraemer North America, LLC Quality. Safety. Excellence 9 C. Project Control IMPEL® KRAEMER NORTH AMERICA Bridge 54-13A Replacement Project Bridge 54-13A C. PROJECT CONTROL Construction and Subcontractor Cost Control Kraemer's cost control began during bid development with a detailed quantity verification of each bid item and included puantity overruns, in our price proposal. Because of this effort, Kraemer can confidently commit to accepting as final payment the quantities and unit prices included in the plans without any overruns. We will also look for opportunities to underrun bid items where possible and reduce cost to Weld County. For example: • We have included the risk of asphalt and fuel cost adjustments in our proposal and therefore declined the force account cost adjustments. This approach provides early cost certainty to Weld County and an immediate gain on the overall budget. • As part of our detailed approach to environmental management, we will be efficient with erosion control devices and install in locations that minimize resets. • We will stockpile existing rip rap onsite for use in unsuitable soils if needed with the goal to underrun some of the contingency bid items for Rock Fill or Unsuitable Material. We also commit to provide a monthly progress payment report to Weld County that will provide a detailed analysis of each bid item to inform the County on percent complete and underrun opportunities. We also will provide a monthly draw down schedule to forecast expenditures by month to help the county with cash management. This results in updated cost control and forecasting of the total project budget each month to provide accurate information on the total cost of the project. Since Kraemer is self -performing the majority of the work including all earthwork, drainage, rip rap, and structures, our dependency on subcontractors is minimal. This commitment to self -perform the major scope elements further reduces cost risk to the county. For minor subcontracted scope elements, we take the same approach with managing subcontractor cost, by reviewing monthly quantities and percent complete to ensure our cost of subcontractors is included in the total project analysis. Plus, we commit to accepting the risk on subcontractor quantity overruns at no additional cost to the county. Federal, State and Local Procedure Compliance Included in our price proposal is our document control and compliance manager, Samantha Marko, located in our regional office. Her job is to ensure all compliance with Federal, State, and Local reporting requirements on the project. For example, Samantha will manage the following: • Prompt Payment requirements by processing invoices and paying subcontractors and suppliers within 7 days of receiving payment as required by state and federal law. • Background checks and ensuring all employees have completed E -Verify and are eligible to work per the Department of Homeland Security. • Tax payments are properly reported for all construction materials. • Wage compliance and payrolls are meeting all state and federal requirements. • Equal Employment Opportunity, Anti Harassment, and Work place violence polices are enforced on the project. • Ensure Subcontractors compliance with all the items stated above. Approach to Quality Management Kraemer is committed to providing quality services and products in support of our commitment to "Quality. Safety. Excellence". We understand the expectations of Weld County to exceed the specification requirements and deliver a high -quality project. As an organization and as individuals, we strive to deliver quality the first time, seek continual improvement of our work processes, and will monitor our performance as an on -going activity. We commit to providing a framework for establishing and reviewing these quality goals. We commit to providing the necessary resources and training to support the achievement of our quality objectives. We are accountable for the facilities we construct and will work collaboratively with owners and partners who trust us to deliver their programs. Included in our proposal is our Regional Quality Manager, Stefan Hennig, to provide oversight of our quality program in Colorado and will do the same for our work with Weld County. Stefan has led four Design -Build quality programs including the I-25 North Express Lane Project and has set the standards for each of our project processes. Stefan has developed proven Construction Quality Management Processes (CQMPs) through our lessons learned on bridge and earthwork projects for the last two decades. These CQMPs will be the basis of method statements submitted to Weld County, and will help expedite the submittals in advance of beginning work. In addition we commit to the following specific quality control procedures for this project. • Full time process control tester onsite every day of earthwork, base course, pipe backfill, concrete placement, and asphalt paving operations on the project. • Provide test results to Weld County by 9am the following morning after tests are performed. • Cold weather concrete protection and heating in the winter months. We include maturity meters in every pour to monitor temperate and strength during the curing period. • Pre -pour checklists reviewed with Weld County inspectors before every concrete pour. • Earthwork and drainage checklists reviewed with Weld County inspectors daily. Kraemer North America, LLC Quality. Safety. Excellence 10 C PROJECT CONTROL • We included a proven concrete supplier in our price proposal that is familiar with Concrete Class D and Weld County specifications. We understand the no tolerance requirement on low strength concrete and therefore have avoided a low cost but unreliable supplier in our estimate. • Our schedule approach allows us to avoid major embankment fills and pipe trenches in the winter months and instead perform in the spring season to avoid issues with frozen ground. • Active Subcontractor Quality Management. We require pre activity meetings, daily reports, and checklist from all our subcontractors. One of Kaitlin's main responsibilities will be managing and enforcing quality requirements to our subcontractors. • Utilize GPS controlled earthwork equipment and a full time rover to ensure slopes and grades are correct. Kraemer self performs all surveying that will help expedite the as built process and ensure the quality of the survey books. • Dedicated personnel to collect load tickets and submit to the County at the end of the day. Stefan will work closely with Tyler, Kaitlin, and Weld County to ensure that quality processes are in place for all levels of work. This detailed activity review of requirements ensures quality is being planned into the project and consistency in our quality management approach. The details of our quality control process is outlined in Figure 9 below. Figure #9: Excellence in Quality Processes Work plan subcontractors sheets, Activity and Plans: required and suppliers. Detailed infor procedures. iaton with input specifications, from field current crews, Pre -Activity project goals Meetings: and requirements. Ensures that all partes are informed of the Daily step-by-step with previous addressing Team day's Meetngs: processes deficiencies/corrective work. Focuses to complete on day-to-day each work actions actvites and actvity along needed from the QC/QA of inspections. processes, conforming Weld Inspection County. and work Documentation provides will and be a Testng: record documented, of of Detail tests acceptable analyzes tracked, quantity and trends, work. and reported frequency improves Non- to Weekly the actvities upcoming Quality with work. resolutions A ectn testng to ' needs Communicate and non -conforming at weekly any concerns work if meetngs, from required. recent Hold are complete Points: and Ensures that any non-compliance no work proceeds reports until are all resolved inspections Final needed will properly Documentation for records_. document Final and Close punch out excellence lists, Out: certfications in Present a quality documentation and product. test reports as Outstanding Judgements, Claims, or Suits Kraemer has two outstanding litigations, both outside of Colorado. The details are as follows. Additional information available upon request. 1). Robert Blackwell v. Kraemer North America, LLC Plaintiff, a former Kraemer employee, sued Kraemer following a cyberattack on the company's computer system, alleging compromise of his personal data. Kraemer filed a motion to dismiss. If not dismissed entirely in November, we expect the matter to settle. 2). Michael Johnson, et al v Aaron Nash, et al An automobile crash resulting in multiple injuries occurred outside of a construction zone in which Kraemer was working on Interstate 90 in Kane County, IL. Though it had no control over the area where the accident occurred, Kraemer was one of dozens of defendents sued. The Court granted summary judgement for all defendents, including Kraemer. Although the decision continues to be appealed, we anticipate that Kraemer ultimately will not be found liable in any respect. OSHA Citation History Kraemer proudly does not have any OSHA citations in our Mountain West region in the last five years. The following are recent citations from other regions outside of Colorado. 2020 Washington (8/19/2020) 1 General Citation for Not having a rescue boat "readily" available. The boat would have taken more than 5 minutes to launch. Correction: Kraemer provided training to our crews to correct the issue. 2019 Minnesota (8/21/2019) 1 Other than Serious Citation for a 7' fall hazard (1926.501.8.01) Correction: Handrail was installed to eliminate the hazard. Retraining was provided to the crew. I Other than Serious Citation for exposed impalement hazard. • Correction: The rebar in question was capped. Retraining was provided to the crew. Liquidated Damages No liquidated damages assessed on past projects Ownership History No company ownership changes in the past 5 years. Kraemer North America, LLC Quality. Safety. Excellence 11 Work Location/ Familiarity KRAEMER® NORTH AMERICA Bridge 54-13A Replacement Project Bridge 54-13A D WORK LOCATION/FAMILIARITY Kraemer's Location and Familiarity with Weld County Kraemer's Mountain West regional office is located in Castle Rock, CO, and we have been building transportation infrastructure projects along the Front Range for over forty years. We have maintained a strong presence in Norhtern Colorado with over twenty professional staff and over one hundred trades based out of our I-25 North project office located on SH402, just west of I-25. This office will remain in place through late summer, 2024, to help support CDOT's toll testing and integration of the Express Lanes project. The office and yard will be available to fully support operations on WCR54 in addition to our depth of local resources. We are very familiar with the specifications as the background for this project, having completed forty years of similar work for local counties and municipalities along the Front Range. Our Project Manager, Tyler Rue, worked closely with Weld and Larimer County on the I-25 North Coalition throughout our successful completion of the I-25 North Express Lanes Project. To supplement Kraemer's extensive bridge experience with additional familiarity of Weld County process and culture, we offer Greg Frazee as our Project Sponsor/Weld County Coordinator to help support the entire project team throughout this project. Our relationship with Greg goes back over ten years with our strong past ties to IHC (and then IHC-Scott). We have worked hand -in -hand with Greg since 2018 when we were awarded the I-25 North Express Lanes Segment 7 & 8, as Greg was wrapping up his role on the WCR 49 project. At that time, Greg started his role as Assistant Project Manager for our Joint Venture with IHC, and worked closely with Tyler Rue, Brandon Meis, and Kaitlin Callanan. Figure #9: Over 50% of our- staff and trades commited to this project are Weld Count) residents, and theN look: ton‘ and to the opportunity or k close to home on this exciting, project. Greg's role on this project team will be to help lead/guide our efforts and communication with Weld County. Greg's approach to executing the work in partnership with an Owner, and his focus on a Project First attitude, fits well with Kraemer's culture. We are excited to include Greg as a senior member of our team that will deliver success for the County. Kraemer's Mountain West staff includes over 100 salaried professionals, including managers, engineers, superintendents, quality and safety support staff, as well as administrative support personnel. Kraemer is signatory to the National Heavy Highway Union agreement, and as such has access to unlimited amount of field craft (trades) that will be dedicated to this project as well as our entire regional program. Currently we have over 200 trades (carpenters, operators, laborers, ironworkers) on our payroll. As stated earlier, we are excited to commit over 50% of staffing and trades to work on this job as current Weld County residents. Ample Equipment Resources Available for this Project Kraemer owns a large fleet of equipment that will be fully available to support this project. In addition to our Castle Rock, CO regional office, we have a material/equipment storage yard in Sedalia, CO along with an equipment maintenance shop in Littleton, CO. Kraemer's equipment fleet includes over 1,000 units, including the following types of units (with total # of units available) that are available to be used on this project: • Excavators : 32 • Blades: 4 • Dozers: 7 • Cranes: over 100 units • Loaders: 27 • Trucks:325 • Manlifts:32 We have national relationships with major dealers to ensure we can provide ample resources for any equipment, attachments, buckets, etc. that will be needed to successfully deliver this project ahead of schedule. "'Kraemer has the customer service, passion, and 'relationships of a local, srna based contractor ,with 'the depth of resources of a very large firm.. In my. experience, Kraemer, on every occasion, held true to its i values of Qisal y, SGret.��, and Excellence. Their staff [values transparent and... choose to do what is right for the project, the taapaycr, and the owner." Heather Paddock. PE, CDOT Region 4 Director Kraemer North America, LLC Quality. Safety. Excellence 12 E. Schedule 1 KRAEMER NORTH AMERICA Bridge 54-13A Replacement Project Schedule Introduction Utilizing our historical production data and experience in northern Colorado, Kraemer has prepared the following detailed project schedule. We have incorporated known constraints such as utility relocations, material procurement durations, and environmental requirements into the schedule to provide the County with a realistic approach to completing the work. The following summarizes our approach and includes a Gantt Chart with every salient feature and bid item included the appropriate phase. The keys to the delivery of a successful project include communication and a thorough plan derived by a team experienced with the type of work elements, location, and best practices the team has developed together from past projects. We have built a realistic, yet aggressive, schedule that capitalizes on the goals and objectives of delivering a quality project ahead of schedule. This schedule outlined, finishes the overall project well ahead of contractual dates, beats all milestone dates, and with effective communication and management we will open County Road 54 by July 1st, 2024, benefitting Weld County and its residents. • Start of WCR 54 Closure -January 12th, 2024 • in Water Work Complete -May 13th, 2024 • WCR 54 Open to Traffic -July 1st, 2024 Schedule Critical Elements Project Start Up - With our team just coming off our North I-25 Express Lanes Design -Build project they all know and understand the needs for a quick start- up. We will start the NTP deliverables as soon as notice of selection. With multiple Notice's to Proceed on the North I-25 Express Lanes project, the team knows and understands how to effectively manage, communicate, and deliver the required documents to achieve a successful start-up. Critical Winter Work - Using our historical data averaged over the last five years working in the area on the North I-25 Express Lanes project, we have built in an ample ammount of weather days from January till May, conservatively giving ourselves the ability to meet the schedule provided. This schedule is built around a 5 day work week, ensuring no work on the weekends. We also used our experience building bridges over the Big Thompson River and the Cache la Poudre River during the same winter months to collaborate develop an achievable schedule. Concurrent Structure Crews - We have the crews and equipment ready to start work on this project immediately. Our schedule is resource heavy through critical path elements which includes the bridge work. We have three structures crews working simultaneously to accelerate the bridge without sacrificing quality. Our controlling factor will be the Caisson Drill Rig, which will utilize one structure crew until all caissons have been complete. The other two structure crews will follow the caissons, forming abutments and pier columns, and once the caissons are complete, that crew will join on pier caps through the completion of the Superstructure. At this point, Kraemer will dedicate more crews to the project to be able to capitalize on concurrent work and place the deck within 4 weeks of girder erection. Winter Earthwork - With the bridge work driving the schedule, we have the float in our earthwork to eliminate the risk of frozen grade. Our earthwork crews will solely concentrate on excavation, riprap, and river grading when the project commences. This will allow them to complete the non -winter sensitive earthwork prior to starting any roadway embankment. Earthwork and drainage activities will start in the spring with more favorable weather and align with the completion of bridge approach work for a seamless transition into the paving season. Schedule Communication Communication is the cornerstone to a successful project, and we are committed to communicate across all facets of the project. We have developed many best practices to effectively communicate and collaborate on our plan, identify issues, and deliver our commitments for the project. With these tools and this approach, we are proactively engaging and collaborating with our client on multiple levels to deliver the highest quality project ahead of schedule. Short Interval Schedule - Communicating a plan as far out as possible and tracking progress is crucial to a successful project delivery. We plan, track, and update our Short Interval Schedule (lookahead) five weeks out, rather than the two or three weeks often required. This helps our team plan effectively, in more detail, on all upcoming activities. This communication tool also collaborates with Weld County to identify issues with ample time to make adjustments. Daily Testing & Inspection - Each day our team gathers and creates a schedule for the following days activities for all items requiring testing and inspection. This helps our own team as well as our client, sub -consultants, and sub- contractors prioritize and schedule their day. On dynamic projects, this best practice of communication creates a seamless operation. Monthly Updates - Utilizing the short interval schedule to as built, progress, and update. our monthly updates of the Baseline Schedule provide an accurate and well derived communication tool to look long range on our projects. Every month we review the long-range milestones and the effect the months progress on the overall schedule. We review and communicate areas of opportunity and risk with our client on adjustments that can be made to optimize the overall project delivery. Kraemer North America, LLC Quality. Safety. Excellence 13 1101 4.- -I- 7 1*W7d in deye Preliminary Construction Schedule • ml Y mob / 1C n 1 to eat ♦ IL I • 1111 1 S It t n IS I, r le - I s I• IS:, II in eal in II R 7Ialt rl t It t l oft w NE 4. .a 11 •t n •a 11 et ie s n Si 11 I. et IS .t y I - y age L d•; n at at aI Se a] MC iI U al e. a Mr •2 e ar i• 1 • *1 1,1 men u et u w Si3t Yr , a. u -I 19 •.t 10 et SI -.t Ii --wit se tits a IS d rr •. a al let eq 4 Sete *Mtn pay taaodt 1/441.141.81inanfinga /alutn'IIiMaaaatl7,A 11 t•1 tYatfacial I i t PROS .lt gait 1 t ft 1.1e,•.at ;ammo e ta1-• t ..•.d IraUMW C.WOSP. 4 1 t law 1.• 4.••.•1 11 i tan was raea•• kart Si in 'Nat I t I Lana+tut Corey . e a•1.al._ . ... 4 an awe • an sea e t 1 HIP .merle n, t 77 Daft tSJwa P e1111t tote me !theta* 11 1 tnet■.e knandfe Rev4a I. Wrung a J kferia ••es& III bnrAmp Crag •a t 1.•r. 6 7tat* G5rrtdllrama I1 Prim It U!T 1 teir+[vlwaaeW w.�.�1• t'>y'1 I Ilia Dan t.i ant tld.dlaa 1ftet, .44• W,. tit eta••.! roans P .•.I j 41 Ltr' SI a.tt •AN► • ade-, wilti Lae T 4 , rfl. We taker) tinftlInlatam I I Poem 1iensim I • • aa.•••$ - -.•a_S swat Ira ►••+•r 1 • 14-4 tl[•`wa.. t1 lM+t •14110,166311S 7 • t ♦aerie Id 1J •aati tannsain 21111!/1•MMr1 0041 411 ZllSamna tstaleatt l Una ( (1 211111 t» 1IIKa••«ai a..1♦ 12 I t... rw1 td (Mane Y.tr pair (OfM1xl 1 SIrrcrd of kw -Ong tddehIlr' n:afarmt1 7 171 • hill• 11►••s. M a awl a SEW 0•rerrNaa escil #41 1 f •. a i.u.Ie• era••. ♦ • as- . 1 i1t..e• •a..sa1111var. I .1 / 1a.. • M• I OK ntinr1 III altnia Ulan 0(if eman' 7 laSlmfat CaAe.titD*ina r{ 2 2 LantanryIota w Yarn) lli•da.••I) 2a 17 Fee. Cfra e.nd Tad J•sct Karim. on) 7 Ili Tepid Slants tlMParall) / 11. We•1 ♦3g s imin reatw4 ••1 Wham Aar -Ira la 2 area II•ttte ca Minim! 1 tlt •la•Lal u..., 212 :1 Uratn On 141st • lSpai 11 2 12 t 7 Onshore Gravnba (Anu inn, II 712 la liniment Catwa.a S %MalaPi 11 all Vandal 1Y•1....• -r 11 l IIS% Cr lq,46.1timannw 11 tS71\..•S•tvwla rca ft It ea..s•,I,•.tlOU ti•a•.ti. •1ivandaaa. 1I J2 • • Innis Late a•,!P•► 21 1-1 1 - mown Cation; setae. 2i 2 l .earn/'e ,� I♦-• R 1 teLn4 latflet t 1 Ell u a•••• f..raa. Oka II r ea gram t.es* /t.. Tent •_ • ; • low o e.. . Pie 114134 M "W14 a.• ♦♦41{(47 blip teats) Nnn 17171(7) ..IiOq I• I/.. llt.0/11 ma tuS491 1a.. 1.V.�tji ..0It/1141 net MOO a 1"UN arab Meal •# I+MIM • tot I•r!llil w T72Mt �• utin21t1 Thla IMF+ f►6ptl• I.I -bet •hv t.1Ii1 C PINS .• • tala tan Mina Gila 441410 Ns 41411 •. 1v1/ •• I'WI. taee 1.2110• f.• 1t•y1,L ILI is its 7,Aar7A tit arm "Ct. d1930 49 AIM 11411a1r711•N'• inn 1+ /7'.1441 to Ina r _:.171/2 YYt lts•)4 a.n..ir• tar 74I;.4 haet roe 7fWI74O Lt. n. 1/14•0 ser W.4 BLit Mier 111/11 lager Fir I.R.•TI i•t/Pt TN, I/7 Ina IS dal k OW/alb alit Iva Ifin 5 0/01 I/•., V:045 Mn no at. I/217a two /A inns u •irm tA•G 1..•`.11/1%S1 a.t•A /r LIM/12S7 agfl H Ilt19/1149 tar. t$ 1 f 1!n I tag dire. 1•}2/1/1114 al m Tim hail 117 f1.ra Irf t /q/2t a din to I/:711• I dry e•. JIIlM S dam In II• • WS a. In 1/:7/119 drys *Htslr�ll/3/ Ilan cur SI 4111 II.a. Ma. IAVM 7 dall ',WI km all. •4 sec Ito 11116/7/ al din Taaei40045. Nam •v. I,•y1••soft a•.• it; • II 14o • hi 'LI 1<a• veldnl Iv144 dap Ifw •1://1/ • 417 0.44I1/17/14 1 aryl by VRI t1 We Tu.Ir141►•etma WO Vtrflal sn ••. -.dlN.l is Wad !Jab 1uday Man 3/111/2+25 T1s14/1a.5. Sin R•a 1/11242 era tut 11U10 2 tyre t". ♦♦'1)/4214tta in 241:6/14 1 in In 2/21/145 dry. am• :PM 4% stn 1.t111a744 tn. Urt ):1 717 tin aai/ 11111 Sri Su 21: N745 L1} Mart tat MI Wiisteltillt ran •1/e/ alaat•-.a en 'Ilri_a_...•. si ;a e.�a•t�.t• r w1�•....al4er-•ai I' VP MA i 14 - ""s'•yr� ix ♦..Ill[ I w'. • •atti itja.rl�ed is •• •.•Y.• (sWa•t[b.ytal••w Ipl6 •Iie.i�.-)tom• 1pq illialira...+/wehisstl.•+aa1 ...•.a t4•.i I a I (I*On+r l le. Ir.A leas it glay'•ai•N ia.Ms@... -iII•+ an -! a )tttt ad Ina Sea 840.•••••t t�.d lima lMo.w1 ro Slam SS ITme ( IE I1 0 w1rw1 ililhiE leSIOSISASS : Seel ipaitt }etw lilli '--Is caarw . r ()Haan•..♦ If fait... 1a.fA tM.r•+eI Sill t -•dl (IMattre+nt I I lalC:ywA1M Ilaar. Wale 1Da sIlleSrLae naltem* •0' SASS Sam PI atwM.e a. A 1 c.ame•it r•+b Can 4•.Y M as %Ca f rr.1 Pe a liaaraPAare for M i dl / SW aitltkeu•ryit*..NL4 M y^ta rink INIIIMINMERL •sc •••••TY •. ._a.•• . �'•• a M. -f ! srga INa •.'x•11 IS !• Stmean••r•ar a .. • a O. f •• • .• es h Sirrr Kraemer North Americaa LLC Quality, Safety. Excellence 14 a ... Preliminary Construction Schedule 'a f. 416 vet at t a a • t )) t 4 at to t • -a. Oa 'at 4i e n 4• 414 as 41 ▪ .t • 44 �.n w n e 1114 .tom 47 so <ti t at at 1 4 43 ea t. A a or • a. 100 int -• at u w -or r re •a •4 !t/ OW 4.. ..t S. .-. . t • r! ▪ .4 n •. r lei 44 •41 44. .44 4w •• . el a • 4 •! _'I'f • e; a tin •I I - M a a a a S• t 0•s -r e_ e • a≤ .a 4F •91 • l , -an• 4a.aar.• faria .?'r 7 ) : 17 Smut• • ittawn Ion Wier 71 111 1• Ab4ner. Car ]O-4abinal 1) J I ) : t4C•tctap Case al tIbt•-0•c tt Al 15/.4/I • s!1 ��'.+�� 1J7: 77 McVWN t.. 44713.1.1 It SA- -J1 tryr.I.tC•tt.•.•.4 t tit►1•••'Jar• jI'.•r.11 7 71_ l t,ans tan kr t3L Pia II 13a IS C7• renal 1H••11 112 t 27 FIWS N. u•.••►1••a JI 111.a*P•Oaim tans 71 112:A1•r Cia.e £Psse {MSpiru 11a1 @IS 1s/.11u.1• 11 2) L Garda ts•def AN Rq4 yaw 71117 -Pa► Canty reel117a 1111) . San fa • r l! ■•t17try iM 5•e•~41 11/►Soli 4 •••••••••✓a• •4I 1444404‘ laws a 7 1)) 7h•• CD Ca Os 11 asJaSew t.•aea•w.1 73 Jt¢55if4►PYra Ore •palk ttNwwDe. tar 4•kW* `••Y0• !IPI It Aar itJIsis ♦•tut! L•1S • 18111iro 4W••La4•••• JAI JJ7 ea* *m; A • • •. J 1! Srdlt's•.ow• • 111e) rlt/tta. Una 164 1106004 11 JJJ7An•eaa Mae O.MS* t411..Y) 117 7 lit..--- wee saw ten Gou 0•l 1) l 1e 4kdt9.N tali& Iats114E..Ar'4rt.awe ttttt;staa mitt 751 177 •44-4444 Ia•tr k.r"Nlrlaitaan 1• %MNM••1444444 N W1 (714411 •� 134.1 Lira 11 t.•!• 41.14 4•.••44. 1.170•=• II J)1' •-rnt.•—' ►NM -Mal 11: 111 Skew 1.s k •••roler N•wean 44 7 i? J1•ya out,.( r Cure I%WImerI a) • r:- Yea -OS 1• i1 25771dvAt.Wtr Swy441;oaf 17 119 W44.err. col o••• I 0•a Spam) IS) at.. 3 (tact 4a./•r•vCanntoa.c) ) 411C►.3Gt&/ Mr*Toolot Ir. taw.) I k • I F•!e•tea• lby(!r• lt17R.•.e1r't-Si.4•Y.ty l • •. 4•414 .4* .n ti►.. a fern• j 2 J J 3Tmro1Sla.uiia.F.e.Y 23 is Wog it &Gatti Aar ICsi•'.stw � t • 4440440.4 Ds* 1 1 lesal 41 halals* Ilaheatarmalls wows Mt•• I.It_,_ — --•a1 Al MC Sao. dying Oros I a 31 144 Ty4r) (nano 1Mea 11SU 14 %1.181• POW 'tne44re.: i J4 S •4ayIttgµ14.14411 I•t1..4...•ess. • •4••e 14J•MItU re .e•11 II Ilia Lrba•ae V•rt44I1••f/.t( 7 J 103'1••,• w 4.44 Wet• 1.1 • 31 Iallo4r•at SAru/A4 • I$) tar•tf•t.rV_S..• 4 •.r.--s.+a-a 4 • et•..rc - Iy.)ra wri•• 7tu 7A/14 7N• itsnI 'SSP / •1•..lAJ•a S.,auA>4 taw VW,• M1r•4R.7 era is /L/J• •• 111V4•a 4tr. se •11114 441014444•aw -.17775 w I7r.2••i4q w jtA P ••• VIM •4 him IS IMO ••a LINE 4S eit ••e t441F1 a. • ar4tvr• • Ire t•.. -. Ii• •v • •.:I.e •� f%Ai • (up4 •1)174 I4at Itr L7•,n4 Wed IAD450rli Wes WWI w&AIR414W1, +.s S4.A1N •L JHI.4 f•.4 •ra1$4A• •••t WWI • I) 4444 a►.11 AIitNt• 74 y1 1/2•470 •••• M•.• •-•)lt Vine Vaal 5 bet ••.(11.1•( • ktt•t NO 'a •'UJR 14 las 4.4 :at •' " 9 St•C•024141•4 4; •s 1•„111♦ •e 1•41f7a•447 •444 1.1 44114, r )•at.$ aw me flan • a•a et Worse ••cVW Ws441. at 44 air kVi+t ant l'Mr6 Mx iei VII •.t •• in* 4a. la Or '01'1 •t4s 4/aln • Pee .. •-. rc.s M44.11l•14!4 .+••• 44 22 .a e? as M 44.114'.1 him - - •4 ka •••a -4 • M t'v'•g11I.4M •• • •r• We Y111•I Oa Now 41)1.3• ••• 494614 3 4444 ..• / taiga ate iJy1,N. I.ra i' 14/P4 A4a *SSP • •1• w:. 4 t4y9FJ 00•440/74S-111 10•r. 444 Ir4•A1t 46•A,( .0%•+144 ''471,''1 Wb'1.11./4•ss +.: *14'10 •i 16et4 OHM, a -‘011/44 ••i Y1Yl4i as. ., *OW ••Vr4d4*' watt v7M•• I%SY44•• •.44 •a4rwM Isbell((•4la! .71Aw• 111s4 WWI •r S. i 06•401S5* Om •t••e •1 ort4 aal•1 • • I tat arr.1Q. •a s ••1 La • I .:o grla*. Mti iIis,. 111••441144 Ira WISH 4.964 44 VOWS 4Ittilat• 4 64 !.4. 4'4I1$ loll VAN'. MP e s I OS ••• VINO bit •Aa1110Il it ♦'S 1)14141 an4 I'NN1 t•• 1•41%)• a••' / W 4.•�•a�.(tt,► ate • ass 44/11 •-a son latsati 441► a $a ti11a les semi 04. nt444 la ONES It •• . r•Leal .li►1rr 4.1141` 1►1wit a•rila la iala ♦ 1 4.ba•a•.4a4.4t•s A. 11 •0•r•••• •r 444-1..14. q• At 46444 1{A ••a.0 2.44. 4 illit=n*; 44 244 14.0 " at+� int -. _Jt__. 1— - t44644l tf era 1•••44+•• fu../•.re.•N0 n Um Oar Unite; itlIted Os ttw Nflr-t$ I • 4J)I4 "....joaraN slips• an rnamIsdi _ t t 4isl lov•Iller 4a• rr•a>•rr Ma f t 7 $,/,4•+ar lin 117••.• itio•4aaita I .•.na a1 LE,N E.4.61•••• ..k la.• )) Imp IS r,a Imo Rl.i) ••• Via on ran Sas wilt 4..ta• VS Serra .•r•� Lyl.ra•••a••44 PS 114SINSO•a 444• a, Lop .4 .- • .at bay y e.0..1•..4r• • lab a 1 iaala•44.44ae•a+• lea d• •.,afro r n./ a•n a•..• t•N M• •h• •'••• (4171 III •0•t r a+ • r 0•4 /11)14.144 Vial Teel*1adI' pt Nell1142444.4* t!!!` 44464.4se* • nrkn 14.••••—•• isms 1 - o_ i42),~46," *. fam1 Ma.4 II Ia sauce I tli•__ 71••9 r � li•.anwi.. •.p1..a.I n Qbaiter Sr 71 ialkes,*ps 4.•400•14t MASS 40 �1 4}44ti t 'ai >: n aa.• IO 144 ea I ISi1asrfae I•• we t .^4 paim II‘o, a.d 4d.w• 1, !a .l0• SS, 440•00400 (we ale Via ‘t we Sas a.+.•rr Sit liliffskall444 L ast dia.** ••_ • $• Oa, N ��'a•e•at 6,44•44• 64. }.T_11 Y0• taida at).ni•el '1 1}est•tla•J Pn••;8 Isiamma4kr.11404w ••a• •sw • 1 �. a.1Ida a••• a N 1024441•44447444444 Wm • lb 1,..••••••••••••• • a • Nt 4.r•011tw1•d4 NI tarelal Is _ **4441444 tN1 #'714124 _a ral• •rloe t.'an • ••••. I .. 1'•• s41.•1•J It 0•a es ate 117 . •- • •a 1•• a /atr .• • •• a1 — • ••..•. s • • • 4 -•••• • • • •441 Kraemer North America, LLC i Quality, Safety Excellence 15 Proposal Forms KRAEMER® NORTH AMERICA Bridge 54-13A Replacement Project BID TABULATION (Updated 10-26-23) Bid# I ITEM# I ITEM DESCRIPTION I UNIT QUANTITY UNIT PRICE TOTAL COST 1 I 201-00000 jClearing & Grubbing LS 1 $ 49,570 25 II $ 49.570 25 2 202-00000 _Removal of Structures and Obstructions LS 1 5 193,843 67 5 193.843 67 a 202-00035 (Removal of Pipe 4 I 202-00220 Removal of Asphalt Mat 5 202-00810 'Removal of Ground Sign LF 96 $ 8103'$ 7,778 88 SY EA 3,994 4 Is Is 5,911 I 20142 S 47,169 (4 805 68 I� 6 7 I 202-01130 'Removal of Guardrail Type 3 202-01000 Removal of Fence LF 0 76' IS 4.492 36 LF 630 I $ 41391$ 26,075 70 8 202-01400 'Removal of Cattle Guard 203-00050 'Unsuitable Material (Contingency EA 2 $ 2.791 44 1 $ 5,582 88 9 CY 5,000 28931$ 144,650 00 10 I 203-00060 _Embankment (CIP) I CY I 17951 _ $ 37 59 $ 674,778 09 11 I 203-00500 (Rock Fill (Contingency) (57-67) 12 I 203-00510 'Rock Fill (Contingency (3" Minus) CY 1,000 72 45 $ 72.450 00 CY 4,000 63 38 $ 253,520 00 13 203-01100 Proofrolling HR 40 $ 170 52 $ 6,820 80 14 1 203-01500 jBladinq HR 40 256 53 $ 10,261 20 15 16 203-01550 Dozing 203-01597 (Potholing 17 I 203-02330 I Laborer 18 I 206-00000 [Structure Excavation HR HR HR 40 24 40 CY 1,841 $ 282 80 627 35 83 20 $ $ 11,31200 15,056 40 3,328 00 5400 I $ 99.414 00 19 206-00100 Structure Backlit (Class 1) CY 251 140 18 $ 35.185 18 20 206-00060 Structure Backfill (Flow -Fill) (Weld County Mix) CY 1,010 $ 243 33 I $ 245,763 30 21 206-00520 'Filter Material (Class (3) CY 53 $ 371 42 $ 19,685 26 22 207-00205 Topsoil 23 I 207-00210 'Stockpile Topsoil 24 I 208-00002 'Erosion Log Type 1 (12 Inch) 25 208-00020 'Silt Fence 26 I 208-00033 _Sediment Trap (Turbidity Curtain) CY 4.245 $ 19 96 84,730 20 CY 0 4.558 I $ LF LF EA 1,704 I $ 500 1 �$ $ 8 43 4 94 1 79 9,931 52 38,423 94 8,417 76 895 00 9,931 52 27 I 208-00300 I Temporarl Berms LF I 4,500 I $ 3 63 I S 16,335 00 28 A 208-00035 lAaaregate Bag 29 30 208-00045 'Concrete Washout Structure (Lined) 208-00075 Pre -fabricated Vehicle Tracking Pad LF EA 100 I $ 2 2 I$ 8 56 5.908 39 5,078 76 $ $ 856 00 11.81678 10.157 52 I 31 ' 208-00103 (Removal and Disposal of Sediment (Labor) I HR I 40 ' $ 82 60' 5 3,304 00 32 I 208-00105 Removal and Disposal of Sediment (Equipment) 33 f 208-00106 ISweeping (Sediment Removal HR I 40 I $ 13502 1$ 5,400 80 HR I 80 I $ 163 15 $ 13,052 00 34 I 208-00207 I Erasion Control Management ' DAY ( 182 I($ 175.00 I $ 31.850 00 I 35 1 208-00520 NTemporary Stream Crossing LS 136,930 89 I $ 136,930 89 36 210-00010 Reset Mailbox Structure EA 1 352 49 15 35249' 37 1 211-03005 ' Dewatering DAY 100 $ 001 Is loot I 38 212-00006 (Seeding (Native) I ACRE 5,6 ! $ 4,072 17 $ 22104 15 9 39 I 212-00701 'Compost (Mechanically Applied) ACRE 5.6 I $ 629 44 I $ 3,524 86 40 I 213-00003 [Mulching (Weed Free) 41 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable) (Class 1 ACRE I 5.6 s 1.621 44 1$ SY I 3.601 S 3 07 S 9,080 06 I 11,055 07 42 240-00010 Removal of Nests HR 110 58 46 5 6.430 60 5 43 I 240-00020 I Netting SY l 2.800 S 61615 17,248 00 44 1 304-06000 (Aggregate Base Course (Class 6) (Virgin) TON I 2,601 1 S 51 87 IS 134,913 87 45 I 403-33741 (Hot Mix Asphalt (Grading S) (100) (PG 64-22). TON 2.537 10272I$ 260,600 64 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1.339 S 110 78 S 148,334 42 I 47 ! 420-00300 IGeogrid (Tensar NX 650) SY 10.000 5 5 24 15 52.400 00 I 48 1 503-00030 j Grilled Caisson (30 Inch.) 49 503-00066 Drilled Caisson (66 Inch) LF LF 505 222 S S 46739 I $ 1.284 56 I $ 1,01245 is 236,031 95 285,172 32 50 ( 503-00310 CSL Testin EA 10 S 10,124 50 I 51 I 506-00212 Riprap (12 Inch) I CY i27_054601 s 201 901$ I 134 52 I 506-00412 53 512-00101 54 515-00120 Soil Riprap (12 Inch) Bearing Device (Type 1) Waterproofing (Membrane) CY EA 920 4 SY I 2.207 Is Is Is 13050 $ 3.22676 ($ 33 39 S 120,060 00 12,907 04 73.691 73 55 56 57 518-01004 (Bridge Expansion Device (0-4 Inch) 601-03000 CConcrete Class D (Cutoff Walls) 601-03040 Concrete Class 0 (Bridge) LF 145 36760I$ CY CY 25 1,694 S 1,731 77 1.16650 S S 53,302 00 43,294 25 1,976,051 00 58 601-40301 Structural Concrete Coating (Good Earth) SY 1.056 5 16 77 5 17,709 12 59 601-40301 'Structural Concrete Coaling (Apache SY 957 S 60 61 62 602-00000 602-00020 Reinforcing Steel (Black Reinforcing Steel (Epoxy Coated). 602-00025 (Reinforcing Steel (Stainless LB LB LB 66,560 282.642 610 S 1677!$ I43 $ 16.048 89 1 66 6 88 S S 95,180 80 469,185 72 4.19680 63 I 603-01180 118 Inch Reinforced Concrete Pipe (Class V) LF 45 is 366 43 5 16.489 35 64 603-01240 24 Inch Reinforced Concrete Pipe (Class V) 65 603-01300 130 Inch Reinforced Concrete Pipe (Class VI LF LF 329 I 5 90 S 274 91 398 81 S 5 66 I 603-01480 67 I 603-05018 118 Inch Reinforced Concrete End Section 48 Inch Reinforced Concrete Pipe (Class (IQ LF EA I 233 2 Is is Is 513 99 2.975 69 S $ 90,445 39 , 3 5, 892 90 119,759 67 1 5,951 38 68 603-05024 24 Inch Reinforced Concrete End Section EA 4 3,268 71 , 5 13,074 84 I 69 603-05030 30 Inch Reinforced Concrete End Section 1 EA 1 4 15 4.135 49 15 16,541 96 70 603-05048 48 Inch Reinforced Concrete End Section EA r 2 5 6,782 88 5 13,565 76 71 606-00301 Guardrail Type 3 W -Beam (6-3 Post Spacing) LF 251 5 64.79 $ 16.262 29 72 , 606-01370 Transition Type 3G EA 4 IS 4,896 56 S 19,586 24 73 606-01400 (Transition Type 8R10M-GR3 I EA 4 I S 10.135 84 I S 40,543 36 I 74 606-02003 !End Anchorage (Nonflared) I EA 4 $ 5,380 98 S 21.523 92 75 606-11030 Bridge Rail Type 10M LF I 764 $ 321.23 $ 245.419 72 I 76 607-01000 Fence Barbed Wire with Metal Posts LF 1.778 5 5 52 5 9,814 56 77 607-11525 Fence (Plastic) 1 LF 3.500 I $ 2 07 5 7,245 00 78 607-60120 20 Foot Gate EA 2 5 1,963 86 5 3,927 72 79 80 609-60011 (Curb Type 6 (Section M) 611-00020 20 Foot Cattle Guard I I LF EA 458 2 6546 1 5 25.856 23 S 29,980 68 51,712 46 81 1 612-00001 Delineator (Type 1) EA 8 7050 1 $ 564 00 82 612-00002 (Delineator (Type 2) EA 8 70 50 $ 564 00 83 I 612-00003 'Delineator (Type 3) EA I 8 $ 70 50 $ 564 00 1 84613-00350 3-1/2 Inch Electrical Conduit 85 I 614-00011 E Sign Panel (Class I) LF SF 1.565 33 2639 $ 60 43 41.300 35 1.994 19 86 87 614-00216 615-00050 88 I 618-01154 I 89 90 620-00002 620-00012 Steel Sign Post (2x2 Inch Square Tubing) Embankment Protector Type 5 (Riprap) Prestressed Concrete I (CBT54) LF EA LF 48 4 3,024 $ S 121 69 27.424 50 496 37 $ 5,841 12 109,698 00 1, 501.022 88 Field Office (Class 2)(Contractor Su • .lied) Field Laboratory (Class 2) EA 1 $ EA 1 212,548 07 $ 57,708 84 I $ 212.548 07 57,708.84 91 1 620-00020 Sanitary Facility EA 1 S 2.39742 I S 2,397 42 I 92 625-00000 Construction Surveying LS 1 $ 157.229 65 $ 93 626-00000 Mobilization LS 1,074,186 43 C s 157,229 65 1,074,186 43 I 94 ! 627-00005 Epoxy Pavement Marking GAL 1 23 I $ 377 67 1 $ 8.686 41I 95 I 630.00000 Flagging HR t' 400 4230 1 5 16,920 00 96 I 630-00012 Traffic Control Management I LS I 1 [$ 77.009 49 5 77,009 49 I 97 I 630-80355 (Portable Message Sign Panel EA 4 $ 10,358 10 IS 41.432 40 98 700-70010 F/A Minor Contract Revisions EA J_ 1 $ 800,000 00 S 800.000 00 99 I 700-70016 F/A Fuel Cost Adjustments 100 700-70019 F/A Asphalt Cement Cost Adjustment EA I EA 7 1 1 S 25,000 00 I S 25,000 00 S 25.000 00 S 25,000 00 101 f 700-70380 F/A Erosion Control I EA ! 1 S 150,000 00 I $ 150,000 00 102 927-00170 CProcess Control Testing for 203, 206. 304, 306, & 603 Items DAY p 75 S 79583 I $ 59,687 25 TOTAL BID PRICE i3): I $ TOTAL BID WRITTEN WORDS: Eleven million, five hundred thirty three thousand, four hundred ninety one dollars and seventy eight cents 11,533,491.78 * Indicates these items are to be included in the project total and project bonds. ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS: Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments. To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below. No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO". If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project." When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked. After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments. (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections): YES, I choose to accept Fuel Cost Adjustments for this project. ✓ NO, I choose NOT to accept Fuel Cost Adjustments for this project. YES, I choose to accept Asphalt Cost Adjustments for this project. V NO, I choose NOT to accept Asphalt Cost Adjustments for this project. NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents Addendum No. 1 Date: 10/19/2023 Addendum No. 2 Addendum No. Addendum No Date: 10/27/2023 Date: Date: By: Wri-112) I �l By: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2. Performance of each and every portion of the Work is included as part of the Contractor's Price. 3 All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 5 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 8. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #62300185. 9. The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 10. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 11. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Kraemer North America, LLC BY Timothy J. Maloney (Please print) BUSINESS ADDRESS 900 W. Castleton Road, Suite 220 DATE 11/1/23 CITY, STATE, ZIP CODE Castle Rock, CO 80109 TELEPHONE NO 3031688-7500 FAX 303-688-8811 TAX ID #47-2031815 SIGNATURE 4, E-MAIL TMaIo V ism amerna,com **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOtNEED TO SEND BACK PAGES 1-18. 'BID BOND PROJECT; BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT KNOW ALL MEN BY THESE PRESENTS, that we, Kraemer North America. LLCas Principal, hereinafter called the Principal, a a limited liability company [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and _Litledy WW1 Insurance Company _ [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent of Total Bid Amount Submitted Dollars ($ 5% of Total Bid Amount Submitted 1, lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated November 1 , 2023 for the BRIDGE 54/13A BRIDGE REPLACEMENT PROJECT and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly and severally liable to the Owner in the penal sum described above. WHEREAS, the Owner has required as a condition for receiving said Proposal that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Proposal or in lieu thereof furnish a Proposal Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. The above obligation is void if the Principal enters into the Contract within sixty (60) days of selection of the Principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this _ ,12th day of _ ,2023 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative • ursuant to authority of its governing board. Principal: Kraemer America, LLC Signature: Title: Sr. V i. e S� t d e n+ it-ct Asssrbvrk S2Creficlii Surety Liberty Mutual Insufa,nce Company 1 i I I 1+ , a� \ • F i _ • .- \-,) . -•§igflature _ i • t � +�' �-' Nahafre IC Trofimoff, Attorney -in -Fact .• �_ ,Title.. • c. '` - L. • r• - _ (1% . -Witness • '. c �t L I " • _ L . +r 1 I . • ,. • • p , . •,14 t' ♦ to I • • • ! B. —y, � t•� _ L -t= f L i wed r • r� ' - ;',,V' I Nagle Firley i , , , , 24 Witness: Printed Name Printed Name: An,re' Perenishko CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ss County of Los Angeles On _ _ , before me, Patricia Arana N= otary Public personally appeared Natalie K. Trofimoff 1 who proved to me on the basis of satisfactory evidence to be the person{} whose named -s) isiace subscribed to the within instrument and acknowledged to me that heisheithey executed the same in 4:44s/heritheif authorized capacity, and that by 4is{herit#e4 signaturels) on the instrument the personN, or the entity upon behalf of which the person{si acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) �ss,'r IC: •.: PATRICIA Notary Public • California x Los Angeles CO4�fl y a ,,- . Commission .T �,. 2401173 ..-s,=,-' Ay Comm. Expires Apr 23, 2026 Signature: Patri a -A ana, Notary Public Liberty Mutual SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8204962-977459 KNOWN ALL PERSONS BY THESE PRESENTS; Thal The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporator duly organized under the laws of the State of Massachusetts and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the `Companies"), pursuant to and by authority herein set forth. does hereby name, constitute and appoint, C. K Nakamura, E S Albrcw ht Jr.. Jessical. Rosser- Lisa I. Thorn:nn Maria Pena. Natalie K Tratimatl, Noemi Quirnr.. Patricia S Aram., Tim NI Tomko all of the city of _ Los Angeles stale of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, tot and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of March , 2021 State of PENNSYLVANIA County of MONTGOMERY ss On this 4th day of March 2021 before me personally appeared David M Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Liberty Mutual Insurance Company The Ohio Casualty insurance Company West American Insurance Company 4/07/ By: st7 J`s7 7s David M. Carey, Assistant Secretary ,w4K lta� OR This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty insurance Company, Liberty Mutual Insurance Company, and West American insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE !V -- OFFICERS: Section 12 Power of Attorney My officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and ail undertakings, bonds, recognizances and other surety obligations Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or attorney -in -fact under the -2 c"'v provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority ARTICLE XIII — Execution of Contracts: Section 5 Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed t, Renee C. Llewellyn, the undersigned. Assistant Secretary,. pi? Ohio Casualty insurance Company Liberty Mutual Insurance Company, and West American insurance Company do hereby certify that the original power of attorney of vhrch the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked ' • , ,,� • IN TESTIMONY WHEREOF, I have hereunto set my hand and a...xed the seals of said Companies this day of - •t a LMS-12873 LMIC OCIC WAIC Multi Co 02/21 • Cammenweith or P rwisphja - Mtn Ste{ Teresa Pastels, ";ctery Pubic Montgomery County My commission expires March 28, 2025 Commission number 1126O44 Matte. nraylcan14t XSsepoi;r3 of Mures By: By: eresa Paslefla, Notary Public CeedAreab Renee . Liewen, Assistant ecretary Form W -9 'Rev, August 2013) Department of the Treasury Internal Revenue Scenes Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. forme (k shown on your income tax return) Kraemer North America, LLC Business name/disregarded entity name, it different from above Check appropriate box for federal tax classification: Individual/sole proprietor n C Corporation ❑ S Corporation ❑ Partnership (1 Trust/estate XLimited liability company Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► P Other (see instructions) P Address (number, street, and apt. or suite no.) I Plainview Road City, state, and ZIP code Plain, WI 53577 Lost eocount number(s) hero (optional) MIIN Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sde proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). tf you do not have a number, see How to geta TIN on page 3 Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Exemptions (see instructions): Exempt payee code (ii any) Exemption from FATCA reporting code Of any) Requester's name and address (optional) Part ii Sodal security number i INS -1 HIM Employer idenb osaon number Certification 4 7 - 2 0 3 1 8 1I5 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. citizen or other U.S. person (defined below), and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of :s _cured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and,dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3 Sign Here I I! T General Instructions i it Section references are to the Internal ,i e cn et C&e� u�tt�1,� otherwise noted. c ii Future l►veloprlsents. Tina, IRS has circled t page on IPS,gov for tnlwmaliaa about Farm W-9, at w►vw.aa.govlwl. Information about any icilure developments affecting Form W 0 (such as levitation entitled niter we rc#Gasc It) will be ocestoct on that page. 1 Signature of U.S. person ► Purpose of Form Aperson who rs required to hie an information return with the IRS must obtain your correct taxpayer identification number (riN) to report, for example, income paid to you, payments made to you in settlement or payment Gard and third party network transactions. read estate transactions, rtnoxtgag€ interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2 Certify that you are not subject to backr.p withholding, or 3. Claim exemption Iran backup withholding it you are a U.S. exempt payee. If itpplicabin. you are also certifying that as +i U.S, person, your attct abi it share of any partnership income from a U.S. trade or business is not subject to the Daft ► 10/31/23 withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (it any) indicating that you are exempt from the FATCAreporting, is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United Suite, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301 7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States aro generally toqueed to pay a withholding tax under section 1446 on any foreign partners' share of e$$e iva connected taxable income horn such business. Further, rn certain ear where a Form W-9 has not been received, the ruins under section 1.146 require a partnership to presume On; a partner is a foreign person, aril pay the section 1446 vnthhalding tax. Ttiaseloro. i1 you are a U.S. person that as a partner in a partnership conducting a trade or business in the United States, provide Fenn W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. Cat. No. 10231K 25 Form W-9 (Rev 8-2013) *STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: 11/01/2023 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Proposer:_ Kraemer North America, LLC 2. Type of Entity: Limited Liability Company _ 3. Permanent main office address: 900 West Castleton Road, Suite 220 Castle Rock, CO 80109 Phone Number (303) 688-7500 4. Year Company was organized: 1411 Fax Number: (303) 688-8811 5. Number of years this Company has been engaged similar construction: 112 years Under what firm, company or trade names has this company been engaged in this type , of construction, how long under each name and how long has each company been bonding work? Kraemer previously performed and bonded this type of construction work for 103 years under Edward Kraemer & Sons. 7 List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: Project Name A list of projects under contract attached herein. Contract Amount Completion Date $ 8. List ail contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. N/A - all projects have been completed by the contracted and completion date. 9. List all contracts within the last 5 years for which liquidated damages were assessed or may be assessed. 26 None 10. List all contracts within the last 5 years during which or after which the Company filed a protest with the owner. None 11. List all contracts within the fast 5 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. None 12. Has any owner, as party to any of the Company's contracts within the last 5 years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. No 13. Describe all contracts that the Company failed to complete. None 14. Describe all contracts on which the Company defaulted or from which the Company was terminated. None 15. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: CDOT North Express Lanes Design -Build Location: Johnstown to Fort Collins, CO Supt: Brandon Meis Owner's Representative: Chris Boespflug, CDOT Project Director Phone: (720) 775-8482 Completion Date: 11/2023 Contract Amount: $486M Project Name: CDOT 1-25 South Gag CMGC_ Location: Larkspur to Monument, CO 27 Supt: Ken Morrison Owner's Representative: jelecia McCline. PE Completion Date: 11/2022 ----- Project Name: I-25/ JS 24 Cimarron Interchange Design -Build Location: JS 24 over Fountain Creek, Colorado Springs Phone: .(303) 570-6452 Contract Amount: $334M Supt: Ken Morrison Owner's Representative: Dave Watt, former CDOT Project ManagerPhone: (719) 227-3200 Completion Date: 01 201 8 Contract Amount: $82M 16. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR Please see anticipated sub list attached herein. WORK DESCRIPTION % OF WORK 17. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. PERTINENT NAME Tim Maloney Mike McNish, PE Tyler Rue TITLE Sr. Vice President Principal -in -Charge Project Manager Brandon Meis Project Superintendent YRS. EXPERIENCE 33 years 19 years 12 years 19 years Brandon Morrison Foreman 10 years 18. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. Please refer to Section C - Project Control in our RFQ res onse for a list of pending lawsuits. The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this 31st day of October c 2023. 28 Bidder: Kraemer North America, LLC By: j c, j signature NName':. Timothy -J. Maloney Company (Please Type) Title: Sr. Vice President NOTARY, County of Douglas ) ) ss. State of Colorado Timothy J. Maloney__ being duly sworn, deposes and says that they are (Name) Sr. Vice President of Kraemer North America, LLC and that the (Title) (Company Name) answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this 31 st (SEAL) CALLIE TINNES NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20164012984 MY COMMISSION EXPIRES 04/04/2024 i Coui nneS day of Uctober 2023 SOQ #7 Projects Under Contract Job# Description Contract Amount Planned Final Completion 061803 I-25 NORTH KNA JV SHARE(KRAEMER-IHC .11/) $486M 11/30/2023 062012 BRIDGES,DENVER(BROADWAY STATION METRO DISTRICT) l$13.2M 1/30/2024 062202 FLOYD HILL PRECONSTRUCTION SERVICES,IDAHO SPRINGS $3.2M 3/15/2025 062204 CRYSTAL VALLEY INTERCHANGE PRECON(TOWN OF CASTLE ROCK) 1$0.45M 13/31/2024 12/28/2024 062206 062214 NOVEL UPTOWN,DENVER(MILENDERWHITE) US HWY 85 WIDENING,HIGHLANDS RANCH(DOUGLAS COUNTY) ]$0.79M $l01M 6/30/2024 6/30/2024 062215 • _ SOUTH PEDESTRIAN BRIDGE,DENVER(BROADWAY METRO DISTRICT) $12.1M 2/28/2024 062218 1062301 1062303 CRYSTAL VALLEY ROUNDABOUT(TOWN OF CASTLE ROCK) 1533M 1$18.2M �$0.11M 13/15/2024 DOTI - BROADWAY CP-1,(CITY AND COUNTY OF DENVER) 062304 MARKSHEFFEL ROAD IMPROVEMENT-PRECON(CITY OF CO SPRINGS) MARKSHEFFEL ROAD IMPROVEMENTS(CITY OF CO SPRINGS) $15M 12/31/2023 12/31/2024 112/31/2026 062307 ACCESS BRIDGE,CENTRALCITY(YOUNG RANCH RESOURCES) 158.8M7/30/2026 062308 JFLOYD HILL PACKAGE 1,IDAHO SPRINGS $64M 17/1/2027 062309 CRYSTAL VALLEY INTERCHANGE PKG 1(TOWN OF CASTLE ROCK) ;062310 'COLFAX BRT CMGC-PRECON(CITY AND COUNTY OF DENVER) • $17M 3/31/2024 $0.45M 18/31/2024 062312 062314 CO 119 CORRIDOR CMGC-PRECON,BOULDER US 6 & WADSWORTH AVE.,LAKEWOOD $1.1M $11M • 11/15/2023 1/31/2025 Proprietary SOQ #16 - Anticipated Sub List Work Description % of Work Subcontractor I LMS Drilling, Inc. 'Caisson Drilling I 0.4% Arnold's Ag Group, LLC 'Erosion Control Install, Landscaping, Fencing 1.1% Black Iron Steel, LLC Rebar Install 1.5% Coating Specialists, LLC Waterproofing and Concrete Coating 1.0% Coulson Excavating Asphalt Paving and Roadbase 5.1% Adarand Constructors Type 3 Guardrail 0.8% 0.1% Roadsafe Traffic Systems Pavement Marking I IZylstra Baker Surveying, Inc. Surveying I 1.2% Alpha Milling IAspha1t Removal 0.1% All Sweep, Inc. Sweeping 1 0.1% AWP Safety [Traffic Control 1 1.3% Triax Engineering, LLC 3rd Party Quality Control Testing 1 0.9% Kinetic Industry Potholing 0.4% • V11d County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Para juct B2300185 1 _ List names of partnerships or joint ventures 0 none Kraemer - IHC Joint Venture 2. Lest decreases in submitted to Weld a Key persomel the contractors fiscal or worlarnanship County (Attach additional sheets if changes gfcone qualifications compared to the last p equalification statement necessary.) b. Key equipment charges Vno ne c. Fiscal capability changes (legal actions, etc.) iiffnone d_ Other changes that may effect the contractors ability to perform work vinone I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE SfATE OR FEDERAL BEST OF MY KNOWLEDGE LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE cat trade" firm or company name 4' tote 11/1/23 1 r t T j I Ma o lr. Kraemer North America, L�LC rtfe Si . Viic4Prt*ident 2nd Contractor's Mn or compstry name (If jolnl venture) BY iI tl Title wdd Fn 1605 1(20 30 WILD COUNTY ANTI -COLLUSION AFFIDAVIT IP"Ar1443 B2300185 LOCJ01CW Johnstown, Weld County, CO I hereby attest that i nm the person responsible within my firm for the final lion as to the price(s) and amount d this bid or, If not, that I have written authorization, enclosed herewith, from that person to make the statements set out bibs' on his or her behalf and on behalf of my firm. I twiner attest that 1 The prices) and arnoustt of the bud have been arrived at independently, without consotation, corrrn, nica*on or ern. for the purpose or with the effect of raffCng competition with any other firm a person who is a bidder or pal prime bidder_ a Neither the price(s) nor the amount of tats bid ewe been did to any other Inn or person who is a bidder or potent* prime bidder on this protect, and will not be so disclosed prior to bid opening. 2B Neither the prices nor the aunt of the bid of any other firm or person who s a bidder or p timid prime bidder on this protect have been disclosed to me or my firm. 3A, No teeny has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from biding on this project, or to submit a bid higher dears the bid of this Mn, or any intention* high or non- oompelftive bid or alter form of complernentary bid. 38. No agreement has been pramsS or solicftad for any other firm or person vhbo s a bidder or potential prime bidder on this project to strbmd an intentionally high. nonconhpettive or other form of amplexnentary bid on this project 4. The bid of my firm r4 made in good taith and not pursuant to any consultation, communication, sgsaement or disarm with, or inducement or ooic*atlon by or from any firm or person to tubing any inbentionaly high, noncom petitive or other form of complementary bid. St My firm has not offered or entered into a tubaamst or agreement tegart ing the purchase a sale of materiels or services from any firm a person, or offered, prowled a paid cash or anything d value to any firm or person, whether in vonnection with this or any other project, in consideration br en agreement or promise by any firm or parson to refrain from bidding or to submit any nttr tionally high, ncricompatItive or ether form of complementary bid or agreeing or promising to do so on this project 8, My firm has not accepted or been peomreed any suticaitta-t or agreement regarding the safe of materials or services to any firm or person, and has not been pror aid or paid cash or anything of value by any firm or person, whether in connection we this or any other project, it aonsideration for my firrrfs submtiing any intentionally high. nancoenprthie or other forum of complenentary bid. or agreeing or promising to do eo, on this project T I have made a diligent inquiry of at mentions, offeers, empbyees. and agents of my ftm with re:wombats relating b the preparation, approval or sues seen d my knits bid on this project and have been advised by each of them that he or she has not participated In any convnunication, consultation. discussion, agreements collusion, a cite conduct inameistent with any of the statements and representations made in this afftdavtt 8. t understand and my firm underatands that any rnia+ttaternent in this affidavit is and shall be treated as a fraudulent mnaealmare from Weld County, of the true farts relating b submission of bids for this contract I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPUCABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS OQQJMENT ARE TRUE AND C0MPtETE TO THE BEST OF MY KNOWLEDGE. - ConAticloro Am at amp Ir v ram Kraemer North America, LLC I I Timothy 1, Maloney' cis10131 /23 Tit1i lip 'rice Prdidcnt and t rensic s Am or men rare On Sit beams Ito .,.Wt, , to before me thin 31st day of, October n 20 23 Navy 6e .Oldie Tnnee of tan eliontae4 OH •oy• 2.019 NOTE This document must be signed in Ntk. 31 CALLIE TINNES NOTARY PUB LC STATE OF COLORADO NOTARY ID 20184012984 at -labiate irvisanagaimiqui roe Fors .eon v33 Weld County ASSIGNMENT OF ANTITRUST CLAIMS B2300185 Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld Courty. Therefore, for good cause and as consideration for executing this cortract and for receiving payments hereunder: 1 Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust Ian in connection wth the particular project, goods or services purchased or acquired by Weld County pursuant to this contract 2 Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and c. Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on CQntiacbbr's behalf by any third party and which claim has been assigned to Weld County hereunder. 3 Further, Contractor agrees that In the event it hires one or more subcontractors to perform any of Its duties under the contract, Contractor shall require that each such subcontractor: a. irrevocably assign to Weld Courty (as a third party beneficiary) any and all claims that such subcontractor rrtisy have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has cormrenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d Promptly pay over to Weld County Its proper share of any payment under an artltrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the abxrve assignment of antitrust claims. C.fl-a dor : 1 rrn or carp s-ry n n By Knemer North America, LLC 11,-(4 Timothy J. Mai °s' 11/1/23 naoWcepits%&nt Sr. ? n si cu1i- it'i E. Urn a r ctt1' fn.118(11,44 I l i jai r< u c o Deo It Form 49211Qb Date: 11/1/23 "TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Proposer, each Major Participant) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: 1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. 2. Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years. 3. Does not have a proposed debarment pending. 4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years_ 5. Has not within the past 3 years had one or more public transactions (federal, state or local) terminated for cause or default If there are any exceptions to this certification, insert the exceptions in the following space. No Exceptions Exceptions will not necessarily result in denial of Award but will be considered in determining bidder responsibility_ For any exception noted above, indite below to whom it applies, initiating agency, and dates of action_ Note: Providing false information may result in criminal prosecution or administrative sanctions. f Shy nature 1 Sr. Vice Pr 2 Idcot True 33 *CERTIFICATION OF COMPLIANCE WITH EQUAL OPPORTUNITY CLAUSE REQUIREMENTS (To be signed by authorized signatories of Proposer and each Major Participant (except as excluded below)) The Proposer certifies that (1) fit/he/she] has V has not developed affirmative acti n programs on file at each establishment pursuant to 41 CFR § 60-4 and (2) [it/he/she] has has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, pt/helstreJ has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: 11' 1 2023 Proposer/Subcontractor Name: Kraemer North AnIca ILc Signature: �1 Title: Sr_ Vice PrestdeAt Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secrelary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by Proposers and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 601..5 (Generally, only contracts or subcontracts of $ 10,000 or under are exempt) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. [Duplicate and modify this form as necessary for use by Proposer and each Subcontractor described above.] 34 Weld BIDDERS County LIST Project NamelDescription Project Nurnber Project Code/ subAccount Proposal Date Bridge 54113A Replacement Project B2300185 N/A 11/01/2023 conlrertor Kraemer North America, LLC _ Region 4 Subcontractors/SuppliersfVendors: rejected. The bidder must list all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being In Firm Name Email Work (Select ail Proposed that apply) TDBE (YON) Selected (Y/N) Oldcastle f Clint.Noe@oldcastle.com 1 ' N N All Sweep sherry@allsweep.net 26 Y Y Martinez Associates tbistline@martineztesting.com 22 Y N Ram -Co Trucking denise@ram-cotrucking.com 3 Y N Diversified Underground g , zack@duinc.work 21 Y N 21 N Y Kinetic Industry cj.schott@kineticindustry.com NG Companies E.Mentzel@ngcompanies.com 21 N N Prime Milling nberka@primemilling.com 15 Y N Martin Marietta jjesse.geary@martinmarietta.com 15 N N Dalco Industries mikea@dalcoind.com 1 N N J-2 Contracting carol@j2contracting.com 1 N N Holcim tim.berry@holcim.com Y@ 1 N N Commercial Fabricators i commercialfabr@aol.com 1 N N New Millennium I Gerald.Arvay@newmill.com YG� 1, 14 N N Universal Industrial Sales MiPetersen@uisutah.com 1 N N Environmental Merritt Jxmeritt u.environmentalmeritt.corh 13 Y N Black Iron Steel, LLC I estimating@blackironrebar.com 11 Y Y I certify that the information provided herein Is true and correct to the best of iny knowledge. Name Timothy J. Maloney Signatureltnitials ' A Title Sr. Vice President Date 11/1/23 ( it ? lA/w G Q.1flats as5.- 44 Oh..n1 ..l Ofl 1r,.-1 Of l Li °I ��1�� 77 C'Inn.n�. ii�.rn wl.l.�n �vr.•.a hra. nnl 1 Materials and Supplies 2 Flaggingand Traffic Control 3 Trucking and Hauling 4 Precast Concrete Foundations and Footings 5 Concrete Paving Flatwork and Repair 6 Lighting and Electncal 7 Signs Signal Installation and Guardrail 8 Fencing 9 Buildings and Vertical Structures 12 Riprap and Anchored Reta4,gWs11S 13 Landscape and Erosion Conical 14 Bridge and Bridge Deck Construction 15 Asphalt Paving 16 Road and Parking Lot Marking 17 Chip Seal Crack Seat Joint Seal and Crack Fill 18 Bridge Painting and Coating 19 Stairway and Ornamental Metal 20 Parking Lots and Commercial Sidewalks 10 Litrlrty. Water any .Sager Lines fins tone must De suDrnitted oy me EroLosai aeannne. 35 Earthctork 22 Engineenng and Surveying Services 23 Public Relations and Involvement 24 Piles and Deep Foundations 25 Waste Management and Recycling 26 Site Clean Lip 27 Mechanical and HVAC 2 8 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety Weave County Form #1413 08/22 Weld BIDDERS County LIST Projed Name/Description jProied Number Projed Code/ SubAccaunt Proposal Date Bridge 54/13A Replacement Project 1_ B2300185 N/A 11/01/2023 Contractor Kraemer North America, LLC Region 4 Subcontractors rejected. Suppiier=/Vaidors: The bidder must Ilst all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being Firm Name Email Work Proposed (Select all that apply) DBE (Y/N) Selected CO) Spartan Reinforcing jwallace@spartansr7.com 11 Y N IGreat Western Denver, Inc. I rick@gwerebar.net 11 N N Nucor Skyline nicole.stoneback@nucorskyline.co n 1 N N 'Rio Grande Co. cford@riograndeco.com 1 : N N Metal Pros, LLC daniel.ibarra@metalprosllc.com I 1 - N N Erosion Runner v tina@erosionrunner.com 13 N N D -Mac Industries, Inc. jlane@d-macindustries.com 1 N N Zylstra Baker Surveying, Inc. brianl@zbsinc.net 22 N Y Powell Restoration bryan.williams@powellenviro.coln - 13 Y N 1 N N Sandra.Becker@burnco.com - Burnco Drake Williams Steel ♦ 1 i ____ N 1 N jvornbrock@dwsteel.com Snow's Specialty Drilling Mike@snowsdrilling.com 4 N N Plum Creek Structures I KKovac@plumcreekstructures.ccm N 1 N DCG Enterprises, Inc. garret@dcgbiz.com 2 N Axios Civil abedoya@axioscivil.com 1 YINT mdunscomb@adionats.com 6 NINT Adiona Transportation Solutions NPW Contracting Pranith.Gonuguntla@npwcontracti g.com 14 Y i catty that the information provided herein is true and correct to the best of oy knowledge. 'Name , Si ratu►e/lnitiats f jj: Title Sr. Vice President Date 11/1/23 Timothy J. Maloney Work Proposed Categories; Materials and Supplies ? Flagging and Traffic Control 3 Trucking and Hauling 4 Precast Concrete Foundabons and Foctrn3s 5 Concrete Pawng, Flatrork and Repair 6 tagrlbng and Electrical 7 Signs Signal Installation and Guardrail e Fencing 9 Buildings and Vertical Sbuctures 11 Structural Steel and Steel 11.��woe& 12 Rgnap and Anchored RetaLM AWalis 13 Landscape and Erosvon Con 1J Bridge and Badge Deck Constriction 15 Asphalt Paving 16 Road and Parking Lot Marking 17 Chip Seal Crick Seal ,tint( Seal and Crack Fill 18. Bodge Paining and Coating 19 Starnsey and Ornamental A fetal 20 Petting Lots and Commercial Sidewalks t0 UGI�ry Water and elate f.rr}es This Iorm must De sunmutea b my a proposaeaamrne. 35 21 Clearing Demol,boo, Excavation and Earilto ork 22 Engineering and Surveying SOW/COS 23 Public Relations end involvement 24 Piles and Deep Foundations 25 Waste Management and Recycling 26 Site Clean Up 27 Mechanical and HVAC 28 Tunnel Construction 29 Profiling and Gnnding 30 Environmental Health anti Safety Weld County Form #1413 04Y22 on Weld BIDDERS County LIST ,Project Name/Description Project Number Project Code/ SubAccount Proposal Date Bridge 54/I 3A Replacement Project B2300185 N/A 11/01/2023 Contractor Kraemer North America, LLC Region �SubcontractorslSupplievsNendors: rejected. The bidder must list all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being I - — Firm Name Email Work Proposed (Select all that apply) DBE (Y/N) Selected (YIN) Triax Engineering, LLC cechols@triaxgeo.com 22 Y Y Foley Products Company p y Ji ark. CIVIMark.Walter@foleyproducts.com Walter f o le roducts.com yp 1 N N R.W. ConklinSteel i ete.conklin@conklinsteel.com 1 N N Smyrna Ready Mix Bernie.lucero@smyrnareadymix.clom 1 N N Copeland Precast estimating@copelandpreeast.coir 1 N N Black Eagle grandy@blackeaglefence.com Fence, Inc. f 8 N N AWP Safety estimatingc@awpsafety.com 2 N Y CDI seans@cdi-services.com 13 N N Mountainland Supply jack.knaub@mountainland.com 1 N N EnCon United N N JFabinski@enconcolorado.com 1 Rumler Civil Construction trumler@rumcivil.com I 11 N N Chacon Trucking Minna@chaconstransport.com 3 Y ' N GDT Traffic Control joe@gdttraffic.com 2 N N Advanced Traffic Services, LLC advancedtrafficserviceslic@gmai .com 2 Y N Steamboat Structures heather.reed@steamboatstructurep.com 22 Y N ATZ Construction atz.erica@gmail.com 1 1 Y N Olson Engineering, Inc. dennis.sack@olsonengineering.cGm 22 N N I certify fruit the Womanon provided herein is true and correct to the bat of /Tty, knowledge. _ Name Timothy J. Maloney Signaturefinitlais 4 J i ' ]Title ; Date 11/1/23 ii,at IALI Sr. Vice President LVA/'� D/!\AA Q9{, r.7fAAA/ti6b. •a CJa.n .,...l CtAAI ^� ..If Cif§Ai landarLorLertatail l f Ot•h C.40Na. n°1^n it it Cearrngem I Materials and Supplies 2 Flagging and TrafC Control 3 Trucking end Hauling 4 Precast Concrete Foundations and Footings 5 Concrete Paving, Fletwo and Repair 6 Lighting and Etectncal 7 Signs Signal Installation and Guardrail 8 Fencing 9 Buildings and Veggie; Srruclures 10 utrtrty Water and Setter Lines This corm must oe suomittea oy jragosai 12 Aped and Anchored Rerr4r r��Walls Lan dscape andscape and Erosion Control 14. Bridge and Snags Deck Construction 15. Asphalt Paving 16 Road end Parking tot Harking 11 Chip Seal Crack Seal Joint Seal and Crack FW t8. &ridge Painting and Coatrng 19 Stairway and Ornamental Afoot 20 Parking Lots and Cornrnercial Srde►.al t.s aeaaune. 35 , Earthmirk 22 Engineering and Surveying Services 23 Pubdre Relations and in volvemenl 24 Piles and Deep Focinctabons 25 Waste Management and Recycling 26 Site Clean Up 27 A+Ieclranicaland HVAC 28 TunnelConstruction 29 Profiling and Grinding 30 Environmental Health and Safety Weld County Form ttt413 08/22 Weld County BIDDERS LIST Project Number Project Code/ SubAccourd Proposal Date Project Name/Description Bridge 54/13A Replacement Project B2300185 N/A 11/01/2023 Contractor Region Kraemer North America, LLC Subcontractorsl%upplier rejected. lVendors: he bidder must list en firms seeking to participate on the contract. Failure to submit this form may resat in the proposal being Firm Name Email Work (Select ail Proposed that apply) DBE (YIN) Selected (YIN) Adarand Constructors 7 N Y Cynthia@adarand.com Bennett Testing, Inc. fromero@bnttesting.com i 22 Y N Coulson Excavating bill@coulsonex.com 1, 15 N Y Hanes Geo Components bentoloughlin@hanescompaniese com 1 N N ksmith@jdsteel.com 11 N N JD Steel Company A -Core Concrete Specialists of Co. MikeD@a-core.com 15 N N Ferguson Waterworks brayden.quinn@ferguson.com 1 N N Watson Bowman chris.smyth@watsonbowmanacne.com N I N 1 Rocky Mountain Reclamation kelinb@reveg.us 13 • N N 1 tim@bm.services 2 N N Burnt Mountain Services, LLC RMS Cranes shane@rmscranes.com 14 N N Western Milling 15 N N jw@wmilling.com Aggregate Logistics jasonrocks 1 @yahoo.com 1 Y N emarsh@connellresources.com 15 N N Connell Resources Jordan@abcocontracting.com 14 N N ABCO Contracting Holcim kevin.allen@holcim.com 1 N N Arnold's Ag Group, LLC dhill@arnoldsaggroup.com 8, 13 N Y I c amity that the information provided herein Is true and correct to the best of (y knowledge. Name SlgiatureAnilials i Title Date 111/1/23 Timothy J. Maloney in i 7 Sr. Vice President Work Proposed Categories: 1 Materials and Supplies 2 Flagging and Traffic Control 3 Trucking and Hauling 4 Precast Concrete Foundations and Footings 5 Concrete Paving Flatvvork and Repair 6 Lighting and Electrical 7 Signs Signal Installation and Guardrail 8 Fencing 9 Ewldingsand Vertical Structures 10. Utility Water and Se.ser Lion This ionn must oc suomuttea oy me proposal 11 Structural Steel and Steel' 12 Riprap and Anchored Aeta • ails 13 Landscape and Erosion Control 14 Bridge and Bridge Deck Construction 15 Asphalt Paving 16 Road and Parking Lot Marking 17 Chip Seal Crack Seat Joint Seal and Crack Fill 18 Bridge Painting and Coating 19 Stairway and Ornamental Afelai 20 Parking Lots and Commercial Sidewalks aeacmne. 35 M 21 Clearing Demolition Excavation and Earthwork 22 Engtneenng and Surveying Services 23 Public Relations end Involvement 24 Pilesand Deep Foundations 25 Waste Management and Recycling 26 Site Clean Up 27. Mechanical and HVAC 28 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety Weld County Fpm #1413 08122 Weld County BIDDERS LIST Project Name/Description IProJect Number Project Coda/ SubAccount Proposal Date Bridge 54/13A Re, l ment Proiect I B2300185 N/A 11/01/2023 _ - Contractor Kraemer North America, LLC Region 4 subcontractorslS rejected. ipplterslvendors: The bidder must list aft firms seeking to participate on the contract. Failure to submit this form may result In the proposal being Firm Name Email DBE (YIN) Selected (YIN) Wore (Select a Proposed that apply) Cascade Environmental MattKoch@halker.com 30 N N rstreno@roadsafetraffic.com 16 N Y Roadsafe Traffic Systems Antoniol@ardenttraffic.com 2 Y N Ardent Traffic Services, Inc. Smith Environmental & Engineering 13, 30 N N jeffgoessling@smithdelivers.corr �acob.prez k i 1 to@drilltechdr111ing,�.om �-= 4 N N Drill Tech Raptor Materials, LLC 1 N N agoss@raptormaterialsllc.com Crimson Engineering Associates, Inc. ddeschaznp@crimsonengineeringg com 22 N N Shawnee Steel & Welding, Inc. diane.kelly@shawnee-steel.com 1 N N (Bowman Construction Supply martin@bowrnanconstnictionsupPly.com 1 N N Ideal Fencing Corp. N dave@idealfencingcorp.com 8 N All Cowboy Erosion Control 13 Y N allcowboyestimating@gmail.com N y Alpha Milling syoung@alphamilling.com 15 4 N Y LMS Drilling lmsdri11@ix.netcom.com R Coating Specialist, LLC coatingspecialistllc@gmail.com 14, 18 N y High Pointe Companies, LLC colep@highpointefence.com 8 N -- • N dbrostrom@lightfieldenterprises.om 2 ' Y ' N Lightfield Enterprises, Inc. Asphalt Specialties GaryR@asphaltspecialties.com 15 N N I certify that the irtormation provided herein is true and correct to the best of fry knowledge. Name SIgnetureAntflals i i j Title Sr. Vice President Date 11/1/23, Timothy J. Maloney ) Work Proposed Categories: 1 Materials and Supplies 2 Flagging and Traffic Control 3 Trucking and Hauling 4 Precast Concrete Foundations and Footings 5 Concrete Paving Flat work and Repair 6 Lighting and Electrical 7 Signs Signal Installation and Guardrail 8 Fencing 9 Buildings and Vertical Structures -;. L'.Li tetWiter and Sewer Lines This form must De suomtirea o urrmosai acautine. 11 Structural Steel and Steel ft4inf b inveigh 12 Riprap and Anchored Pet ` nq•Wa1ls 13 Landscape and Erosion Canal 14 Bridge and Bridge Deck Construction 15 Asphalt Paving 16 Road and Parking Lot Marking 17 Chip Seal Crack Seal. Joint Seal and Crack Fill 18 Bridge Painting and Coating 19 Stairway and Ornamental Metal 20 Parking Lots and Commercial Sidewalks 21 Clearing Demolition Excavation and Earlhrtork 22 Engineenng and Surveying Services 23 Public Relations and Involvement 24 Piles and Deep Foundations 25 Waste Management and Recycling 26 Site Clean Up 2? Mechanical and HVAC 28 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety 35 Weld County Form #1413 08122 Weld County BIDDERS LIST Project NameiDescription 'Project Nurnber Project Code/ SubAccount Proposal Date Bridge 54/13A Replacement Project iB23001s5 ;� N/A 11/01/2023 Contractor Kraemer North America, LLC Region 4 SubcontrsctorsISuppttersiendors: The rejected. bidder must list all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being I Firm Name Email Work (Select all Proposed that apply) DBE (YIN) Selected (Y/N) Wall Coating Systems, Inc. ajcoombes@wccservicesinc.com 18 N N r 'o T I certify that the information provided herein is true and correct to the bast of y knowledge. Name Timothy J. Maloney Signatureilnitials 1 Title Sr. Vice President Date 11/1/23 AI. Wail Prnrnncod raran^rine • I ^. Clnfrtnro, 0.roo1 nnil Cloaf esR,F9?giMAr4 9i Claarinn flamnhfrnn Pvravat,nn 3nrf 1 it taterrals and Supplies 2 Flagging and Traffic Control 3 Trucking and Hauling s Precast Concrete Foundations and Footings 5 Concrete Paving Flatwork and Repair 6 Lighting and Electncal 7 Signs Signal Installation and Guardrail 8 Fencing 9 Burldrogsand Vertical Structures to utility. Waset and Sewer Lines fins !arm muse oe suonalttt° Or the prop 12 Riprap and Anchored Reinpr? r tWalis 13 Landscape and Erosion CaMmt 14 Bndge and Bndge Deck Construction 15 Asphalt Paving 16 Road and Parking Lott! Parking 17 Chip Seal Crack Seat Joint Seal end Crack Fill i 8 Bndge Painting and Coating 19 Stairway and Ornamental Metal 20 Parking Lots and Commercial Sideivalks osai acaattne. 35 Earthwork 22 Engrneenngand Surveying Seriices 23 Public Relations and Involvement 24 Piles and Deep Foundations 25 Waste Management and Recycling 26 Site Clean Up 27 Mechanical and HVAC 28 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety Weld County Form 41413 08/22 1484359 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/1/2024 12/18/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 INSURED KRAEMER NORTH AMERICA, LLC EDWARD KRAEMER & SONS, INC. ONE PLAINVIEW ROAD PLAIN WI 53577 ! CONTACT NAME: PHONE INC. N. Ext): E-MAIL ADDRESS: FAX LAC No): INSURER(S) AFFORDING COVERAGE INSURER A : Zurich American Insurance Company INSURER B : Berkley Assurance Company INSURER C : Westchester Fire Insurance Company INSURER D : NAIC # 16535 39462 10030 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 25449794H REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR T TYPE OF INSURANCE ADDL airs E POLICY NUMBER EFF (MMIDDIIYYYY) IY MM/DD►Y�EXP LIMITS A X COMMERCIAL GENERAL LIABILITY Y N GLO9806120-11 1/1/2023 1/1/2024 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR PREMISESISES TO -RENTED (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X Ijpei-- LOC PRODUCTS - COMP/OP AGG $ 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY y N BAP9806122-11 1/1/2023 1/1/2024 teOMBINED SINGLE (Ea accident) LIMI $ 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ XXXXXXX OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS ONLY X NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ XXXXXXX XXXXXXX C x UMBRELLA LIAR iv OCCUR Y N G21986380018 1/1/2023 1/1/2024 EACH OCCURRENCE $ 5,000000 EXCESS LIAB I I CLAIMS -MADE AGGREGATE $ 5,000,000 DED I I RETENTIONS $ XXXXXXX A A _ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY1 Y / N_ NIA y WC9806121-11 (AOS) WC9806124-11 (WI) 1/1/2023 1/1/2023 1/1/2024 1/1/2024 X PER STATUTE ; OTH- L_ER E.L. EACH ACCIDENT $ 1 000 000 ' ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N 4E.L. DISEASE - EA EMPLOYEE $ 1,000.000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 ;000,000 A B MASTER BUILDERS RISK PROFESSIONAL N N MBR4553236-20 PCADB-5021043-0123 1/1/2023 1/1/2023 1/1/2024 1/1/2024 $100,000,000 PER PROJECT; FLOOD & EQ INCL. $5,000,000 PER CLAIM / AGGREGATE LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) KRAEMER JOB #062315 BRIDGE 54/13A BRIDGE REPLACEMENT, CONTRACT VALUE: $11,533,491.78. WELD COUNTY COLORADO, ITS ELECTED OFFICIALS, AND ITS EMPLOYEES ARE ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY, AUTO LIABILITY, AND UMBRELLA LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS AS REQUIRED WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES IN FAVOR OF THE ADDITIONAL INSUREDS AS RESPECTS WORKERS COMPENSATION AS REQUIRED BY WRITTEN CONTRACT AND WHERE ALLOWED BY LAW. CERTIFICATE HOLDER CANCELLATION 25449794H N. COUNTY COLORADO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES THE EXPIRATION DATE THEREOF, NOTICE ACCORDANCE WITH THE POLICY PROVISIONS. BE CANCELLED BEFORE WILL BE DELIVERED IN WELD DEPT 1301 GREELEY WORKS OF PUBLIC 17TH AVE CO 80631 AUTHORIZED REPRESENTATI © 1988015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 1484359 ACORO® CERTIFICATE OF LIABILITY INSURANCE 1/1/2025 DATE (MM/DD/YYYY) 12/18/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 kcasu@lockton.com INSURED KRAEMER NORTH AMERICA, LLC EDWARD KRAEMER & SONS, INC. ONE PLAINVIEW ROAD PLAIN WI 53577 CONTACT NAME: PHONE INC. No. EMI' E-MAIL ADDRESS: FAX (NC, No): INSURER(S) AFFORDING COVERAGE INSURER A : Zurich American Insurance Company INSURER B : Berkley Assurance Company INSURER C : Westchester Fire Insurance Company 10030 NAIC # 16535 INSURER D : 39462 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 20134687 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR R TYPE OF INSURANCE ADDL INS-^.. SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MMIDD/YYYYI LIMITS A COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR GENII AGGREGATE LIMIT APPLIES PER: PRO - JET LOC POLICY OTHER: Y N GLO9806120-12 I/1/2024 I/1/2025 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ 2,000,000 $ 1,000,000 $ 10x000 $ 2,000000 $ 4,000,000 $ 4,000,000 A AUTOMOBILE LIABILITY x ANY AUTO X X OWNED AUTOS ONLY HIRED AUTOS ONLY UMBRELLA LIAB EXCESS LIAR X SCHEDULED AUTOS NON -OWNED AUTOS ONLY I t1 I OCCUR �!--� CLAIMS -MADE DED I I RETENTION $ Y N N BAP9806122-12 1/1/2024 1/1/2025 . OMBINED SINGLE L (Ea accident) BODILY INJURY (Per person) $ 2000,000 BODILY INJURY (Per accident) rROPERTY DAMAGE (Per accident) $ XXXX3CXX G21986380019 I/1/2024 I/1/2025 EACH OCCURRENCE AGGREGATE $ 5,000.000 $ 5,000.000 $ XXXXXa�X A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N N/A WC9806121-12 (AOS) WC9806124-12 (WI) I/1/2024 1/1/2024 1/1/2025 1/1/2025 X PER STATUTE I OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE, $ 1,00Q,000 E.L. DISEASE - POLICY LIMIT $ 1.000.000 A MASTER BUILDERS RISK B PROFESSIONAL LIABILITY N MBR4553236-21 PCADB-5023839-0 I24 1/1/2024 1/1/2025 1/1/2024 1/1/2025 $100,000,000 PER PROJECT; FLOOD & EQ INCL. $5,000,000 PER CLAIM / AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) KRAEMER JOB #062315 BRIDGE 54/I3A BRIDGE REPLACEMENT, CONTRACT VALUE: $11,533,491.78. WELD COUNTY COLORADO, ITS ELECTED OFFICIALS, AND ITS EMPLOYEES ARE ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY, AUTO LIABILITY, AND UMBRELLA LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS AS REQUIRED WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES IN FAVOR OF THE ADDITIONAL INSUREDS AS RESPECTS WORKERS COMPENSATION AS REQUIRED BY WRITTEN CONTRACT AND WHERE ALLOWED BY LAW. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 20134687 WELD DEPT 1301 GREELEY N. COUNTY OF 17TH PUBLIC CO AVE 80631 COLORADO WORKS AUTHORIZED REPRESENTA Al /17144 O 1988 2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* KRAEMER NORTH AMERICA LLC @00047950 Q New Entity? Contract Name* Contract ID CONSTRUCTION AGREEMENT FOR BR54/13A BRIDGE 7723 REPLACEMENT PROJECT Contract Status CTB REVIEW Contract Lead * CKIMMI Contract Lead Email CKimmi@co.weld.co.us Contract Description * CONTRACT AGREEMENT FOR BR54/l 3A BRIDGE REPLACEMENT PROJECT Contract Description 2 Contract Type * AGREEMENT Amount $11,533,491.78 Renewable * NO Automatic Renewal NO Grant YES IGA NO Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co m Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL RN EY@WEL DGOV.COM Grant Deadline Date Parent Contract ID 20233280 Requires Board Approval YES Department Project # GR-57 Requested BOCC Agenda Due Date Date* 12/30/2023 01/03/2024 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300185 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date * 12/22/2023 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date T0BY TAYLOR 12/28/2023 Approval Process Department Head Finance Approver Legal Counsel DUANE NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/27/2023 12/27/2023 12/27/2023 Final Approval BOCC Approved Tyler Ref # AG 010324 BOCC Signed Date Originator CKIMMI BOCC Agenda Date 01/03/2024 MEMORANDUM Date December 1, 2023 To Toby Taylor, Purchasing Manager From Clay Kimmi, Senior Engineer RE Bid Request No B2300185 BR54/13A Bridge Replacement Project The award recommendation was reviewed by the BOCC in a pass around that was returned on November 21, 2023 Four of the five commissioners approved the pass around to be placed on the Board's agenda for December 18, 2023 The Public Works and Purchasing Departments have reviewed all of the submitted proposals in accordance the Best Value Selection process outlined in Chapter 5, Article 5-4-40 of the Weld County Code Public Works has budgeted for this project in its 2024 budget Per the scoring criteria outlined for the Best Value Selection Process, Kraemer NA ranked the highest which represents the best value to the County The departments recommend awarding the contract to Kraemer NA in an amount not to exceed $11,533,491 78 Per the bid documents, construction is anticipated to start on January 3, 2024 and completed by no later than August 30, 2024 Kraemer NA, is proposing to complete the bridge and open the road to traffic by July 1 and to complete the project by July 30 I will plan on attending the BOCC meeting to answer questions that the Board may have Background Information On September 27, 2023, the BOCC approved a pass around allowing Public Works to use the Best Value bidding process The combined Request for Qualifications and Request for Proposals (RFQ/RFP) for the BR54/13A Bridge Replacement Project was advertised on October 4, 2023 in the Greeley Tribune and on BidNet Direct Four responses to the RFQ/RFP were received on November 1, 2023 and were presented to the BOCC on November 6, 2023 In accordance with Chapter 5, Article 5-4-40 of the Weld County Code, Public Works and Purchasing reviewed the RFQ/RFP responses and shortlisted 2 of the 4 bidders The shortlisted bidders (Kraemer NA and Ames Construction) were invited to an interview on November 15, 2023 to present their qualifications, approach to the project, and to answer project related questions the reviewing committee had on the proposals During the selection process, the submitted proposals were reviewed for errors and completeness Two of the bidders had small mathematical errors (less than $0 50) The engineer's estimate for the project was $11,292,145 07 RL Wadsworth's proposal was the lowest bid at $10,081,553 91 but they failed to account for all of the project schedule constraints Ames Construction's proposal was $10,960,400 00 and was a complete proposal Structures Inc 's proposal was $10,974,543 50 and was a complete proposal Kraemer NA's proposal was $11,533,491 78 and was a complete proposal The bid tabulation and sconng results are included with this document After reviewing all of the proposals, the selection process showed the best value to the County was Kraemer NA The reasons for Kraemer NA representing the best value to the County are a) Kraemer NA committed in their proposal to not overrun quantities that had been calculated and presented in the bid documents If quantities were overrun, Kraemer NA acknowledged that they were taking the risk and not getting paid for the overruns If quantities are underrun, the County keeps the savings represented by the underrun This represents a large risk that they are taking on and provides the County with assurances that the project will be completed on budget Ames and the other two contractors did not provide any such commitment in their proposals b) Kraemer NA committed to no contractor initiated change orders Only change orders initiated by the County would be considered for BOCC approval Ames and the other two contractors did not provide any such commitment in their proposals 2623 -MO F&) 003'1 17J18 c) Kraemer NA committed to drilling the caissons 3 feet deeper than required at no cost to the project The additional 3 feet of caisson provides a factor of safety for the bridge that helps ensure its foundations are more than adequate to support the bridge superstructure Ames and the other two contractors did not provide information showing they had considered providing deeper caissons in their proposal d),, Kraemer NA provided a list of items that would represent approximately $1 38 million cost savings to the project if the County chose to implement them Ames and the other two contractors did not provide any such list of savings to the project If the County were to implement all of the proposed cost savings ideas, the Kraemer NA cost for the project would drop to $10,151,763 78 which would be lower than the Ames Construction and Structure's Inc costs If all of the cost savings are implemented, Kraemer NA would be the low bidder by $808,636 22 e) Kraemer NA has a history of completing bridges on 1-25 ahead of schedule This history indicates they have the experience and resources to complete our bridge ahead of schedule Kraemer NA committed to having the bridge completed and the road open to the public by July 1, 2024 Kraemer NA's schedule shows the road will be open 60 days ahead of the completion date listed in the bid documents f) Kraemer NA shows the project will be complete by July 30, 2024 which is 30 days ahead of the completion date listed in the bid documents All of the work required to open the road to the public on July 1, 2024 would be complete The only work occurring between July 1 and July 30, 2024 would be off of the road with no road or lane closures occurring BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE BR54/13A Bridge Replacement Project — Contractor Selection Recommendation DEPARTMENT Public Works DATE November 16, 2023 PERSON REQUESTING Clay Kimmi, Don Dunker, Curtis Hall Brief description of the problem/issue Public Works has been conducting a best value selection process to select a contractor to build the BR54/13A Bridge Replacement project The process started with a combined request for qualifications and proposals (RFQ/RFP) where contractors submit a response showcasing their qualifications and their price for the project Four contractors (RL Wadsworth, Structures Inc , Ames Construction, and Kraemer NA) submitted proposals which were then reviewed by a team composed of staff from Public Works and Purchasing The review team then invited to two highest ranked contractors to an interview The RFQ/RFP proposals and interviews were scored and analyzed by the review team The review team was unanimous in their final rankings with Kraemer NA being ranked number one and Ames Construction as being ranked number two The table below shows the rankings, costs, and bnef comments for each contractor that submitted proposals for the project Contractor RFQIRFP Rank Interview Rank Cost Difference from Eng Est Comments Kraemer NA 1 1 $11 533,491 76 ' $241,346 71 (2 1 % high) • Committed to accelerated schedule — preliminary schedule shows opening the road in early July • Committed to not charging for material overruns and provided examples of ways to save money on the project • Committed to a very detailed Quality Control Program • Very capable of completing the project ahead of schedule and under budget Ames Construction 2 2 $10,960,400 00 X331,745 07 (3 0% low) • Preliminary schedule shows opening the road in early August • Has worked very well with the County on past projects • Quality oriented • Very capable of completing the project ahead of schedule and on budget Structures Inc 3 0 $10,974,543 50 -$317,601 77 (2 9% low) • Preliminary schedule shows opening the road in mid -August • Not as quality oriented as top two contractors • Would be able to complete the project on schedule and on budget RL Wadsworth 4 0 $10,081,553 91 -$1,210,591 17 (12 ' 0% low) • Preliminary schedule shows opening road in late August • Don't want to work through the winter • Not as quality orients as top two contractors • Would be able to complete the project on schedule and on budget What options exist for the Board? Option 1 Approve the award of this project to Kraemer NA for an amount not to exceed $11,533,491 78 and al'ow Public Works to place the approval of the award on the agenda for the December 18, 7023 BOCC hearing Option 2 Request a work session to understand the team's justifications for recommending Kraemer NA Consequences: Delaying the award of the BR54/13A Bndge Replacement contract means meeting the schedule to get the bridge out of the water prior to spring runoff more difficult It also extends the amount of time the road will have to remain closed which could potentially impact the fall harvest in the areas surrounding the bridge Impacts: By awarding the contract to Kraemer NA, the contract would be going to the firm with the highest overall price However, the Best Value Process takes the contractor's qualifications and other factors into account The review team felt that Kraemer NA represented the best value to the County because they were proposing to open the road early which minimizes the impact to the traveling public Kraemer NA was the only contractor to commit to not overrunning the bid quantities They were the only contractor to identify areas of potential cost savings on the project Kraemer NA was also the only contractor who showed that they had accounted for the various project nsks in their bid and they presented a very strong commitment to producing a high quality project The better the quality of the project, the less long-term maintenance that is required by the County Less long-term maintenance represents a lower cost and a lower impact to the citizens of Weld County Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The 2024 budget for Public Works accounts for the project costs The 2024 budget will not have to be adjusted to accommodate this project Recommendation Public Works recommends awarding the project to Kraemer NA in an amount not to exceed $11,533,491 78 Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments Perry L Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D Ross Lori Same MP es 2 BR54-13A Bridge Replacement Project RFQ/RFP & Interview Ranking Summary Date: 11-16-23 SINdi1(1SNOJ RFQ Summary Committee Members k Total Scoring Based on Rank Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 RL Wadsworth 4 4 4 4 4 20 Structures Inc 3 3 3 3 3 15 Ames 2 2 2 2 2 10 Kraemer NA 1 1 1 1 1 5 Low score is best Ranking 4 3 2 1 Shortlisted Not Interviewed Not Interviewed BRS4-13A Bridge Replacement Protect Revised 11,1:2021 Engineer's Estimate RL Wadsworth I Structurrs lnc. Atari- ? Kraemer NA Bid I ITEM a ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST •UNIT PRICE i TOTAL COST UNIT PRICE TOTAL COST 1 201-00000 Clearing L Grubbing LS 1_00 3 55 000.00 5 55.000,00 S 50,000 00 S 50,000.00 $ 50,000.00 5 50.000.00 i - 4 .i;CC.CQ J S 42 i100.J7� S 49,570.25 S 49.570.25 2 202-00000 Removal of Structures and Obetrucbons LS 1 00 $ 30,000.00 $ 30,000.00 5 200,000.00 S 200000.00 S 170.000.00 S 170,000.00 _ f i 0. 5Z') 00 . 5 1",7 5OO.Qgr S 193.843.67 5 193,843.67 3 202.00035 Removal of Pipe LF 96 00 S 125.00 5 12.000.00 5 21.22 S 2.037.12 S floe S 2,688-00 .15 0.0.. .; . i44.0.01- 5 81 03 $ 7,778.88 4 20200220 Removal of Asphalt Mat SY 3.914 00 S 2.57 S 10,2154,58 5 1139 5 45,092.26 5 6.00 5 233464,00 ' 11.0:; I :i 43 9:!4,00 3 11.81 $ 47.169.14 S 202.00810 Removal of Ground Sign EA 4 00 $ 137.30 S 54920 5 106,12 5 424,48 S 1 I I.00 S 444,00 :=' :?su.OL! '. 1.12;) G0' S 201.42 S 805.68 6 202.01000 Removal of Fence IF 5,911 00 S 2.68 $ 15,841,48 5 1.72 S 21.988.92 5 1.00 5 5,911 00 ',a ; pin 5 5'91'1.131 S 0.76 5 4,492.36 7 202-03130 Removal of Guardrail Type 3 LF 630 00 $ 6.38 S 4 019.40 5 48.44 5 30,517,20 5 56.00 S 35 540.00: 17 45 5175 13' boo S 41,39 S 26,075 70 8 202-01400 Removal at Cattle Guard EA 2 00 $ 500.00 $ 1,000.00 S 1,05121 5 2,122.42 S 1 400.00 S 2.800.00 350.6::1 S ebb1' 5 2.791 44 S 5,582 88 9 203-00050 Ursurtable Matenal (Contingency) CV 5.000 00 $ 51.17 S 255.850.00 5 28.65 5 143250 00 $ 30.00 S 150.000.00' _ • 25 0i' .. c 4QS i 25.93 5 144,650.00 10 203-00060 Embankment (CIF)) CY 17,951 00 $ 42.94 $ 770.815.94 S 31.84 S 571,559.84 S 36.50 S 655.211.50 • 32 6t~ r _ 5 83 07 5 37.59 S 674,778.09 11 203-00500 Rock Fill Conttnren ' 57-67 CV 1.000 00 S 60.39 $ 69.390.00 5 85.96 5 85,960.00 $ 90O0 S 90,000.00 60.05 S 80p S 72.45 S 72,450.00 12 203.00510 Rock FA (Conbngency (3' Mmus) CV 1.000 00 S 62.98 S 251.920.00 5 53.06 S 212240.00 S 55.50 5 222 000.00 5SGv 5 • animal 5 53.38 3 253,520-00 13 Z03-01100 Proofrolmt MA 40 00 5 138.95 5 5.558.00 3 159.18 $ 6.367.20 5 170.00 5 6 800.00 211 emu? . 12..t4a, j 5 170-52 S 6,820.80 14 203-01500 Bleeding • MR 40 00 S 177.59 S 7.103.60 5 159.18 S 6 367.20 5 170.00 5 5,500.00 . 34.'.tire 3 !3,880:00: S 256 53 5 10,261.20 15 203-01550 Dating HR 40.00 $ 198.53 $ 7.941.20 $ 159.18 5 6367.20 S 170.00 S 6100.00 ' .r,. it5e nth ' 14;1810 5 282 80 5 11.312.00 18 203-01597 Potholing HR _ 24 00 5 295.48 5 7,091.52 5 202-95 S 4.870.80 5 400.00 $ 9.600.00 - 1500S: _ ; 10.:96.00" 5 627.35 5 15,056,40 17 203-02330 Laborer MR 4000 S 72.96 5 2.918,40 5 42.87 5 1714.80 S 55.00 5 2100.00 8.'*.!.:.. 4;360.00. 5 8310 S 3,328.00 18 _ 206-00000 Structure Excavation CY 1.841 00 $ 91.30 $ 168.083.30 5 29.18 S 53.720 38 S 19.00 S 34,979.00 60071.04 5 54.00 3 99,414.00 19 206-00100 Structure BactM (Class 11 CY 251 00 S 140.87 S 35.358.37 5 140.60 S 35.290.60 S 73.00 $ 18.323.00 � 1 IPtt-VIS 5 140.18 S 35.185.18 20 206-00060 Structure BackM (Flow -Fill) (Weld County Mix) CY 1 010 00 $ 450.00 S 454,500.00 S 192.66 S 194.586.60 S 228.00 $ 230.280.00 12100VA 5 243-33 S 245.763.30 21 206-00520 Fitter Material [Class 8) CY 53 OC S 316.09 5 16.752/7 5 138.37 5 7.333.61 S 225.00 5 11,925.00 270'_CC 14 '16,gix 5 371.42 $ 19,685,26 22 207-00205 Topsoil CV 4 245 00 S 11.35 S 48.180,75 5 9.02 5 38.289,90 5 10.00 S 42,450.00 ' ; :4.UU }"r t - 5 ' 5 19.96 S 84,730.20 23 20700210 Stockpile Topsoil _ CY _ 4 558 00 $ 6.42 3 29262.36 3 6.38 S 28.988.88 5 7.00 $ 31,906.00 ' �i, 9,.011 1 $ 8.43 S 38,473.94 24 208-00002 Erosion Log Type 1 (12 kith) LF 1,704.00 S 6.19 $ 10,547.76 3 4.78 S 5,145.12 5 11.00 S 18.744.00. t4 0S I 5 ? : : OF 5 4.94 $ 8,417.76 25 208-00020 Silt Fence LF 500 00 S 2.73 3 1,355.00 $ 212 $ 1 060.00 S 5.00 $ 2,500.00 ;1 00' S - 5.500.0 5 1.79 $ 895 00 26 208-00033 Sediment Trap (Turbidity Curtain) EA 1 00 S 3.200.00 $ 3100.00 S 795,91 S 795.91 S 5,000.00 S 5.000.00 ' t; _100 CO 1 5 S 9.931.52 5 9,931.52 27 208 00300 Temporary Balms LF 4 500 00 $ 2.68 5 12.060.00 5 2 12 5 9.540,00 S 5.50 5 24,750.00 5 00 I S 220.'30 $ 3.61 $ 16.335.00 28 208-00035 Aggregate Bag IF 100 00 $ 10.80 S 1.080.00 5 8 49 S 849.00 S 12.50 S 1250.00 ' 73'Oi: l S '' T00.G41v $ 8.56 S 856.00 29 208.00045 Concrete Washout Structure (Lined) EA a 2.00 S 3,718.50 S 7,437.00 $ 1.008.16 $ 2,016.32 5 4 500.00 S 9.000.00 ' ,-: 5300.00i S r I 0:l ca' 5 5,908.39 S 11.816.78 30 208-00075 Prefabricated Vehicle Tracking Pad EA 2 00 S 5,998.85 S 11.997,70 5 530.661 5 1.061.22 S 11 250.00 S 22.500.00 ' ; 7 090.00 • 5 15 'i] rial 5 5 078.76 S 10.157,52 31 208-00103 Removal end Disposal of Sediment (Labor) HR 40 00 $ 85.56 S 3.422.40 5 63_67 $ 2.546,80 S 55.00 S 2.200.00. 34,00 3 . 555020- $ 82.60 S 3,304.00 32 208-00105 Removal and Disposal of Sediment (Equipment) HR 40 00 $ 166.77 5 6.670.80 S 116.74 $ 4,669.60 $ 115.00 $ 4 600.00 170 044 $ 15, 150:00' S 125 02 $ 5.400,80 33 208-00106 Sweeping (Sediment Removal) HR 80.00 $ 148.51 S 11,680.50 S 132 05 $ 10.612.00 S 125.00 S 10,000.00 1^x.00 S 15.520 Off' 5 163.15 $ 13.052.00 34 208-00207 Erosion Control Management DAY 182 00 S 554,17 S 100,858.94 S 530.61 5 96,571 02 $ 330.00 S 60.060,00 4S41.1.00 S titi 4e.0 cu. 5 175 00 5 31.850.00 35 208-00520 Temporary Stream Crossing LS 1 OU 5 15.000.00 S 15,000.00 $ 62.847.52 5 62.847 52 S 50.000.00 5 50,000 00 • .- . 125.00u.0+3 i if!, ,00 00: 5 136.93019 $ 136,930.89 36 210-00010 Reset Maribor Structure EA 1 00 S 575.00 S 575.00 3 636.72 S 636.72 $ 600.00 S 600 00 557,AJ4) S 500 00' 5 352.49 S 352.49 37 211-03005 Dewatefing DAY 100 00 S 1,000.00 S 100 000.00 5 431.03 5 43.103 00 5 285_00 5 28.500.00 . ?,047 CI! 1 S 'Ct '"'t) CO' S 0.01 $ 1.00 38 212-00006 Seeding (Native) ACRE i 5 60 $ 2.200.00 S 12.320.00 5 955 09 $ 5.348.50 5 1 500 00 Si 8.400.00 ' . : 205 00 5_ 6 72M, 0, 5 4.072.17 $ 22.804.15 39 212.00701 Compost (Mecharucaly Applied) ACRE _ 5.60 5 100.13 $ 560.73 S 4.244.85 $ 23,771.16 5 2.550 00 S 14,280.00. _:' X550.00 rr S 4 1G la; 5 629.44 $ 3,524 86 40 213-00003 Mulching (Weed Free) ACRE 5 60 $ 3,871.41 5 21 679.90 5 1,697.94 5 9,508.46 S 1,800.00 S 10,080.00 _ ' iCD kr5 , , :. 76/1g S 1.621.44 S 9,050.06 41 216-00201 Soil Retention Blanket (StrawlCoconut) (Biodegradable) (Class 1) SY 3 601 00 $ 4.51 S 16240.51 S 345 5 12.423.45 5 4.00 5 14,404.00 4.r.•C S If, 005.50- S 3 07 5 11 055.07 ♦2 240-00010 Removal of Nests MR 110 00 $ 163.07 S 17,937.70 S 116.74 $ 12,841.40 $ 35.00 S 3,850 00 OJ ' 5 20 243 00 S 58,46 5 6.430.60 43 240.00020 Netting SY 2 800 00 S 15.80 5 44.240,00 S 5.30 5 14 840.00 S 430 S 12,600.00 . , 4"413 f ,5 4U,' 0r>')O' S 6.16 5 17,248.00 44 304.06000 Aggregate Base Course (Class 6) (Virgin) TON 2.601,00 5 71.72 S 186.543,72 5 42.45 S 110,412.45 5 60.00 5 158.060.00 , ''1 46 t7G. '1 119 544: {)0 5 51.87 5 134,913.87 45 403-33741 Hot Mn Asphalt (Grading S) _100llPG 64-22) TON 2 537 00 5 154.95 S 393,105.15 S 111 0, S 281 784 59 S 128.00 5 324,736.00 :.: 1 !g OU . 3 :?C I,:;.B.x4• 5 102.72 S 260,600.64 46 403-34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-25j TON 1 339 00 3 173.93 S 232.892.27 5 119.78 $ 160 385.42 5 140.00 $ 187 460.00 127 :9 $ !%? ';''3 04 $ 110.78 S 148,334 42 47 420.00300 Gerd (Tenet NX 6501 SY 10.000 00 S 6.78 5 67.800.00 5 6 36 5 63 600.00 S 5.75 S 67,500.00 i I 7.SU , -?5,0PC, 00;5 5.24 S 52,400.00 48 503.00030 Doled Caisson (30 Inch) LF 505.00 S 995.00 5 502.475.00 $ 263.47 $ 133 052.35 S 440.00 5 222,200.00 '11 '`1.1 a 1:::3)25 l)0 5 467.39 S 236,031.95 49 503-00066 Drilled Caisson 66 Inch IF 222.00 $ 1,950.00 S 432.900,00 S 871 49 S 193.470.78 $ 1225.00 S 27 1,950.00 !., " ,,.,_ _, "1d 5?'0 09 5 1,284,56 5 285,172 32 50 503-00310 CSL Testing EA 10 00 $ 2,000,00 $ 20.000,00 5 1,061,21 5 10.612,10 5 1.500 00 $ 15,000.00 '6.7.1.094-70 S' ci rr3U G3, S 1.012,45 S 10,124.50 51 506-00212 Rtprap (12 Inch) CY 134 00 $ 133.00 S 17,822.00 $ 171.91 S 23.035.94 5 180.00 S 24,120,00 2si) Q4' 5 7D:3-4-3.1:1,1 5 201.90 S 27,054.60 52 506-00412 504 Riprap (12 Inch) C5 920 00 S 18864 $ 173 54880 S 175 10 $ 161.092.00 S 208.00 S 191,360,00 '45 CD S 133 ,400 .;,10 $ 130.50 $ 120060.00 53 512-00101 Bearing Device (Type 1) EA 4 00 $ 3,500.00 S 14,000.00 $ 1.278.77 5 5.115,08 S 2.200.00 $ 8.800.00 - ' ' 115t' Or! S :.=,07.00 $ 3 226.76 $ 12,907.04 54 515-00120 Waterproofing (Membrane) - SY 2207 00 $ 27.29 $ 60,229.03 5 23.05 S 50 871,35 5 37.00 S 81.65900 S d iJ- 3 0!3` 5 33,39 $ 73,691.73 55 518-01004 Bridge Expansion Device (0- Inch) IF 145 00 $ 390.88 5 56.677,60 5 298 52 5 43.285,40 S 473.00 5 69,585.00 ' I ~ ' " S :ai x09 UO 5 357.60 S 53,302.00 56 601-03000 Concrete Clan 0 [Cutoff Was) CY 25 00 S 970.00 S 24.250,00 S 697.53 $ I7-438.25 S 1445.00 S 36,125.00 1' i,' 'a 5 sc+5:,O CO' $ 1,731.77 5 43294.25 57 601-03040 Concrete Class 0 (Briagel CY 1 094 00 3 920.00 $ 1.558,480.00 S 1.200.00 S 2.032.800.00 S $40.OU 3 1,422y60.0U YLU.E:: _, 1 britt cral1.U0 5 1,1116.50 5 1.976051,00 58 601-40301 Structural Concrete Coaling[Good Earth) SY 1 056.00 S 22.00 $ 23.23100 5 15.28 5 16.135.68 S 28.00 5 29.568.00 iCi rJ:l S 16 005.00 5 16,77 S 17,709.12 59 601.40301 SUucturel Concrete Coating (Apache) SY 957 00 S 22.00 $ 21,054,00 5 1528 5 14.62216 S 28.00 S 26,796.00 - , r G:1 - c 1'-i 313.00 $ 16.77 5 16,048.89 60 602-00000 Realtor cing Steel (Black) LB 66 560 00 5 2.45 S 163.072.00 S 1.07 5 71 219.20 5 1.60 5 106,496.00 1.2v 62 C3 , :; ' 9.'' 5 1.43 5 95 18010 61 602-00020 Rerifcircrng Steel (Epoxy Coated) LB 282 642 00 S 2.45 S 692.47290 S 129 S 364.508.18 5 ISO 5 537.01910 _. !! - r 305 005.BO 5 1 66 5 469,185,72 62 602-00025 Reinforcing Steel (Stainless) L8 610 00 $ 3.44 5 2,098.40 5 6.18 5 3,769.80 S 6.00 $ 3,660.00 _ 1 ► ! 1 5 6.88 5 4,196.80 63 603-01180 _18 Inch Reinforced Concrete Pipe (Clan V) LF _ 45.00 5 282,11 5 12,694.95 S 191.02 .5 8.595.90 5 252.00 5 11,340.00 _ T S 366.43 S 16,489.35 64 603-01240 24 Inch Reinforced Concrete Pipe (Class V) LF 329 00 S 210.00 S 69,090.00 5 206.94 S 66,081.26 5 273.00 5 89,817 00 21,.1+ ',+ S 274.91 5 80.445.39 65 603-01300 r. 30 Inch Reinforced Concrete Prp]Class V) IF 90 00 S 339.00 S 30.510.00 S 244.08 S 21.967.20 S 325 00 5 29 250.00 , 2800r r; •' _.; S 398.81 $ 35 692.90 66 603-01480 48 Inca Reinforced Concrete Pipe (Class 10) LF 233 00 $ 768.29 S 179,011.57 5 382 04 S 89 015.32 S 475.00 5 110.675.00 ` - 4313130 '5' ° 00i'90i'tvt S 513.99 5 119.759 61 61 603-05018 18 inch Reinforced Concrete End Section EA 2 00 $ 2.738.00 $ 5.475.00 S 1.591.82 S 3 183.64 3 2.10000 5 4200.00 1;700.00 3 3,400.01 5 2.975.89 5 5.951 36 66 603-05024 24 Inch Reinforced Concrete End Section EA 4 00 S 1.27500 $ 5.100.00 S 1.804.06 S 7,216.24 5 2.400 00 S 9,600.00 . 2.000-.00 1 15.110.10f, S 3.268.71 $ 13.074.84 69 603-0503D 30 Inch Reinforced Concrete End Section EA 4 00 S 3,504.00 $ 14 016.00 5 2.281.60 S 9.126.40 $ 3.000.00 5 12.000.00 2.40000 $ 9;SOO:GO1 $ 4.135.49 5 16,541.96 70 603-05048 46 Inch Reinforced Concrete End Section EA 2.00 S 4,800.00 5 9,600,00 5 3,502.00 5 7.004.00 3 4 650 00 S 9.300.00 3 600.40 $ . 7200:0.0; 3 16,666007 $ 6.782.88 S 13.565.76 71 606-00301 Guardrail Type 3 W-8eam (e-3 Post Spacur9) Li 151 00 $ 190.00 S 41.690.00 5 58 05 S 14 570.55 S 115.00 S 28.865.00 ' 66,'00 S 64.79 5 16262.29 72 606-01370 Transition Type 3G EA 4 00 S 4,561.57 S 18.246.68 5 4.41798 S 17.671.92 S 5 400 00 5 21 600.00 5.500.^ill S 221300:00: S 4.696 56 S 19.586.24 73 596-01400 Transition Type 6R10t4-GR3 EA 4 09 $ 9,500.00 5 38.000.00 5 .927.68 5 31.710.72 5 4.100 00 5 16.400.00 t5.700.1.0 5 SB;600Z0` S 10.135.84 3 40,543.36 74 606-02003 End Anchorage (Nonfated) _ EA 4.00 S 4,879.11 5 19516.44 S 4 366.31 5 17.465.24 S 5.000.00 5 24.000.00 9_000,t+.l 5 24 000.00 `6 5.180 98 S 21.52192 75 606.11030 Bodge Rail Type 10M LF 764 00 5 255.69 S 195.347.16 S 277.10 S 211,704.40 5 392 00 S 299.488.00 3:0 011 S 2 2"-1i0D9 = 321.23 S 245.419.72 76 801-01000 Fence Barbed Wire with Metal Posts LF 1,778 00 S 11.18 S 19.878.04 S 5.78 S 10.276.84 S 6.50 S 11.557.00 5 03 i 10.1168:013 5.52 5 9,814.56 77 507 11525 Fence (Plastic) IF 3.500 00 S 4.04 S 14.140.00 5 3.19 S 11,165.00 5 3 00 S 10,500.00 10.:•U S 15-.750.00, .3 2.07 S 7,245.00 78 60740120 TO Foot Gate EA 2 00 5 1.173.96 S 2.347.92 S 1.167.33 3 2.334.66 S 2200.00 5 4,400.00 2200.00 !; 4,400.1 5 1,961.86 S 3.927.72 S 29,980.68^ 79 609-60011 Curb Type 6 (Section M) LF 458.00 $ 30.00 S 13,740.00 5 27.22 S 12.466 76 3 28.00 5 12.82..4.00 0.0in. S 11,282.00 S 65.46 80 611-00020 20 Fool Cattle Guard EA 2 00 5 20,000 00 $ 40.000,00 5 31.836.37 5 63,672.74 S 12500.00 $ 25.000.00 ,5 it t3.,iat 5 !0.000;00' S 25156.23 S 51,712.46 61 612-00001 Delineator (Type 1) EA 8 00 $ 70.68 $ 565.44 5 53.06 $ 424 48 5 60 00 $ 480.00 45.0 S :.360011 S 70.50 S 564.00 82 612-00002 Dekneetw (Type 2) _ EA 8 00 S 94.59 S 756.72 5 58.36 $ 466.88 5 140 00 5 1.120.00 50 00. S 40011]' 5 7050 _ 5 564.00 83 612-00003 Delineator (Type 3) EA 8.00 S 68.85 S 550.60. S 6367 S 509.36 5 170,00 S 1,360.00 i:.O.C•J. S 400,03 5 70.50 S 564 0D 84 613-00350 3-10 Inch Electrical Conduit I F 1 MIS 00 S 43.40 $ 67,921.00 S 14.92 S 23,349.80 S 33.00 5 51,646.00 33.101 4 51;;646'.00=: 5 26.39 5 41.300.35 85 614-00011 Srgn Panel (Class I) SF 33 00 $ 37.37 $ 1233.21 S 95 03 S 2105.99 5 67.00 S 2.211.00 .55 00.11 5— 1.4550% S 60 43 5 1,994.19 86 614.00216 Steel Sign Post (2r2 Inch Square Tubing) LF 48 00 S 28 47 S 1.366.58 S 13.61 S 65328 S 40 00 5 1,920.00 i 07 0.' 1 3 :S,?1fi CfY S 121.69 S 5 841.12 87 615-00050 Embankment Protector Type 5 (Riprap) EA 4.00 S 2.300.00 $ 9200.00 5 13,390.41 S 53,561 64 S 14 250.00 S 57.000.00 8.970 Ca i 7.. an u3,' $ 2i,424.50 5 109.698.00 88 618-01154 Pirsbessed Concrete I (CBT54) LF 3,024.00 S 466.06 S 1,409,365.44 5 402.02 S 1.215.708 48 S 568.00 5 1 717.632.00 454 1):i : 1 3,7 Mill •`a1' $ 496.37 $ 1,501.022.88 69 620-00002 Field Office (Class ?)(Contractor Supplied) EA 1.00 $ 41.182.56 $ 41.182.58 S 29.11 1.71 5 29 111.71 5 133,750.00 $ 133 750.00 321'073 20 S ^ 9:3.073 2t.!? 3 212548 07 5 212,546 07 90 620-00012 Field laboratory (Class 2] EA 1 00 S 35.257.17 $ 35257.17 S 10.187.64 S 10.187.64 S 13425D 00 S 134250.00 S b W(2%.;A: 0: 5 57.708,84 $ 57 708 84 0 2.00 1-031 91 620-00020 Sanitary Facility EA 1 00 $ 5.531.57 $ 5.531.57 5 7.163.18 5 7.163 18 5 6.800.00 $ 6,800.00 i 1:u 0) S 1 100,,50: S 2.397.42 S 2,397.42 92 625-00000 Construction Surveying LS 1 00 $ 50012.83 $ 50,072.83 S 100.000 00 S 100.000.00 $ 190 000 00 $ 190.000.00 12.'+,400'00 i • 121.0.0c -Ca, $ 157.229.65 $ 157.229.65 93 620-00000 Mutnktatiun LS 1 00 5 400.000.00 5 400 000.00 5 1,0110,000.00 S 1.000.OUO.UU .5 /6S 000.00 S 765000.00 &'.8,000.00 a 0.2d 001100 S 1,074,186.43 $ 1,074,166.43 94 627-00005 Epory Pavement Marking GAL 23 00 5 100 41 S 2.309.43 S 397.96 S 9.153,08 S 305.00 S 7.015 00 420.00 S g=.60 00; S 377.67 5 8,686.41 95 630-00000 Flagging HR 400 00 $ 4026 S 16.104.00 S 43,43 5 17.372.00 S 47.00 $ 18.800 00 1 52.031 S '0 F.001 CO: 5 42.30 5 16920.00 96 630-00012 Traffic Control Management L5 100 S 150,000.00 S 150.000.00 $ 75.000.00 S 75.00000 $ 125500,00 $ 125.500.00 I4i;10CCS20' S .t'or..nn13; 5 77,009.49 5 77.009.49 97 630-80355 Portable Message Sign Panel EA 4 00 5 8.798.15 3 35 192.60 S 1 133.90 S 4.535.60 S 11 500.00 S 46.000.00 ' 10.000.00 $ 4+0.00u.00: S 10.358.10 S 41 432.40 98 700.70010 F/A Minor Contract Revisions EA 1 00 5 800.000.00 S 800.000.00 $ 800.000.00 5 800,000.00 5 800 000.00 $ 500.000.00 : 900.13011.00 LS a+;0.i 0U.f0l 5 800,000.00 $ 800,000.00 99 700.70016 FIA Fuel Cost Adjustments EA 1.00 5 25.000.00 S 25.000.00 5 25.000.00 S 25.000.00 $ 25.000.00 S 25.000.00 ' 2 700 901 _ z 25100.001 $ 25,000.00 S 25.000.00 100 700-70019 FIA Asphalt Cement Coat Adpustmer•1 FA 1 00 S 25.000.00 S 25,000.00 S 25.000.00 S 25,000.00 5 25.000 00 5 05.000 00 ' .5 C00.C1) > S 25.000.00 S 25.000.00 101 700 70380 F/A Erosion Control EA 1.00 $ 150,000.00 S 150.000,00 S 150,000.00 5 150.000.00 3 150.000 00 5 150,000.00 li3O 000.00 150.000.00 S 150 000.00 0 5. i i iS 102 927.00170 Process Control Testing for 203 208. 304 306 6 603 Items DAY 75 00 S 400.00 $ 30.000.00 5 1 263.09 5 94.731.75 $ 1.150.00 5 86,250,00 . '7-01.4:7 5 197 759 933 $ 795.83 5 59.687.25 Total Cast $ 11292.145.07 Total Cost $ 10,081,553.90 Total Cost 5 10,974,543,30 Total C:ost S 10,i+5U.40100 Total Cost 3 11,533,491.78 offal From Bid S 10.081 553 91 Total From Bid S 10.974.543.SU ;+ 'At Discrepancy $ (0.01) Discrepancy S (020 `lii0.1 at Appears to be a 50.01 rounding error There is a 50 20 rounding error S 0,9t; 41)0'3;- Total Flom Bid $ Drsuepnnc/ 5 No errors In math 11,533 491.78 WELD COUNTY PURCHASING 1301 N 17TH Avenue, Greeley, CO 80631 E -Mail reverettWweldgov corn E-mail cgeiserKaiweldgov corn Ph (970) 400-4222, 4223 DATE OF BID NOVEMBER 1, 2023 REQUEST FOR RFQ/RFP - BRIDGE 54-13A REPLACEMENT PROJECT DEPARTMENT PUBLIC WORKS BID NO #B2300185 PRESENT DATE NOVEMBER 6, 2023 APPROVAL DATE. 18O - DECEMBER 18, 2023 VENDORS RALPH L WADSWORTH CONSTRUCTION CO 7990 MILLER DRIVE, STE 200 FREDERICK CO 80504 AMES CONSTRUCTION INC 18450E 28TH AVENUE AURORA CO 80011 STRUCTURES INC 4 INVERNESS COURT EAST, STE 250 ENGLEWOOD CO 80112 KRAEMER NORTH AMERICA 900 W CASTLETON ROAD, STE 220 CASTLE ROCK CO 80109 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE BIDS 2023-3280
Hello