Loading...
HomeMy WebLinkAbout20233669.tiffN n�vac 1N�13� MEMORANDUM TO: Esther Gesick, CTB DATE: January 9, 2024 FROM: Trace Anderson, Public Works SUBJECT: B2300194 — WCR 76 & WCR 35 Irrigation Project Please place the attached contract on the January 17, 2024, BOCC consent agenda. The contract is for the WCR 76 and WCR 35 Irrigation Project construction. The Board awarded the contract to GLH Construction, LLC on January 3, 2024. The contract id is 7732. The Tyler reference number is 2023- 3669. The contract is for an amount not to exceed $314,019.96. The contract amount is also included in the 2024 Public Works budget. I will plan on attending the meeting to answer any questions. (Pa) 'ton ag enVv1.. 1/11/Z44 202 3cQcpq AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & GLH CONSTRUCTION. LLC WCR 76 AND WCR 35 IRRIGATION PROJECT THIS AGREEMENT is made and entered into this t 7 day of , 2024, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of Weld 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 GLH Construction, LLC, whose address is 780 E Garden Drive, Windsor. CO 80550, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform 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 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 and are incorporated herein. The parties each 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"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2300194". Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor 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 described in the attached Exhibits. Contractor 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. Contractor 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. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and 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 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; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 propery of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT-INCOMPIlETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shat 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 services which Contractor provided prior to the date ofthe 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 shallbe entitled to the use of all material generated pursuant to this Agreement upon termination. 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 Ccntractor 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 sail changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an e€uitable 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 Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $314.019.96, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment las been specifically approved by Weld County. If, at any time during the term or after termination or expiration of thisAgreement, 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 retum such payment(s) tc County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shad forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereundhr 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). Notwithstanding anything to the corcrary 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 therebre by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Artcle 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29- 1-101 et. seq.) and :he 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 (including unemployment insLrance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 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 Df 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 Work 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 information of Contractor should be transmitted separately from non - confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 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. Contractor further represents and warrants that all Work 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 Work 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' CompensationfEmployer'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; and $5,000 Medical payment per person. Medical 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): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals am 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. 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 andkar 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 (21 years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in tie 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. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised fora period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Fisk Insurance or installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shaft 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 Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) 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 determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. Subcontractor Insurance: 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 upon request by the County. d. 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. e. 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 any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement 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, judicial decision, or other 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, os property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. 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. Examinatbn 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. NI 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: GLH Construction Name: Benjamin Bramer Position:Estimator Address: 780 E Garden Dr. Windsor, CO 80550 E-mail: Ben@GLHConstruction.com Phone: 970-988-7873 County: Weld County Public Works Name: Trace Anderson Position: Engineer I Address: P.O. Box 758 1111 H Street, Greeley, CO. 80632-0758 E-mail: tanderson@weldgov.com Phone: 970-400-3714 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 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. 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. 26. 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. 27. 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. 28. 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. 29. 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. 30. 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 Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Ageement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.B. §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 this Agreement knowingly employs or contracts with an illegal alien Contractor notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontracor 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 Cobrado 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. §8-17.5-901 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. 31. 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 3erson who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Cdorado driver's license, a valid Colorado state -issued photo identification, or documentation that they have resided er Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if these 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.] 32. 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 8,s own behalf. 33. 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. Acknowledgment County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bourd 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. CONNTRA1CTOR: jLtf CeNSTRs rte Al LLC By: _c 2aozY) Stirs Name: „�asc•,_:t.—.��.�.�= Title: APE3r Dts-.vr WELD COUN : ATTEST: Weldiylerk to the BY: Deputy Clerk to x•5.24 Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COt.ORADO -� 7c-- O, Kevin D. Ross, Chair JAN 1 7 2024 oZd��-6.6.:1 BID REQUEST #B2300194 EXHIBIT A WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR WCR 76 AND WCR 35 IRRIGATION PROJECT NOVEMBER 2023 (Revised via Addendum 1 — November 22, 2023) (Revised via Addendum 2 — November 29, 2023) (Revised via Addendum 3 — December 5, 2023) Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 BID #82300194 Pagel TABLE OF CONTENTS The following checked 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: Invitation to Bid 3-4 Instructions to Bidders 5-15 Bid Proposal 16 *Bid Schedule 17-20 *Bid Bond 21-22 *IRS Form W-9 23 *Statement of Qualifications and Subcontractors 24-27 *Contracbr's Performance Capability Statement (Weld County Form #605) 28 *Anti -Collusion Affidavit (Weld County Form #606) 29 *Assignment of Antitrust Claims (Weld County Form #621) 30 *Debarment and Suspension Certification 31 *All Bidders must submit these forms with their response to the combined Request for Qualifications and Proposal (RFQ/RFP). WELD COUNTY REQUIRED CONTRACT FORMS: **Notice of Award 32 **Agreement 33-41 **Performance Bond 42-43 **Labor and Materials Payment Bond 44-45 Notice to- Proceed 46 Change Order 47 Certificate of Substantial Completion 48 Lien Walser (General Contractor) 49 Final Lien Waiver (Subcontractors) 50 Notice ofinal Acceptance 51 **Apparent responsible Bidder must submit these forms prior to Contract Award. WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions PSP1-PSP140 DRAWINGS: Construction Plan Set 11x17 Separate Documents BID #B2300194 Page 2 REQUEST FOR QUALIFICATIONS AND PROPOSALS WELD COUNTY, COLORADO 1301 N 17T" AVENUE GREELEY, CO 80631 DATE: NOVEMBER 8, 2023 BID NUMBER: B2300194 DESCRIPTION: WCR 76 AND WCR 35 IRRIGATION PROJECT COMBINED RFQ/RFP ADVERTISEMENT ISSUED: NOVEMBER 8, 2023 MANDATORY PRE -BID MEETING: NOVEMBER 21, 2023 AT 10 AM FINAL DATE FOR QUESTIONS: DECEMBER 4, 2023 AT 7 AM FINAL ADDENDUM POSTED: DECEMBER 5, 2023 AT 5 PM RFQ/RFP DUE AT PURCHASING: DECEMBER 7, 2023 AT 11:00 AM ANTICIPATED PRESENT BIDS TO BOCC: DECEMBER 20, 2023 INTERVIEWS (IF REQUIRED): DECEMBER 21, 2023 ANTICIPATED BID AWARD BY BOCC: JANUARY 3, 2024 ANTICIPATED CONTRACT SIGNED BY BOCC: JANUARY 17, 2024 ANTICIPATED NOTICE TO PROCEED: JANUARY 17, 2024 COMPLETION DATE: MARCH 27, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: WCR 76 AND WCR 35 IRRIGATION PROJECT The project in general consists of removal of multiple existing irrigation structures, replacement and installation of irrigation pipe, installation of a manhole, and construction of two new concrete structures at the intersection of Weld County Road 76 and Weld County Road 35. The project is located approximately 1 mile north of the Town of Eaton. The proposed right-of-way and easements required to complete this project are currently being acquired. The proposed right-of-way and easements are expected to be procured before construction begins. If a delay in procurement of the agreements is encountered, construction phasing may be required. Updates will be provided when new information is available. 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 of topsoil • Removal of existing irrigation structures and pipes • Importing and placing embankment materials Installation of RCP, DIP, and PVC in various sizes • Installation of a slide gate, manhole, and grates • Construction of concrete irrigation structures and ditch • Incorporation of initial, interim, and final erosion control measures • Work site traffic control Reclamation of the work site BID #B2300194 Page 3 Weld County will use the submitted responses to the Request for 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 A.M., on Tuesday, November 21, 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, 1301 N 17th Avenue, Greeley, CO 80631, until: 11:01 AM on December 7, 2023 (Weld County Purchasing Time Clock). PAGES 1-15 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL THE INFORMATION CONTAINED IN PAGES 1-15 MAYBE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 15. 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 andtor equipment shall be delivered to the location(s) specified herein. Bid information can be found on the BidNet Direct website at https://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 am required. Bids shall be emailed to: bids(a?.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 completed within the last 5 years. Emphasizing projects that have included the construction of irrigation networks. BID #82300194 Page 4 (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. (These forms do not count towards the 15 page limit). (1) Bid Tabulation Form (2) Bid Bond Form (3) W-9 Form (4) Statement of Qualifications and Subcontractors Form (5) Contractor's Performance and Capability Statement Form (6) Anti -Collusion Affidavit Form (7) Assignment of Antitrust Claims Form (8) Title 49, CFR Pat 29 Debarment and Suspension Certification Form Limit the total length of RFQ/RFP Response to a maximum of 15 pages. The County will reject proposals 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. Proposals shall be mainly made up of 8'h" 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 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. BID #B23oo194 Page 5 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 RFO/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 of Proposal • The proposal clearly shows an understanding of the project objectives. • The proposed methodology meets the desired goals of the County. 1 to 5 4.0 4./0 - 20% Critical Issues • The proposal demonstrates that the team clearly understands the major issues associated with the project. • The proposal offers realistic solutions to the critical issues. 1 to 5 4.0 4% - 20 % Project Control • The team has described how it will control its construction costs. • The proposal describes how sub -contractors' costs will be controlled. • The team has demonstrated its ability to ensure that State and Federal procedures are used where appropriate. • The team has demonstrated a QA/QC process in place to manage the quality of the product. 1 to 5 3.0 0 15% 3% - Work Location/ Familiarity • The team's location does not affect the coordination of the project with the County. • The team is familiar with Weld County policies and construction criteria. • The team demonstrated knowledge of Weld County in general. 1 to 5 1.0 1% - 5% Cost and Schedule • The costs were presented in a way that is reasonable and consistent with the project goals. • The schedule contains sufficient detail to ensure the project goals are met. 1 to 5 8.0 8% - 40% BID #B2300194 Page 6 TABLE 2 INTERVIEW SCORING CRITERIA EVALUATION CRITERIA EVALUATION STANDARDS Work Approach • Team proposed and clearly described their approach for completing the project. • The team offered innovative ideas for the project. • The team's project manager has adequate qualifications and a proven track Project Manager Qualifications record to complete projects of this scope and complexity. • The team's project manager demonstrates effective communication skills. The team's presentation was clear and easy to understand. Quality of Presentation • The people being interviewed displayed effective communication skills. • The team's use of audio-visual aids was effective. • The team provided good answers to the questions asked by the selection Question/Answer committee. Session • The answers provided by the team demonstrated a clear understanding of the project and the project goals. All Evaluation Criteria Must Be Met 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. BID #B2300194 Page 7 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 PEEvisions, 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 asctherwise 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 himself 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. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has 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 made readily available at the same source as the other bid documents by the Weld County Controller. Unless approved by the Weld County Controller, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. 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 Proposal Forms which are included in this package and on the basis indicated in fie 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. BID #B2300194 Page 8 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 Weld County Controller can 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 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 Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on cash allowances named in the Bid Documents. BID #B2300194 Page 9 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: • Nature and location of the site where the Work is to be performed. • Charactet, 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. • Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside ci Weld County Right of Way, prior to beginning the work. 8. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld 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. Confidential Information: Confidential information of Contractor should be transmitted separately from non - confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 theconfidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 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: 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 (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 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: 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. BID #B2300194 Page 10 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 bean incidental beneficiary only. H. 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. 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. Service or Work: Contractor 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 described in the attached Exhibits. Contractor 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. Contractor 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 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 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. L. Termination: County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." 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 services 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 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. 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 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 BID 0B2300194 Page 11 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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of the successful bidder. 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 Work during the performance of this Agreement and no personnel to whom Weld County has an objection, in its reasonable discretion, shall be assigned to the Work. The successful bidder shall require each subcontractor, as approved by Weld County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder 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 Weld County. Weld 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: Contractor 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. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all construction 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. P. 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. 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 contrd, 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. 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. Compliance with Davis -Bacon Wage Rates: Not applicable. 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. BID #B2300194 Page 12 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 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. 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. 9. INSURANCE REQUIREMENTS Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. 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; and $5,000 Medical payment per person. Medical 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): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate 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. 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. BID #82300194 Page 13 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 corm and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, orother irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exlibits, 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 Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) 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 BID #B2300194 Page 14 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 determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: 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 upon request by the County. d. 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. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless Weld County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contractor on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder 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 successful bidder in its construction 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 successful bidder 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 successful bidder agrees to waive all rights of subrogation against Weld 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 successful bidder for Weld County. A failure to comply with this provision shall result in Weld County's right to immediately terminate this Agreement. BID #B2300194 Page 15 BID PROPOSAL To: Weld County Purchasing Department 1301 N 17th Avenue Greeley, Colorado 80631 Attention: Controller Bid Proposal for: WCR 76 AND WCR 35 IRRIGATION 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 Vfbrk. The amounts stated include all allowances for profit and overhead, taxes, fees, and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and al Sub -Bidders shall include in their bid all Sales and Use Tax, if applicable. State of Colorado and Weld County tax small 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, 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 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 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 11:00 AM (Purchasing Clock) on the due date. BID #62300194 Page 16 BID SCHEDULE (Updated 12-5-23) ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 106-00001 Process Control Testing for Items 203, 206, 304, 306, & 603 DAY 30 201-00000 Clearing and Grubbing LS 1 202-00001 Removal of Structure EACH 3 202-00026 Removal of Slope and Ditch Concrete Lining SY 11 202-00035 Removal of Pipe LF 82 203-00050 Unsuitable Material (Muck) (Contingency) CY 115 203-00060 Embankment Material (Complete in Place) CY 233 203-01597 Utility Potholing HOUR 12 206-00065 Structure Backfill (Flow -Fill) (800psi Weld County Mix) CY 26 207-00205 Topsoil (Spread) CY 254 207-00210 Topsoil (Stockpile) CY 254 208-00035 Aggregate Bag LF 50 208-00046 Pre-fabricated �cated Concrete Washout Structure EACH 1 208-00075 Pre -fabricated Vehicle Tracking Pad EACH 1 208-00103 Removal and Disposal of Sediment (Labor) HOUR 4 208-00207 Erosion Control Management DAY 30 208-00300 Temporary Berms LF 326 BID 0B2300194 Page 17 ITEM NO. BID SCHEDULE: ITEMIDESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 210-04000 Adjust Structure EACH 2 212-00007 Seeding (Native) (Hydraulic) ACRE 0.2 212-00712 Biotic Earth Black (HGM) LB 900 509-00000 Structural Steel (Special) (Galvanized) EACH 1 509-06600 Struoural Steel W6x15 Beam (Special) EACH 1 601-03000 Concaete Class D CY 14 602-00020 Reinforcing Steel (Epoxy Coated) LB 671 603-38008 8 Inch Steel Pipe (Galvanized) LF 12 603-50014 14 Infi Plastic Pipe (Complete in Place) LF 20 603-50900 14 In.Plastic Pipe Bend EACH 1 603-01155 15 Inis Reinforced Concrete Pipe (Complete in Place) LF 72 603-50018 18 Infi Plastic Pipe (Complete in Place) LF 24 603-50902 18 Plastic Pipe Bend EACH 2 603-82016 16 Inch Ductile Iron Pipe (Complete is Place) LF 40 604-30010 Mantole Slab Base (10 Foot) (48' 6antl: Flat Top) EACH 1 604-50150 Irrigaion Structure Grate (Special) EACH 2 615-75121 18 Inds Slide Gate EACH 1 615-75122 Aluminum Stop Gate EACH 1 BID #B2300194 Page 18 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 615-75123 6 Inch Line Gate Valve EACH 1 620-00020 Sanitary Facility EACH 1 625-00000 Construction Surveying LS 1 626-00000 Mobilization LS 1 630-00016 Traffic Control Management LS 1 630-10122 Portable Variable Message Sign Panel DAY 21 700-70010 'F/A Minor Contract Revisions FA 1 $ 60,000 $ 60,000 700-70016 "F/A Fuel Cost Adjustments FA 1 $ 2,500 $ 2,500 *INDICATES THESE ITEMS ARE TO BE INCLUDED IN THE PROJECT TOTAL AND PROJECT BONDS. TOTAL BID PRICE ($): TOTAL BID WRITTEN WORDS: 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 NO, I choose NOT to accept Asphalt Cost Adjustments for this project BID 062300194 Page 19 NOTE: The following are items of work to be completed by Weld County: • Materials Quality 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: Contractor agrees to perform all Work described in the Contract Documents for prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price, or the actual quantities furnished, installed, or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2300194. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. Weld County is exempt from Colorado sales tax (exemption number 98-03551-0000). 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all documents of the Request for Proposal contained herein, 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. FIRM BY (Please print) MAILING ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO TAX ID # SIGNATURE E-MAIL ADDRESS **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 6 EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTIONNUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-15. BID #82300194 Page 20 BID BOND PROJECT: WCR 76 AND WCR 35 IRRIGATION 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 WCR 76 AND WCR 35 IRRIGATION 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: Printed Name: Title: ATTEST: By: Principal: Signature: Title: ATTEST: By: Witness: Printed Name: BID #62300194 Page 21 BID BOND INSTRUCTIONS The full firm name and residence of each individual party to the bond must be inserted in the first paragraph. If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership (to be named), and all partners must execute the bond as individuals. The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer. Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form. BID #B2300194 Page 22 Form W-9 (Rev. August 2013) Pnepartmentof the Treast' Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. N ra m p o c � 0c. c l�l Name (as shown on your income tax return) Business name/disregarded entity name, if dAferent from above Check appropriate box far farieral tax classification: ❑ Individuaysole proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, ,partnership) I. ❑ other (see instructions)► Exemptions Exempt payee code (d any) (see instructions): code (if any) from FATCA reporting Address (number, street, and apt. or suite no.) Requester's name and address (optional) City, state, and ZIP code List account numbers) here (option. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line ...MI 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. 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 fora number to be issued to me), and 2. I am not subject to backup withhdding because: (a) I am exempt from backup withholding, en (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding ea a result et a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withhdding, 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 en 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 US. person le Days ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Fuhae developments. The IRS has created a page an IRS.gov for information about Form llA , at www.irs.gov/n9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that age. Purpose of Form A person who is required to file an information retun 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 contrilxRions you made Use Form W-9 only if you area U.S. person (including a resident alien), to provide your correct T1N to the person requesting it (the requester) and, when applicable, to: C= that the TIN you are giving is correct (or yare waiting fora number to 1. be issued), ou 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you area 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. Cer, that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. Note. If you area U.S. person and a requester gives you a form other than Form W-9 to request your TM, you must use the requester's farm if it Is substamfally 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, cornpany, or association created or organized in the United States or ruder the laws of the Urrted States, • 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 are generally required to pay a withhdding tax under section 446 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. 102313 Form W-9 (Rev. 8-2013) BID #02300194 Page 23 *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 tlis 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. Permanert main office address: Phone Number: Fax Number 4. Year Company was organized: 5. Number of years this Company has been engaged similar construction: 6. 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? 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: Prgect Name Contract Amount Completion Date $ 8. List all cortracts 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. BID #B2300194 Page 24 9. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. 10. List all contracts within the last three years during which or after which the Company filed a protest with the owner. 11. List all contracts within the last three 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 three 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: BID #B2300154 Page 25 Project N€me: Location: Supt: Owner's Fepresentative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Fepresentative: Phone: Completion Date: Contract Amount: 16. List all of Re 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 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 TITLE YRS. EXPERIENCE 18. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company_ BID #B2300194 Page 26 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. Bidder: Company By: Signature Name: (Please Type) Title: NOTARY County of ss. State of being duly sworn, deposes and says that he is (Name) Of , 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 day of , 2023. (SEAL) BID #62300194 Page 27 Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project # 1. List names of partnerships or joint ventures r 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 affect the contractor's 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 By Date Title 2nd Contractor's firm ar company name (if joint venture) By Date Title Weld Form #6051/20 BID #62300194 Page 28 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 price(s) 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 Ed 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 By Date Title 2nd contractors frm or company name. (If joint venture.) By I Date Title Sworn to before me this day of, 20 Notary Public My commission expires NOTE: This document must be signed in ink. Weld Form #606 1/20 BID #B2300194 Page 29 Weld County ASSIGNMENT OF ANTITRUST CLAIMS PROJECT NO. Contractor and Weld County recognize that in actual economic practice antitrust oblations 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. Intake 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 ornthe 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. By Date Title 2nd contractor's firm or company name. Of joint venture.) By Title Weld Form WI21 1/20 BID #B2300194 Page 30 TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Bidder) 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: Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years. Does not have a proposed debarment pending. 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. 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 BID #62300194 Page 31 NOTICE OF AWARD To: Project Description: WCR 76 AND WCR 35 IRRIGATION PROJECT The project in general consists of removal of multiple existing irrigation structures, replacement and installation of irrigation pipe, installation of a manhole, and construction of two new concrete structures at the intersection of Weld County Road 76 and Weld County Road 35. The project is located approximately 1 mile north of the Town of Eaton. 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 am required by the Instructions to Bidders to execute 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: Trace Anderson, Engineer I ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2023 By: Title: BID #62300194 Page 32 (SAMPLE) AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & WCR 76 AND WCR 35 IRRIGATION 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 Weld 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, County desires to retain Contractor to perform 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 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 and are incorporated herein. The parties each 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"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2300194". Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor 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 described in the attached Exhibits. Contractor 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. Contractor 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. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and 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 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; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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, BID #82300194 Page 33 or other document 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 that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." 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 services 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 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 aci 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 anysuch 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 tx 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 Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $ , as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. 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 l'mreunder 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). Notwithstanding anything to the cortrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payment 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 (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 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. BID #82300194 Page 34 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 Work 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 information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 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. Contractor further represents and warrants that all Work 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 Work 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. 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 BID #B2300194 Page 35 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. Commercie/ 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; and $5,000 Medical payment per person. Medical operations coverage shall be popvided 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): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate 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, (cb Change Orders, or (0 Approved Value Engineering Proposals. The policyshall 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. 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. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other indents, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Lass $ Aggregate $ 1,000,000 1,000,000 BID #62300194 Page 36 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 Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) 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 determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: 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 upon request by the County. BID #82300194 Page 37 d. No (imitation 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. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement 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, judicial decision, or other 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. 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 Contractoragrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, orassigns, 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, witrout 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. Examinatbn 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 otheawise 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 BID #62300194 Page 38 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: Trace Anderson Position: Engineer I Address: P.O. Box 758 1111 H Street, Greeley, CO. 80632-0758 E-mail: tanderson@weldgov.com Phone: 970-400-3714 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effector 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 maybe 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. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. 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. 26. 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. 27. 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. BID #B2300194 Page 39 28. 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. 29. 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 iesolve said dispute. 30. 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 Agreement 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 this Agreement 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 fie 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. 31. 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 they have 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.] BID #B2300194 Page 40 32. 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. 33. 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. 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. 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 BID 062300194 Page 41 PERFORMANCE BOND (PAGE 1 OF 2) PROJECT: WCR 76 AND WCR 35 IRRIGATION 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 (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) 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 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 off PROJECT: WCR 76 AND WCR 35 IRRIGATION PROJECT described in the Invitation for Bids, Bid No. B2300194. 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 thesame 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. BID #B23oo194 Page 42 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: WCR 76 AND WCR 35 IRRIGATION 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) (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. BID #82300194 Page 43 LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: WCR 76 AND WCR 35 IRRIGATION PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a iCorporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) 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 DF THIS OBLIGATION is such that whereas, the Contractor entered 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: WCR 76 AND WCR 35 IRRIGATION PROJECT described in the Invitation for Bids, Bid No. B2300194. 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 premiurs 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 cr 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. BID #B2300194 Page 44 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: WCR 76 AND WCR 35 IRRIGATION 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) (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. BID #62300194 Page 45 NOTICE TO PROCEED PROJECT: WCR 76 AND WCR 35 IRRIGATION PROJECT To: Date: Name of Project: PROJECT: WCR 76 AND WCR 35 IRRIGATION PROJECT described in the Invitation for Bids, Bid No. B2300194. You are hereby notified to commence Work in accordance with the Agreement dated The date of completion of all Work is, therefore By Trace Anderson, Engineer I 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 BID #B2300194 Page 46 CHANGE ORDER NO. (EXAMPLE) Date: PROJECT: WCR 76 AND WCR 35 IRRIGATION PROJECT described in the Invitation for Bids, Bid No. B2300194. 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: Trace Anderson (Engineer I) APPROVALS: CONTRACTOR: Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Date: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Chairperson BID #62300194 Page 47 CERTIFICATE OF SUBSTANTIAL COMPLETION Contractor: Contract For: WCR 76 AND WCR 35 IRRIGATION PROJECT described in the Invitation for Bids No. B2300194. Contract Dated: This Certificate of -Substantial Completion applies to all Work under the Contract Documents 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, ari 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 (punch -list). 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 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: Date: Engineer Date: Contractor: Date: BID #62300194 Page 48 LIEN WAIVER (GENERAL CONTRACTOR) TO: Weld County Public Works Attn: Trace Anderson, Engineer P.O. Box 758 Greeley, Colorado 80632 Gentlemen: Fora 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: WCR 76 AND WCR 35 IRRIGATION PROJECT described in the Invitation for Bids, Bid No. B2300194. 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 receieved.) 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 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 , 2023, by My commission expires: Notary Public BID #B2300104 Page 49 FINAL LIEN WAIVER (SUBCONTRACTORS) PROJECT: WCR76 AND WCR 35 IRRIGATION 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 , 2023, 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) (SEAL) (Name of sole ownership, corporation, or partnership) (Affix Corporate seal here) (SEAL) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person orfirm 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 extert 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. BID #62300194 Page 50 NOTICE OF FINAL ACCEPTANCE CONTRACTOR Date PROJECT WCR 76 AND WCR 35 IRRIGATION PROJECT described in Bid No B2300194 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 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 Trace Anderson, Engineer I Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by Dated this day of , 2023 By (Contractor) Title BID #B2300194 Page 51 WCR 76 AND W 35 IRRIGATION PROJECT WCR 76 AND WCR 35 IRRIGATION PROJECT PROJECT SPECIAL PROVISIONS The Colorado Department of Transportation 2023 Standard Specifications for Road and Bridge Construction coitrols construction of this project. The latest revisions to issued Standard Special Provisions (SSP) that modify the Standard Specifications, the CDOT Field Materials Manual and the CDOT Construction Ma ival are hereby incorporated by reference. The following Project Special Provisions (PSP) supplement and/or modify the Standard Specifications and Plans. WELD COUNTY PROJECT SPECIAL PROVISIONS INDEX Date Page Index of Project Special Provisions PSP1 November 8, 2023 Notice to Bidders PSP2 November 8, 2023 Commencement i3nd Completion of Work PSP3 November 8, 2023 Revision of Sec:ic•n 101 — Definition of Terms November 22. 2023 PSP4 - PSP5 Revision of Sectic n 102 — Bidding Requirements and Conditions November 8, 2023 PSP6 - PSP7 Revision of Sec:ic n 103 — Award and Execution of the Contract November 8, 2023 PSP8 Revision of Sectic n 104 - Scope of Work November 8, 2023 PSP9 - PSP13 Revision of Sectic n 105 — Control of Work November 8, 2023 PSP14 - PSP31 Revision of Sectic n 106 — Control of Material November 8, 2023 PSP32 - PSP47 Revision of Sectic n 107 — Legal Relations and Responsibility to Public PSP48 - PSP50 November 8, 2023 Revision of Sec:ic n 108 — Prosecution and Progress 1 PSP51 - PSP54 November 8, 2023 November 8, 2023 PSP55 - PSP 59 Revision of Section 109 — Measurement and Payment Revision of Section 201 — Clearing and Grubbing November 8, 2023 PSP60 Revision of Sectic n 202 — Removal of Structures and Obstructions November 8, 2023 PSP61 Revision of Sectic n 203 — Excavation and Embankment December 5, 2023 PSP62 - PSP67 Revision of Sectic n 206 — Excavation and Backfill for Structures November 8, 2023 PSP68 - PSP70 Revision of Section 207 — Topsoil _ November 8, 2023 PSP71 - PSP76 Revision of Section 208 — Erosion Control November 8, 2023 PSP77 - PSP105 Revision of Section 210 — Reset Structures November 8, 2023 PSP106 Revision Sodding of Sectic n 212 — Seeding, Fertilizer, Soil Conditioner and November 8, 2023 PSP107 - PSP116 Revision of Section 213 — Mulching November 8, 2023 PSP117 Revision of Sectic n 509 — Steel Structures November 8, 2023 PSP118 Revision of Sectic n 518 — Waterstops and Expansion Joints November 8, 2023 PSP119 Revision of Section 601 - Structural Concrete November 8, 2023 PSP120 - PSP122 Revision of Sectic n 602 — Reinforcing Steel November 8, 2023 PSP123 Revision of Section 603 — Culverts and Sewers December 5, 2023 PSP124 - PSP125 Revision of Sectic n 604 — Manholes, Inlets, and Meter Vaults December 5, 2023 PSP126 Revision of Section 615 — Water Control Devices November 29, 2023 PSP127 Revision of Sectic n 625 — Construction Surveying November 8, 2023 PSP128 - PSP130 Revision of Section 626 — Mobilization November 8, 2023 PSP131 Revision of Sectic n 630 — Construction Zone Traffic Control November 8, 2023 PSP132 - PSP135 November 8, 2023 PSP136 Force Account Items Traffic Control Plan — General November 8, 2023 PSP137 - PSP138 _ Utilities Coordination November 8, 2023 PSP139 Irrigation Facilities Coordination _ November 8, 2023 PSP140 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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. Information regarding the project may be obtained from the following authorized representatives. Trace Anderson, Engineer I Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3714 Cell Phone: 970-397-4515 Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3749 Cell Phone: 970-397-6288 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. The proposed right-of-way and easements required to complete this project are currently being acquired. The proposed right-of-way and easements are expected to be procured before construction begins. If a delay in procurement of the agreements is encountered, construction phasing may be required. Updates will be provided when new information is available. A mandatory pre -bid meeting will be held on November 21, 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. END OF SECTION PSP 2 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 1 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 March 27, 2024 unless the period for completion is extended otherwise by the County. The work is a completion date contract. One calendar day of contract time will be assessed for each calendar day from the date the Contract time starts excluding Saturdays, Sundays, and holidays (except with written approval). No weather days or less than full time charges days will be granted in this contract. Liquidated damages will be assessed for each day irrigation users cannot use their water after March 27, 2024, per the Weld County Revision to Section 108.09 of the Specifications. The Contractor's progress schedule may be a Bar Chart Schedule, shall be updated weekly, and shall be provided to the County for eview. Failure to submit a reasonable and current schedule as required may result in the County withholding payment to the Contractor. Salient features to be shown on the Contractor's progress schedule are: (1) Mobilizaion (2) Traffic Control (3) Erosion Control (4) Construction Surveying (5) Removal of Structures (6) Excavation and Embankment (7) Installation of Irrigation Items and Phasing (8) Seeding and Mulching END OF SECTION PSP 3 WCR 76 AND WCR 35 IRRIGATION PROJECT November 22, 2023 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 2022 Standard Specifications for Road and Bridge Construction" dated 2022, 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. "Department" shall mean the Weld County Public Works Department. "Engineer" shall mean the Weld County Public Works Director or designated representative. "Holidays" recognized by Weld County are: New Year's Day Martin Luther King, Jr. Day President's Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Christmas January 1, 2024 January 15, 2024 February 19, 2024 May 27, 2024 July 4-5, 2024 September 2, 2024 November 11, 2024 November 28-29, 2024 December 24-25, 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. "Laboratory" shall mean the testing laboratory of Weld County or any other testing laboratory designated by the Engineer. "Method Statement" shall mean a written procedure from the Contractor detailing how a specific task will be completed including the expected resources and production rates required to complete the task. "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 personnel, Contractor project personnel, and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. PSP 4 WCR 76 AND WCR 35 IRRIGATION PROJECT November 22, 2023 2 REVISION OF SECTION 101 DEFINITION OF TERMS "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 contact 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 Pubic Works Conformed Standard Special Revisions to CDOT's 2022 Standard Specifications for Road and Bridge Construction". "State" shall meals Weld County acting through its authorized representative. Subgrade shall mean he 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 Substantial Completion puncblist. "Warranty" shall mean that the project shall be held free from construction defects by the Contractor for the period of time defined irr the Contract. Any repairs deemed to be caused by poor workmanship or inadequate materials during the warranty period shall be completed at the Contractor's cost. END OF SECTION PSP 5 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 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. Subsection 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: Did Delivery to Weld County: Emailed bids are required. Bids may be emailed to: bidsWweldgov.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. Subsection 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 prior to 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 prior to opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. Subsection 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. PSP 6 WCR 76 AND Wit 35 IRRIGATION PROJECT November 8, 2023 2 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 'orms, surpasses the allowed number of pages, etc.). END OF SECTION PSP 7 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 103 CONSIDERATION OF PROPOSALS (BEST VALUE CONTRACT) Section 103 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 103.01 and replace 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 in accordance with 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 PSP 8 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.Q2(a) shall be deleted and replaced with the following: (a) Differing Sift 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 wider 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 or delays 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, 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 drainageways due to stormwater runoff or snowmelt. The Contractor shall be expected to manage the risks associated with flows in the 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. 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 PSP 9 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 104 SCOPE OF WORK 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. Subsections 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. Subsection 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 Weld County. Snow removal outside of the project limits will be the responsibility of Weld County 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. Subsection 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. Unless otherwise provided, the material from structures designated for removal shall become the Contractor's property. Subsection 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. 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. PSP 10 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 104 SCOPE OF WORK Subsection 104.87, 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. Subsection 104.87 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 Paymentsection of this specification. VECPs shall be submitted prior to the start of construction activities relating to the VECP. Subsection 104.67(c) shall be deleted and replaced as follows: (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 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 utiize 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 Well 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. 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. PSP 11 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 104 SCOPE OF WORK 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 engineer -of- record. This design review will be performed at the Contractor's expense and shall be included in the Contractor's engineering costs. O. 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. PSP 12 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 5 REVISION OF SECTION 104 SCOPE OF WORK 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. Subsection 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 onlyfor 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. Subsection 104.97(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 PSP 13 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for the project as follows Subsection 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 Subsection 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 Subsection 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 Subsection 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 Subsection 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 registered in the State of PSP 14 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 105 CONTROL OF WORK Colorado. References in Section 121.2.3 of the CDOT Construction Manual to the Project Engineer shall apply to the Contractor. Subsection 105r02(j) shall be added immediately following Table 105-1 and shall include the following: U) Weld County Project Submittals. Table 105 -la summarizes the minimum required submittals by Weld County. Ite ms 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 requirec by the Engineer. The Contractor shall provide all submittals required by the Contract, including those not isted 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 tc provide the appropriate submittals to the Engineer for review and approval shall result in the assessmert 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 tie Contractor shall communicate with the Engineer and provide reasons why the submittal was not sent to _he Department and a timeline for providing the submittal. TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description 1103.01 1 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) & (c) 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 $10,000 1425 Suppliers qr more of supplies List from Contractor or materials and tQQ, the Sub project -contractors providing more than 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 i 106.04 1110. 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 design level 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 PSP 15 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105-1 a (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 Shoring designs 207 207.02(a) 207.04 Method statement for salvaging of topsoil and redistribution of topsoil Soil Lab Topsoil Test Results Submittal for imported topsoil 208 SWMP notebook 208.02(a) & 213.02 Weed Free Certification 208.03(c) 208.05 Proof of Erosion Control Supervisor Training Submittal for straw bales Submittal for silt fence Submittal for silt berms Submittal for erosion control logs Submittal for aggregate bags PSP 16 WCR 76 AND VCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105-1 a (Continued) WELD COUNTY SUBMITTALS Sectior No. Description ir;Submittal 208. 35 asidasafr for mobile concrete washouts Submittal for mobile tracking pads 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 & 213.02 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 HMA paver wedge system 401.10 Method statement for preventing asphalt paver segregation 401.16 HMA joint plan HMA pavement marking plan PSP 17 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 5 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Section No Description 401 17 HMA QL less than 75 — plan for methods and procedures that will be changed to obtain density r�. ' ` �� � additives to HMA'. n.5 s �„ 4n� -, �Submittal�for, ' � _ ,% n�� '' ' "'�. -,Submittal for,hydrated lime (if�applicable) ',,�- ��> 'F _403 0,2 �` '��- .'r, - Sutirhittalfor Mineral fillers lif applicable), _' �� ; ;�', �r k t''° ry ` � ' t 4 x p4'�xpn�� ; Yls ,r1a �, �' Submttel far HMA Segregation Quality,Control PlanT `- , ' ',Submittal-Jotother`miscelianeou's itemsi 405 Method statement for heating and scarifying treatment -406c' -,,,,,-'7''� ` , }r`' , Method 'statement for"using cold patch asphalt' -" ; , > ` r,, 6 , 407 02 Submittal for tack coat material '408 , ." , ,3, , 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 ,, kt, �'=-;,� Submittal'for,P,CCP,mix design`',' ' „ ' 'y= r E ' Submittal,fd`r;PCCP admixtures tar d additives s a =. "« '` t ' _ .. -Sub'm ttal for PCCP'loint and k:ealants` =„, , , e 5 ' ' , ` s%,,,,''` 412 02 { ° ` ,`_ a` };'' ,, - � - ' , Submittal,for_PCCP curing' materials' ,=. �� ,- 7-;:n ,SubmittaI for,A wel`bais/dowel baskets . , _ -t� _ x' -Submittal for.tie°liars < - . r_ ' ','`�4 ro € r .� , . x Submittal.for reinforcing -steel (if 'apphcable) n4 ; � ' , ,' ; �>'� ;; - `� �' ',- ,` y . Submittal'foi,otherwrniscellaneous rterns'.' : ,'> -� , r,,'!- `" 412 13(a) Submittal for tie bar and dowel bar epoxy ',412°s13(b)(1)-_, -,,,,v- Method Statementufdrinstalling and',repairing°tie,bar`s ` ' 'i` - � �' ' `'1 _'''" 'd i tr 412 13(b)(2) Method statement for installing and repairing dowel bars ,',412.16,± , ,- ;Method'statement-for repair methods ", _ ,- - ''',-,1., `,.4,,,-; v- ;,,. 412 22 Maturity curve for concrete per CP 69 '420--',--0'5"- , tc "Method ststementrforinstalling`gedsynthetics ,'x t .r °, ' , ' ,,,, „ _`,u'_ Submittal for geotextiles/geogrids 420 02 Submittal for geotextile staples (if applicable) Submittal for MSE wall materials ,4501' ,q;-. 'IA- ,-,,,c:— — ' Method statement foE'driving,sheet pile r r -,_�r E "' '-.;_ ,', 501 02 Submittal for sheet piling Submittal for sheet piling tips 502 '� ,_ ," =, "P - Method statement foi driving -steel pile......-','" Submittal for steel pile Submittal for reinforcing pile tips 502 01 Submittal for mechanical splice plates Submittal for certified welders Submittal for certified welding inspector Submittal for pile driving equipment (crane and hammer) 4 ' '' ' ' .i "1 i �'50205_,-,,i,;,1,�.-N� ,�S���.�.WEAP�„.�N 'Analysis JIl t G'a'd tt J _ r a - ;it r �,<, N��.'��a _ � ��'z ,µ.'� �' '�� `at 502 09 CAPWAP analysis for pile driving X504=1, -g=,-: ;, Method,,stateThent°for constructing walls ,-,, 504 02 Submittal for MSE wall design Submittal for geomembrane PSP 18 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 6 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105-1 a (Continued) WELD COUNTY SUBMITTALS Sectic n No. Description 504.02 Submittal for wire baskets 506 Method statement for placing riprap Submittal for each size riprap 507.02 Submittal for grout mix design Submittal for concrete mix design Submittal for curing compounds Submittal for expansion board materials (if applicable) 508 Method Statement for constructing timber structures 509 Method statement for constructing steel structures 509.27, 618.14 €01.11, & 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 of shop drawings, design calculations, & load data for bearing devices 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 bridge deck Control concrete Plan for placing, consolidating, finishing, curing, and protecting Submittal for reinforcing steel 602.02 Submittal for steel chairs 602.03 Submittal of a bar list 603 Method statement for placing culverts and sewers PSP 19 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 7 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105-1a (Continued) WELD COUNTY SUBMITTALS Section No Description , ' r`" E ,Submittal fdr�culverts (all pipe types) 4,2 ,t ° _µ `f�' _ ,y� 603 02 ,"� r ; <`� �� 5Submittahfor pipe joint material 2 >, r `,, `;� , 2/_ 'Submittal for pipe'gaskets'' ' °_ a 'h Submittal for conduit ; , 604 Method Statement for placing manholes, inlets, and other precast materials 6O4 02�` -r , '�� �- r ` _ Submittal for all' manholes; inlets, -and other` precast materials '- Submittal forgrates,and'manhole'cbvers , r , 605 Method statement for laying underground pipes t C1 _- .- _605'62' - ` , ; a `Subrnittal,for pipe material "` i —°.:`„,,,,, "_.� _ „ SubmittaI-foratomtmg material . „ , �� "Submttal for'gaskets , .. - ' > 606 Method statement for installing guardrail/bridge rail 60692 '- ,:- ',_--t, -- -Submittal' for guardrail material (beams; posts, hardware, eta --)-,,,,- 607 Submittal for bridge rail material (beams, posts, hardware, etc ) Method statement for installing fencing ` ' ° fit _ . 607'02 �' ; n, {M1 ,� �u' r ;�t�� ,; �� k t'<' r , Submittalafor fence'posts r,� Submittal for,wire=;' ', ",, ._ '�' w _,. - ' � ,-, ° ' i.: _ , Submittal for,construction "fencing r,s r .� "1 " � - , , 1' - _ Submittal for gates = _ ' , `',,, n 608 Method statement for installing sidewalks and bikeways -609 ,,r-/; ` ". , Method staternertt fdr constructing curb and,gutter` 611 02 Submittal for precast cattle guard base Submittal for cattle guard decking material (• Y 1� 61202' ' �� e � ,rr�,� ± �"' , '� �= Submittal for each type a or �=-�` ... i. , 6 r i _ o mea .,. 4 -Submittal for reflectors', �' ..� , , � ,- . _°°'- r _ ` 613 02 Submittal for lighting fixtures Submittal for conduit Submittal for poles Submittal for pullboxes Submittal for grounding systems (ground rods, etc ) ,; r ',Submittal >;,," t, ,,. r , 61'4 02 r `rt_,�,�n` "1� -,614 _ 1� y a xs ���,`,� "�4 , ,`'. 2 foi, sign materials ` , ' ` SY` ' , Submittalifor, reflective materialy "Y Submittal for -signposts ' . `''�a3 r;,�� '° +'. ' _ `Submittai,for'signpost bases ,,= -,,' a �> -� _� ,. ' Submittal for traffic signal equipinenr,,,, 1 , S'ubniittal`for`weather station'eauwpment',' r , = - , ' r.' 615 02 Submittals for headgates, flumes, and other water control devices •,618 02." J, 1 .,,w_. '-SUbmittahfocprestres"sed'concrete mix design °' 618 04 Submittal for prestressed concrete shop drawings (Stamped by PE) ` ' lr� yh �� �;� ;618,,06 ,f, ; ",� r rl' ' , �,";d' Process Control d QualityAssurance�P,,Ian §ubmittal, �� -Regroutrng'voids bran '(if,applicable); , �� _ r ` ' ' .T '�s ,Er'ection plan""submittal' ,F . ,'"2,'t" s ,, �� ', 2 . , . �' z ', �t �� 624 Method statement for constructing drainage pipelines d , a+ k � fry '��.q,�:--, r ,x1� 624 02 ��, „ ~°�; a, 'SUbmittaIs'fot-pipes . '° 3 t . , : 4 ` ; ° ,� _---,,,,'A, ,Submittal,fo� gaskets „�3' x - , ,r 626 01 Public Information Manager & Plan PSP 20 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 8 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS Sectior No. Description 626.01 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 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) & ( D) 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 ActionSupervisor Form 1391 - Federal Aid Highway Construction Contractors Annual EEO Report EEO Orientation Written Programs Notification for any construction to Director of the Office of Federal Contract Compliance DBE Require rents DBE Participation Form 1432 - Commercially Useful Function Questionnaire Prompt Payment Form 1420 - DBE Participation Plan Modification Request On the Job Training 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 PSP 21 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 9 REVISION OF SECTION 105 CONTROL OF WORK TABLE 105 -la (Continued) WELD COUNTY SUBMITTALS NOTES: 1. The items highlighted in light blue above are required to be submitted and approved prior to the start of construction. 2. The items in the table above are not all inclusive. There may be additional submittals required by the Engineer. 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. Subsection 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. Subsection 105.03 the two paragraphs following the Table 105-2 and starting with "If Pis 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: PSP 22 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 10 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105113(c) shall be added and shall include the following: (c) Conformityto the contract of embankment construction shall be determined per the following: 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. (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 minornum, 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). Subsection 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. PSP 23 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 11 REVISION OF SECTION 105 CONTROL OF WORK Subsection 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. Subsection 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. 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 I/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 PSP 24 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 12 REVISION OF SECTION 105 CONTROL OF 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 take® 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. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, connective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Subsection 105.16(a), paragraph 1 shall be deleted and replaced with the following: (a) Incentive/Dsincentive 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 anc 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. Subsection 105.06(b) shall delete the reference to Tables 105-4 or 105-5 and replace with Tables 105-10 or 105-11. Subsection 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 ifeem. 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 carded 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. Subsection 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 55 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 fie 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 PSP 25 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 13 REVISION OF SECTION 105 CONTROL OF WORK 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 (TL) 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 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 Compressive Strength V Factor 400 psi Maximum Incentive Payment 3.00 Lower Tolerance Limit, 11 4500 psi Plan Value 4500 psi 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 Plan Value Flexural Strength 50 psi 3.00 % 650 psi 650 psi Subsection 1115.07(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. Subsection 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. PSP 26 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 14 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.07(b)(2), paragraph 5 shall be deleted and replaced with the following: The Contractorvell determine an MRI for each 0.1 -mile section or fraction thereof of completed pavement. Sections will terminate at tie beginning of an exclusion and a new section starts at the end of exclusion. The MRI consists of the left and rift 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. Subsection 105117(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. 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. Subsection 105.67(e), Paragraph 1 shall be deleted and replaced with the following: (e) Corrective A'ork. 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 ca-rectine 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. Subsection 105.67(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. Subsection 105.07(f), paragraph 2 shall be deleted and replaced with the following: The Contractor shell 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. Subsection 105.69 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 intnded 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 PSP 27 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 15 REVISION OF SECTION 105 CONTROL OF WORK i. Weld County Special Provisions ii. Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2022 Standard Specifications for Road and Bridge Construction iii. CDOT Project Special Provisions iv. CDOT Standard Special Provisions v. CDOT Field Materials Manual (Latest Edition) (c) CDOT Standard Specifications (d) Plans i. Detailed Plans ii. Standard Plans iii. 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. PSP 28 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 16 REVISION OF SECTION 105 CONTROL OF WORK 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 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 is Subsection 108.09. Subsection 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 104.52(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. Subsection 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. Subsection 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. PSP 29 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 17 REVISION OF SECTION 105 CONTROL OF WORK 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. 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. Subsection 105.22 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Subsection 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. Subsection 105.23 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Subsection 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). Subsection 105.24 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Subsection 105.24 shall be amended as follows: Delete all references to Region Transportation Director (RTD) and replace with Director. PSP 30 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 18 REVISION OF SECTION 105 CONTROL OF WORK Subsection 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. Subsection 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. Subsection 105.24(a) shall be deleted and replaced with the following: (a) Notice of Entent 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. Subsection 105.24(e) shall be deleted and replaced with the following: (e) De Novo Ligation 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 caim 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 PSP 31 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01, paragraph 3 shall include the following: 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. Subsection 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. Subsection 106.041 shall be added immediately following Subsection 106.04: 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: PSP 32 WCR 76 AND WCR 35 IRRIGATION PROJECT 2 REVISION OF SECTION 106 CONTROL OF MATERIAL TABLE 106 -la SECTION 203, SECTION 206, AND SECTION 603 TESTING SCHEDULES November 8, 2023 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 In -Place Density 1 per 1000 CY or fraction thereof & 1 additional per change in material type. 1 per 100 CY or fraction thereof & 1 per lift & 1 additional test per change in material type In -Place Density when within 100 ft. of Bridge Approach(s). 1 per 500 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 Rock Correction 1 per 1,000 CY yards or fraction thereof Material is Consistent: Minimum of 1 test per day Material is Changing: 1 test per In -Place Density Test 1 Point Check 1 per 2,000 CY or fraction thereof. 1 per soil type R -Value 1 per soil type Any time the 1 -point check is more than 2 Ibs/ft3 and/or 2% of optimum moisture content different than the proctor of the material being tested. Proctor Any time the 1 -point check is more than 2 Ibs/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 Slake Durability 1 per stockpile/source and 1 per material type 1 per source of imported material Water Soluble Sulfate Ion 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 Resistivity per 2,000 CY or fraction thereof 1 per source of imported material pH per 2,000 CY or fraction thereof Notes: 1. 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 PSP 33 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-b SECTION 304 TESTING SCHEDULE AGGREGATE BASE COURSE Minimum Testing Frequency Contractor's Process Control Testing Element Minimum Testing Frequency Owner Acceptance Testing 1 per 500 tons or fraction thereof Gradation 1 per 2,000 tons or 1,000 CY or fraction thereof on each Class 1 per 500 tons or fraction thereof Atterberg Limits 1 per 2,000 tons of 1,000 CY or fraction thereof on each class 1 per 500 tons or fraction thereof In -Place Density/Percent Relative Compaction If more than 5% oversize is present, run CP23 rock correction. per 2,000 tons or 1,000 CY or fraction 1 thereof 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 is Consistent: Minimum of 1,000 tons or 500 CY or fraction thereof. Material is Changing: 1 test per In -Place Density Test 1 Point Check 1 per 2,000 tons or 1,000 CY or fraction thereof. Notes: 1. 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 PSP 34 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 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) In -Place Density/Percent Relative Compaction If more than 5% oversize is present, run CP23 rock correction. 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 Moisture -Density Curves 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 1 Point Check 1 per 5,000 SY or fraction thereof. Notes: 1. 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 PSP 35 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 5 REVISION OF SECTION 106 CONTROL OF MATERIAL 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. 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 (5.5-16) 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 PSP 36 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 6 REVISION OF SECTION 106 CONTROL OF MATERIAL L. AASHTO T 190 — R -Value 5. 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. For tests involving compaction and density, the Contractor shall ensure the tester is performing rock corrections and 1 -point proctor checks in the field. Subsection 106.05 shall be deleted and replaced with the following: 106.05 Sampling and Testing of Hot Mix Asphalt (More 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: (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 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. 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. PSP 37 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 7 REVISION OF SECTION 106 CONTROL OF MATERIAL 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. Table 106-2 SCHEDULE FOR MINIMUM SAMPLING AND TESTING FOR HMA Element Process Control Acceptance',2 Check (CTP) Asphalt Content. 1/500 tons 1/1,000 tons '" 1/10,000 tons Gradation 1/Day 1/2,000 tons 1/20,000 tons Theoretical Maximum Specific Gravity 1/1,000 tons, minimum 1/Day 1/1000 tons, minimum 1/Day 1/10,000 tons In -place Density 1/500 tons 1/500 tons 1/5,000 tons Joint Density 1 core/2,500 linear feet of joint 1 core/5,000 linear feet of joint 1 core/50,000 linear feet of joint Aggregate Percent Moisture 3 1/2,000 tons, minimum 1 /Day 1/2,000 tons Not applicable pp Percent Lime 3.4 1/Day Not applicable Not applicable Notes 1 The minimum number of acceptance tests will be: 5 asphalt content, 3 gradation, 10 in -place density and 5 joint density for all projects. 2 When unscheduled job mix formula changes are made (Form 43) acceptance of the elements, except for in -place density, will be based on the actual number of samples that have been selected up to that time, even if the number is below the minimum listed in the schedule. At the Engineer's discretion, additional random in -place density tests may be taken in order to meet scheduled minimums, provided the applicable pavement layer is available for testing under safe conditions. Beginning with the new job mix formula, the quantity it will represent shall be estimated. A revised schedule of acceptance tests will be based on that estimate. 3 Not to be used for incentive or disincentive pay. Test according to CP-33 and report results from Form 106 or Form 565 on Form 6. 4 Verified per Contractor's PC Plan 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. 2. 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. PSP 38 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 8 REVISION OF SECTION 106 CONTROL OF MATERIAL 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. Techmician 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. 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- Pavirrg 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, inducing 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. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimue 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 will be per the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials PSP 39 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 9 REVISION OF SECTION 106 CONTROL OF MATERIAL 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 will 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 wilting 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. 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 that 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. PSP 40 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 10 REVISION OF SECTION 106 CONTROL OF MATERIAL (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 bye 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. 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, threeadditional 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. PSP 41 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 11 REVISION OF SECTION 106 CONTROL OF MATERIAL 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. 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. 5. 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. PSP 42 WCR 76 AND V1UR 35 IRRIGATION PROJECT November 8, 2023 12 REVISION OF SECTION 106 CONTROL OF MATERIAL (f) (g) 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 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) Concttion 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 1/0 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 106.96 shall delete references to Table 106-2 and 106-3 and replace with Table 106-4 and 106-5. PSP 43 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 13 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-4 TESTING SCHEDULE - ITEM 412 PORTLAND CEMENT CONCRETE PAVEMENT, FLEXURAL STRENGTH CRITERIA Element Minimum Testing Frequency Contractor's Process Control Aggregate Gradation and Sand Equivalent Minimum of 1/day, then 1/10,000 SY per day. Slump First three loads each day, then as needed for control. 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 112500 SY. Compressive Strength 1/10,000 SY. Pavement Thickness Per subsection 412.21. Pull Test Joints Minimum of six transverse and six longitudinal joint locations for the first 2500 linear feet, then three transverse and three longitudinal joints thereafter Load Transfer Dowel Bar Placement Per subsection 412.13(b)(2) Average Texture Depth 1 per 528 linear feet in each lane and shoulder wider than 8 feet. 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 Strength, Air Content, Yield. and Sand Equivalent Minimum of 1/day, then 1/2500 SY Pavement Thickness Per subsection 412.21 Pull Test Joints Minimum of six transverse and six longitudinal joint locations for the first 2500 linear feet, then three transverse and three longitudinal joints thereafter Load Transfer Dowel Bar Placement Per with subsection 412.13(b)(2) Average Texture Depth 1 per 528 linear feet in each lane and shoulder wider than 8 feet Water Cement Ratio First three loads each day, then 1/500 CY Delete Subsection 106.06(a), paragraph 1 and replace with the following: 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 and shall test the PCCP in accordance with Tables 106-4 and 106-5. The Contractor shall develop a process control plan (PCP) in accordance with the following: Subsection 106.06(b), paragraph 1 shall be deleted and replaced with the following: PSP 44 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 14 REVISION OF SECTION 106 CONTROL OF MATERIAL (b) Acceptance Testing. Acceptance testing frequencies shall be per the Schedule (Owner Acceptance) in the CDOT Field Materials Manual. Except for flexural strength, acceptance tests will be conducted by and at the expense of the Department. Acceptance sampling and testing procedures will be per the COOT Field Materials Manual with the following exceptions and inclusions: Subsection 106.06(b) shall be revised to include the following: Acceptance flexural strength specimens will be cast, cured then tested for flexural strength by Contractor PC 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, begin batch testing a minimum of 10 days prior to the start of concrete paving to develop a correlation curve 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. 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 x 12 in) specimens for Splitting ensile strength to be tested (3) at 7 days and (3) at 28 days, at a minimum of 1 set per day of concrete placement. Subsection 106.11 shall be revised include the following: Projects which are not funded by CDOT are exempt from the requirements of this section. Projects which are funded by CDOT shall meet the requirements of this section. The Bid Documents shall indicate if the project is CDOT funded. Subsection 106.14 shall be inserted immediately following the end of Subsection 106.13 106.14 Trade Names, Approved Equals, or 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 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 prior to 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. PSP 45 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 15 REVISION OF SECTION 106 CONTROL OF MATERIAL Subsection 106.15 shall be inserted immediately following the end of Subsection 106.14 and shall include the following: 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 twenty-four 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 reduction of $300/sample or $300/test to be assessed to the Contractor for each day PC testing is not performed for all items requiring testing including but not limited to earthwork items, HMA items, concrete items, PCCP items, etc. 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 assessment of liquidated damages in accordance with Section 108.09, 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 reduction. The Engineer may in their sole discretion determine if a pay reduction 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. Subsection 106.16 shall be inserted immediately following the end of Subsection 106.15 and shall include the following: 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. Pay under: Pay Item oI Testing for Items203, 206, 304, 306,,;& 603 Pay Unit Payment for Process Control Testing for Items 203, 206, 304, 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 but will not be subject to payments and shall be incidental to the Work. PSP 46 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 16 REVISION OF SECTION 106 CONTROL OF MATERIAL The PC tester's emmmute time shall not be measured and paid for separately but shall be included in the work. END OF SECTION PSP 47 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows: Subsection 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. Subsection 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. Subsection 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". Subsection 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 PSP 48 WCR 76 AND ',VCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC equivalent. Coverage required of the Contract will be primary over any insurance or self-insurance program carried by Weld County. In subsections 105.16(d through g), delete references to "CDOT" and replace with "Weld County". Subsection 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. Subsection 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. Subsection 107.20 shall be revised to include the following: The Contractor stall 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". Subsection 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. Subsection 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 espy 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: PSP 49 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 1. The thirty (30) day average must be determined by the arithmetic mean of all samples collected during a 30 day consecutive period; and 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 PSP 50 WCR 76 AND AMER 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.01, paragraph 1 shall be deleted and replaced with the following: 108.01 SubletOng 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. Subsection 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 Proceed. 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 ender the Contract on or before the 10th day following the issuance of the Notice to Procced. Subsection 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. Subsection 108.03(d) shall be deleted and replaced with the following: (d) (unused) Subsection 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 inforrnation 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. Subsection 108.63 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. —he 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 .m responsibility for the feature work (Contractor, subcontractor, supplier, utility, etc.); PSP 51 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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. Subsection 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. Subsection 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. Subsection 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 PSP 52 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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. Subsection 108.88(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. Subsection 108.18(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 ©ntrol 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 158.8(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. Subsection 108.19 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 ($) From More Than To and Including Liquidated Damages per Calendar Day ($) 0 500,000 800 500,00$ 1,000,000 2,000,000 5,000,000 1,600 2,500 4,300 7,800 1,000,0133 2,000,0M 5,000,0M 10,000,000 10,000,000 10,700 plus 400 Per Each Additional 1,000,000 Contract Amount or Part Thereof Over 10,000,000 PSP 53 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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 PSP 54 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: Subsection 109.01 shall be revised to include the following after the 18"' 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 25 - 48 hours 2% 5% 48 hours to 72 hours Greater than 72 hours 25% 100% Subsection 109.91 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 urdess 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 Subsection 109.06(a), Paragraph 1 shall be deleted and replaced with the following: PSP 55 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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 subsequent payments or retainage to the Contractor. If the Contractor has good cause for delay as PSP 56 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT 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 COOT 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 COOT's assistance in resolving the prompt payment issue and tie 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 B2Griow 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 paymmnt 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. PSP 57 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Prompt Payment Flowchart (To Be Completed Monthly By The Contractor, Subcontractors, and Suppliers) Contrac're'T paymentfrom Weld County Contractor pays submntractors and suppliers within 7 days of receipt of payment (All subcontractors shall have an approved Form 205 on fle with Weld County. All suppliers shall have an approved Form 1425 on file with Weld County ) Payments made by the Conhactor shall be reported on the Form 1418 to Weld County er in 62GNow ("rf applicable). Form 1418 or 62GNow entries shall be submitted to Weld County within 15 days of making payment to subcontractors or i Subcontractors and Suppliers shall make payments to lower tier subcontractors and suppliers within 7 days of receipt of payment from the Contractor. Payrr�ants made by the Subcontractors or Suppliers shall he reported on the Form 1418 to Weld County or in 62GNow (if applicable). Subcontractors and Suppliers shall confirm receipt of payment with Weld County and in 82GNow (rf applicable) within 15 days of payment from the Contractor. M, Subcontracfod5urtr shall attempt to resolve the issue arith the Contractor. Yes Is discrepancy resolved between ConNactorand Subcontractor/Supplier? No j Yes Contact Weld County Engineer for assistance in resolving the disuepancy. If the Engineer cannot resolve the discrepancy, the Fsgineer will involve CDOT Civil Rights or Weld County attorneys as applicable. Weld County veil! make no further payments to the Contractor until the discrepancy is resolved. i Once alt discrepancies have been resolved and the Contractor, Subcontractors, and Suppliers have provided the required monthly reporting information including the Form 1418s or updates to 62GNow (if applicable), Weld County will review the monthly reporting and resume making monthly payments to the Contractor. (See subsection 109.0B(h) of the Specifications. Is a discrepancy identified between the Once the C ntractor, Subcontractors, and Subrontractor/Supplier and the ContractoR Suppliers have provided the required monthly If a discrepancy is identified, the upplier/ reporting information including the Form 141.8s Subcontractor shall report it to Weld County or updates to 62GNow (if applicable), Weld within 15 days. If not reported within 15 days, County will review the monthly reporting and per Section 109.06(h) the Supplier/ resume making monthly payments to the Subcontractor waives assistance in resolving Contractor (See subsection t09.08(h) of the the prompt payment issue. Specrfications. This process repeats monthly until the project is completed and all parties have been paid for the No �-► work performed on the project. Subsection 109.06(j)(4)(A), the table shall be deleted and replaced with the following: Item No. 403* 403 Item Hot Mix Asphalt (Grading _)(Asphalt) Stone Matrix Asphalt (Grading )(Asphalt) Pay Unit Ton 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". PSP 58 WCR 76 AND VCR 35 IRRIGATION PROJECT November 8, 2023 5 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT In Subsection 109.07(2), delete references to "CDOT" and replace with "County". END OF SECTION PSP 59 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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. 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: 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 not specifically called out as removals. 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 N" diameter. 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. END OF SECTION PSP 60 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 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, 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. Subsection 202.02 shall be revised to include the following: Temporary shoring may be required during the removal of structures. The Contractor shall be responsible for the design of the shoring, any falsework, and the stability of the resulting excavation per Section 107 of the Specifications. Subsection 202.02, paragraph 2 shall be deleted and replaced with the following: Basements and other cavities left by structure removal shall be filled to the level of the surrounding ground with suitable material and shall be compacted per subsection 203.06. 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 202.11 shall include the following: Removal of Structure will be measured by the number of structures 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 Slope and Ditch paving will be measured by the area (square yards) removed, properly disposed of, and accepted. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Removal of Structure Removal of Slope and Ditch Paving Removal of Pipe Pay Unit Each SY Linear Foot All clearing and grubbing directed by the Engineer will be paid for as identified under the clearing and grubbing pay item. END OF SECTION PSP 61 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 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. Subsection 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. Subsection 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. Embankment material shall be a minimum R -value of at least 40. 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. Subsection 203.03, delete all reference to CDOT's Central Lab and replace with Weld County Lab. PSP 62 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Subsection 203 03, delete all references to CDOT and replace with Weld County Subsection 203413, 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. Subsection 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 203.05(f), shall be revised to include: Camera documentation of the existing irrigation lines prior to construction shall be considered incidental to this item. 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 am 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. Subsection 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. PSP 63 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Subsection 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: 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 N -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. PSP 64 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 4 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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 lest 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. 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 Roling. 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. PSP 65 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 5 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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. 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. PSP 66 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 6 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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. Subsection 203.11(e) shall be revised to include the following: Camera documentation of the existing irrigation lines prior to construction will not be measured separately but shall be included in the work. Subsection 203.12 shall be revised to include the following: Payment will be made under: Pay Item Unsuitable Material (Muck)(Contingency) Embankment Material (Complete in Place) Utility Potholing Unit Cubic Yard Cubic Yard Hour Payment for Unsuitable Material (Muck)(Contingency), 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 Ines 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. 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. Camera documentation of the existing irrigation lines prior to construction will not be measured and paid for separately but shall be considered incidental to Utility Potholing. END OF SECTION PSP 67 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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: 1. 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 Aggregate',4 703.01 Portland Cement 701.01 4)2 Water 712.01 r Chemical Admixtures Fine aggregate not meeting the requirements of subsection 703.01 may be used if testing indicated acceptable results for strength and air content. 2 Coarse aggregate not meeting the requirements of subsection 703.02 may be used if testing indicates acceptable results for strength and air content. 3 Fly ash not meeting the requirements of subsection 701.02 may be used if testing indicates acceptable results for strength and air content. 4 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. 711.03 PSP 68 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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) AST0rI 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. Subsection 206112(a)(3), delete all reference to CDOT's Central Lab and replace with Weld County Lab. Subsection 206112(a)(3), delete all references to CDOT and replace with Weld County Subsection 206D2(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. Subsection 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. Subsection 206.17 shall be revised to include the following: Payment will be wade under: Fiat Pay Item 4Fiii)(800ps3Weld Coiuntj) Pay Unit rtt Compaction, water, pumping, bailing, draining, de -watering, sheeting, forming, 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. 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. PSP 69 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES 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 measured and paid for separately but shall be included in the work. END OF SECTION PSP 70 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 207 TOPSOIL Section 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. 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 E 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 (Oesite). 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 and locations shown on the Stormwater Management Plan (SWMP). 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. 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 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 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 (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 PSP 71 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 207 TOPSOIL 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 Mono. #9, Part 2, Method 10- 3.2 or TMECC 04.11-A Soil Electrical Conductivity (EC) ASA Mono. #9, Part 2, Method 10- (mmhos/cm or ds/m) < 5 0 3.3 Soil SAR (s,u.) 0 - 10 ASA Mono. #9, Part 2, Method 10- 3.4 Rock Content (%) < 25 USDA NRCS Rock Fragment Modifier Usage Trace Contaminants (Arsenic, Cadmium, Copper, Meets US EPA, 40 CFR 503 TMECC 04.06 or EPA602O/ASA Mercury, Selenium, Zinc, Nickel, and Regulations (American Society of Agronomy) Lead) Rock Content (%) greater than 3" USDA NRCS Rock diameter < 25 — Fragment Modifier Usage USDA Soil Texture No more than 70% clay, silt, and sand by percentage ASA Monograph #9, Part 1, Method 15-4 volume of topsoil. Or ASA 1 43-5 All Particle Sizes < 6 Inches Physical contaminants (man-made inerts) (`)/o) < 1 TMECC 03.08-C C:N ratio <20 TMECC 05.02-A "' " Fines % when manufacturing material from rock X25% material passing through #4 sieve 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 Section 212. It maybe necessary to add additional fertilizers and conditioners to the hydraulic growth medium in order to meet the recommendations of the Soil Testing Laboratory. PSP 72 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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 Mono. #9, Part 2, Method 10- 3.2 or TMECC 04.11-A Salt by Electrical Conductivity (EC) ASA Mono. #9, Part 2, Method 10- (mmhos/cm or ds/m) < 2 0 3.3 Soil SAR (s.u.) 0 - 10 ASA Mono. #9, Part 2, Method 10- 3.4 Soil OM (%) 3 — 5 Methods of Soil Analysis, Part 3, Method 34 Methods of Soil Analysis, Part 3. Soil N (NO3-n, ppm) > 20.0 Chemical Methods. Ch. 38 Nitrogen — Inorganic Forms ASA Mono. #9, Part 2, Method 24 - Soil P (ppm) > 13.0 5.4 or others as required based on soil pH Soil K (ppm) > 80 ASA Mono. #9, Part 2, Method 13- — 3.5 Rock Content (%) greater than 3" USDA NRCS Rock diameter < 25 — Fragment Modifier Usage Bioassay (seedling emergence and > 80% TMECC 05.05-A or Approved relative vigor) of control Germination Test Soil Texture No more than 70% clay, silt and sand by percentage volume of topsoil ASA Mono. #9, Part 1, Method 15 - 4 Physical contaminants (man-made inerts) (%°) < 1 TMECC 03.08-C Trace Contamirmnts Meets US EPA, 40 CFR 503 TMECC 04.06 or EPA6020/ASA (Arsenic, Cadmium, Copper, Mercury, Selenium, Zinc, Nickel, and Lead) Regulations (American Society of Agronomy) 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 requiremerrts: (1) Steel rod with a minimum diameter of 'A 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. PSP 73 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 207 TOPSOIL (5) The top of the rod shall be a T -handled configuration. CONSTRUCTION REQUIREMENTS 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 (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 PSP 74 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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 subrade 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 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. 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 PSP 75 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 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. 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. Payment will be made under: Pay Item PCead) Topsoil (Stockpile) Pay Unit Cubic Yard Amendments for Topsoil (Onsite) and Seeding Media 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 (stockpile) and Topsoil (spread) 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 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. Rod penetrometer and associated verification testing of random locations will not be measured and paid for separately but shall be included in 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. END OF SECTION PSP 76 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 208 EROSION CONTROL Delete Section 208 of the Standard Specifications and replace 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 theugh filtering, settling, or straining. The control measure shall be selected, designed, installed, and adequately sazed 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 contgol 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. 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 renew by the Engineer. 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 Contractor shall provide a transit certificate number, or a copy of the transit certificate as supplied from the producer. Silt Fence COC Silt Berm APL Erosion Log (Type 1, Type 2, and Type 3) COC PSP 77 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 208 EROSION CONTROL Material Approval Process Notes Silt Dikes COC Prefabricated Concrete Washout Structures (above ground) APL Prefabricated Vehicie Tracking Pad APL Aggregate Bag COC Storm Drain Inlet Protection (Type I, II, and III) APL. NOTES: COC = Certificate of Compliance; APL= Approved Product List (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/aq/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 1.5 inch by 1.5 inch x 30 inch actual. (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 -Supported Requirements Geotextile Elongation <50./0 Test Method Grab Strength, lbs. 90 minitnurii 124minimun ASTM D4632 Permittivity sec -1 0.05 0.05 ASTM D4491 Ul�raviolet'Stabilit Minimum 70% Strength Retained Minimum70% 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. PSP 78 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 208 EROSION CONTROL (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. 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. (e) 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. (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 shail 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 chteria: Table 208-3 SILT BERM DIMENSIONS (g) Width 6 -11 inches 6 - 10 inches 0.25 lbs./sq. ft. Height Weight Percent Open Area 20% - 50% 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, photadegradable 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- wooc 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 PSP 79 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 208 EROSION CONTROL 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. 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 1 and Type 3 (Inches) Diameter Type 2 (Inches) Length (feet) Weight (min) (pounds/foot) Stake Dimensions (Inches) Min. Max. 9 8 10 180 1.6 ' 3/4 thickness x % width x 18 long 12 12 10 180 2.5 1.5 thickness x 1.25 width x 24 long 20 18 i 0 100 4.0 1.5 thickness x 1.25 width x 30 long Table 208-5 INDEX VALUES FOR NATURAL FIBER NETTING Property Fabric Tensile Strength Biodegradable Mesh Pattern Requirement >70 lbs. 100% Rib. Test Method ASTM D3822 ASTM D5988 (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 mater Flow Rate Grab Breaking Load islet Degradator Requirement 100 - 150 gallons per minute/square foot 200 lbs. minimum in each direction 70% f00 after 500 hours unexposed grab breaking load Test Method ASTM D4491 ASTM D4632 ASTM D4595 PSP 80 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 5 REVISION OF SECTION 208 EROSION CONTROL Each silt dike segment shall have the following dimensions: Dimension Vertr altleig tafte`r`irtsta(fation Geotextile sleeve section to interlock segments Length >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 in 4 inch deep trench with 6 inch nails no more than 4 feet O.C. (on center) 1 inch washers Hard Surface 1 inch concrete nails no more than 4 feet O.C. 1 and solvent-freeinch adhesivwasherse (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 Thickness Test Method ASTM D5199 ASTM D1004 Units mil Value >30 +1- 1.5 Tear Strength Low Temperature Impact ASTM D1790 lbs. °F >8 Pass at -20 (I) Prefabricardd Concrete Washout Structure. Prefabricated Concrete Washout Structures shall be one of the following tykes unless otherwise shown on the plans: (m) 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 speclied 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: PSP 81 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 6 REVISION OF SECTION 208 EROSION CONTROL 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 by weight Passing Square Mesh Sieves 75 mm (3 inch) 100 50 mm (2 inch) 0-25 19.0 rrm.(3/4 inch) 0-15 Minimum dimensions of the modular systems shall be: Table 208-10 MINIMUM DIMENSIONS FOR VEHICLE TRACK PAD (n) Width 12 feet 35 feet Length of pad Weight (min.) (lbs./sq. ft.) Crush. strength (min.) (psi) 8 400 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. 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) Weight (minimum) (pounds per foot) 6=8 6 . . 10 10 Rubber used in bags shall be clean, 95 percent free of metal and particulates. PSP 82 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 7 REVISION OF SECTION 208 EROSION CONTROL 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 Grab Tensile Strength 90 lbs. min. ASTM D4632 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 Storm Drain Inlet Protection Properties Protection Types 'Type I 'Type 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 Type I protection shall be used with Inlet Type R. 2 Type I protection shall be used with Combination Inlet. Option A or B 3 Type EI protection shall be used with Vane Grate Inlet only. Option A or B Note: Options A and Bare shown on Standard Plan M-208-1. 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 Trapeziid Tear Strength ASTM D4533 lbs. minimum 60x60 Percent Open Area COE-22125-86 N ≥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. CONSTRUCTION REQUIREMENTS 208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction the Contractor shall implement control measures in accordance with the approved project schedule as described in this section. PSP 83 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 8 REVISION OF SECTION 208 EROSION CONTROL At the Pre -Construction Conference, the attendees shall discuss the Stormwater Management Plan (SWMP), maintaining water quality standards, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. 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. 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. 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 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. PSP 84 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 9 REVISION OF SECTION 208 EROSION CONTROL (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 reprised 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 may be permitted to serve in an ECM role, unless otherwise specified in the Contract. 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 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. 1. SWMP Administration. The SWMP Administrator shall maintain the SWMP. Record the name of the SWMP Administrator on the SWMP Section 3B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify all critical action items needed to maintain water quality standards: (1) Complete the SWMP as described in subsection 208.03(d). (2) Participate in the Environmental Pre -construction Conference. (3) Attend weekly erosion and sediment control meetings. (4) Implement necessary actions to reduce erosion or water quality problems or presently existing water quality or erosion problems resulting from construction activities. (5) Ensure that all labor, material, and equipment needed to install, maintain, and remove control measures are available as needed. (6) During construction, update the SWMP Site Map to reflect current field conditions and include, at a minimum, the following: (i) Limits of Construction (LOC). (ii) Areas of disturbance (AD), including areas of borrow and fill. ¢ii) Limits of Disturbance (LDA). (iv) Areas used for storage of construction materials, equipment, soils, and/or wastes. PSP 85 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 10 REVISION OF SECTION 208 EROSION CONTROL (v) Location of dedicated asphalt, concrete batch plants, and masonry mixing machines. (vi) Location of construction offices and staging areas. (vii) Location of work access routes during construction. (viii) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (ix) Location of temporary, interim, and permanent stabilization. (x) Location of outfalls. (xi) Flow arrows that depict stormwater flow directions on -site and runoff direction. (xii) Location of structural and non-structural control measures. (xiii) 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. (xiv) Location of stream crossings located within the construction site boundary. (xv) Locations where alternative temporary stabilization schedules apply. (7) Start a new site map before the current one becomes illegible. All site maps shall remain as part of the SWMP. (8) Install control measures according to Standard Plans M-208-1, M-216-1, and M-615-1 in the SWMP. (9) Record in the SWMP, the approved Method Statement for Containing Pollutant Byproducts. (10) Update the potential pollutants list in the SWMP and Spill Response Plan throughout construction. 2. Erosion Control Inspector (ECI). The SWMP Administrator shall complete the duties of the ECI. (1) ECI duties shall be as follows: (i) Inspect initial placement and adherence to approved SWMP and SWMP site plan control measures (ii) Assess the adequacy of control measures at the site to identify areas requiring new or modified control measures to minimize pollutant discharges. (iii) Identify all areas of concern that may impact water quality and, if necessary, implement corrective actions. PSP 86 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 11 REVISION OF SECTION 208 EROSION CONTROL (iv) Ensure all other agency Stormwater and inspection requirements are followed unless a waiver or other agreement has been made. (2) The ECI shall immediately report to the Contractor and Engineer the following instances: (i) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (ii) Spills or discharges which exceeds any water quality standards. (iii) Upset conditions which cause an exceedance of any water quality standards. (3) Document spills, leaks, or overflows that result in the discharge of pollutants. 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 (1) through (4) as listed below, The following Contract documents and reports shall be kept, maintained, and updated in the SWMP under the appropriate items by the SWMP Administrator: (1) SWMP Plan Sheets — Notes, tabulation, site description, sequence of major activities, area of disturbance, existing soil data, existing vegetation percent cover, potential pollutant sources, receiving water, non- stormwater discharges, and environmental impacts. (2) SWMP Site Maps and Project Plan Title Sheet. (3) Specifications — Standard and project special provisions related to stormwater and erosion control. (4) Standard Plans M-208-1, M-216-1 and M-615-1. (5) Control Measure Details not in Standard Plan M-208-1 — Non-standard details. (6) All Water Quality Audit Reports and Form 105(s) relating to Water Quality. (7) Spill Response Plan — Reports of reportable spills submitted to CDPHE. (8) List and Evaluation of Potential Pollutants — List of potential pollutants as described in subsection 107.25 and approved Method Statement for Containing Pollutant Byproducts. (9) Other Correspondence including agreements with other MS4s, approved deferral request, CDPHE audit documentation, CDPHE audit documentation, etc. (10) TECS Certifications of the SWMP Administrator, kept current through the life of the Project. (11) Environmental Pre -construction Conference — Conference agenda with a certification of understanding for maintaining water quality standards and SWMP. All attendees shall sign the certification. A PSP 87 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 12 REVISION OF SECTION 208 EROSION CONTROL 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. (12) Project Environmental Permits — All project environmental permits and associated applications and certifications, including: water quality standards, Senate Bill 40, USACE 404, temporary stream crossings, dewatering, biological opinions, and all other permits applicable to the project, including any separate permits obtained by the Contractor for staging area on private property, asphalt or concrete batch plant, 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. 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: If applicable, the Contractor shall conduct a weekly meeting with the Engineer and subcontractors to discuss construction activities that could adversely affect water quality, including the following: (1) Unresolved issues from previous inspections. (2) Requirements of the SWMP. (3) Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. (4) Control measures that are to be installed, removed, modified, or maintained, and associated SWMP modifications. (5) 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, 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 PSP 88 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 13 REVISION OF SECTION 208 EROSION CONTROL 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. (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. 2. Interim Stabilization. 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: (1) Application of 1.5 tons per acre of mechanically crimped certified weed free hay or straw in combination with an approved organic mulch tackifier. (2) Placement of bonded fiber matrix in accordance with Section 213. (3) Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, in accordance with Section 213. PSP 89 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 14 REVISION OF SECTION 208 EROSION CONTROL (4) 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. (f) (5) 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. 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. Maintenance. 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 final acceptance of the project. 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. Site assessments shall be performed 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. PSP 90 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 15 REVISION OF SECTION 208 EROSION CONTROL 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 arms. Damage to seeded areas or to mulch materials shall be immediately restored. Damage to seeded arms 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. PSP 91 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 16 REVISION OF SECTION 208 EROSION CONTROL 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. 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. 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 ill 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. 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). PSP 92 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 17 REVISION OF SECTION 208 EROSION CONTROL (I) (m) (n) (0) 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. 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 1/3 the height of the log. 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. 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 wih the minimum properties shown in Table 208-5 or use a prefabricated washout. Meet the folowing requirements: 1. The structure shall contain all washout water. 2. Storrewater 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. 6. Freeboard capacity shall be included in the structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. 7. The Contractor shall prevent tracking of washout material out of the washout structure. 8. 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 2/3 the storage capacity of the washout structure. 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. PSP 93 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 18 REVISION OF SECTION 208 EROSION CONTROL 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. 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 % 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. PSP 94 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 19 REVISION OF SECTION 208 EROSION CONTROL 3. All silt shall be removed, and the pond returned to the design grade and contour prior to project acceptance. (r) (s) 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 to conform to the surface without gaps to ensure that discharge water does not cause erosion. The Contractor shall remove all accumulated sediment and debris when the sediment accumulation reaches 'A the height of the bag. If the bag fails or is damaged, it shall be immediately repaired or replaced at the Contractor's expense. 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. 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. PSP 95 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 20 REVISION OF SECTION 208 EROSION CONTROL 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. 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 SWMP. If the disturbance at any time exceeds 1 acre (including as part of a common plan of development), the Contractor will need to apply for a Colorado Discharge Permit System- Stormwater Construction Permit (CDPS-SCP) and comply with all permit specifications. The Contractor shall pursue stabilization of all disturbances to completion. 208.09 Regulatory Mechanism for Water Quality. Failure to implement the Stormwater Management Plan is a violation of the Colorado Water Quality Control Act. Penalties may be assessed to the Contractor by the appropriate agencies. All fines assessed to the Department for the Contractor's failure to implement the SWMP will be deducted from monies due the Contractor. The Contractor shall be subject to liquidated damages for incidents of failure to perform erosion control as required by the Contract. Liquidated damages will be applied for failure to comply with these specifications, including the following: (1) Failure of the Contractor to implement necessary actions required by the Engineer as required by this section. PSP 96 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 21 REVISION OF SECTION 208 EROSION CONTROL (2) Failure to construct or implement erosion control or spill containment measures required by the Contract, or failure to construct or implement them in accordance with the Contractor's schedule. (3) Failure to stabilize disturbed areas as required by this section. (4) Failure to replace or perform maintenance on an erosion control feature after notice from the Engineer to replace or perform maintenance as required by this section. (5) Failure to remove and dispose of sediment from control measures as required. (6) Failure to install and properly utilize a concrete washout structure for containing washout from concrete placement operations. (7) Failure to perform permanent stabilization as required by this section. (8) Failure to prevent discharges not composed entirely of stormwater from leaving the construction site. (9) Failure to provide the survey of Permanent Water Quality features when required on the project in accordance with this section. Findings not in compliance with these Specifications shall be documented by the SWMP Administrator 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 each incident of failure to perform erosion control in accordance with any water quality standards, specifications, including items (1) through (9) above by issuing a Form 105. Findings shall be corrected as soon as possible, immediately in most cases but no longer than 24 hours, to minimize the discharge of pollutants. Failure by the Contractor to clarify a finding location with the Engineer shall not be grounds for correcting the issue with the 24 -hour timeframe. (a) Definitions. 1. Deferment. A request from the Contractor to the Engineer to delay implementation of corrective actions for Regular Findings pertaining to Water Quality Specifications. Deferments may only be granted due to extraordinary circumstances. However, it is at the Engineer's discretion to approve or reject these requests. 2. 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(. 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. PSP 97 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 22 REVISION OF SECTION 208 EROSION CONTROL C. 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. 3. 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. 4. 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. 5. Recalcitrance. Contractor has shown willful negligence or misrepresentation or unwillingness to adhere to the Water Quality Specifications. 6. Water Quality Specifications. Subsection 107.25, Sections 208, 213 and 216, and Standard Plans M- 208-1 and M-216-1. 7. 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 charged liquidated damages for each finding in the amounts identified below after the 24 -hour period. has expired and one or more of the findings remains uncorrected. Liquidated damages associated with the findings pertaining to this subsection do not indemnify the Contractor of other Liquidated Damages associated with this project. Liquidated damages will not be considered a penalty but shall be considered the estimated additional construction costs incurred due to the delay in correcting the identified findings. Liquidated damages will accumulate for each day that each identified finding that remains unresolved. Liquidated damages will be deducted from any monies due to the Contractor on each monthly payment application. 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. 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: PSP 98 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 23 REVISION OF SECTION 208 EROSION CONTROL 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. 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 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 be eligible for the 24-hvur 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. 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 noncompliance notification procedures. The Engineer may require the Contractor to submita 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). PSP 99 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 24 REVISION OF SECTION 208 EROSION CONTROL The Contractor shall not be reimbursed for activities undertaken to reclaim the discharge, stabilize areas outside the LOC and implement relevant 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. 3. 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 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. 4. SWMP Notebook Deficiencies. The SWMP Notebook shall be kept up to date with all SWMP requirements of the Water Quality Specifications. 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. PSP 100 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 25 REVISION OF SECTION 208 EROSION CONTROL 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. If the findings are not corrected within 48 hours after discovery, 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 Stcp 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 considereda valid reason for the Contractor asking for additional Contract Time. Work shall not resume until the Engineer has approved a written corrective action plan submitted by the Contractor that includes measures b prevent future violations and a schedule for the correction of the findings. (c) 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; 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(bX1) 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. PSP 101 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 26 REVISION OF SECTION 208 EROSION CONTROL 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 the Water Quality Specifications. 1. Documented Upset Condition. The Contractor shall report 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; 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 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 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 PSP 102 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 27 REVISION OF SECTION 208 EROSION CONTROL 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 jurisdicion. (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, 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 by tie actual number of hours worked. 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 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 oneweek. 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. PSP 103 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 28 REVISION OF SECTION 208 EROSION CONTROL 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. 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. Payment will be made under: Pay Item Aggregate Bag Erosion Control Management Prefabricated Concrete Washout Structure (Type 2) Prefabricated Vehicle Tracking Pad Removal and Disposal of Sediment (Labor) Temporary Berm Pay Unit Linear foot Day Each Each Hour Linear Foot 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. Modifications to the SWMP due to construction errors or survey errors by the Contractor shall be made at the Contractor's expense. PSP 104 WCR 76 AND VCR 35 IRRIGATION PROJECT 29 November 8, 2023 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, arc] 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. 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 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. END OF SECTION PSP 105 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 210 RESET STRUCTURES Subsection 210.13 shall be revised to include the following: This pay item will include for the adjusting, cutting and welding of the existing metal irrigation pipe due to the configuration of the new irrigation structure. If the existing pipe has deteriorated and is no longer serviceable then a new pipe of similar size suitable to Weld County shall be installed. No separate payment will be made. Payment will be made under: Pay Item Adjust Structure Pay Unit Each END OF SECTION PSP 106 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby revised for this project as follows: Subsection 212_02 shall be revised to include the following: (a) Seed. The seed mix identified for use on this project is specified below. Common Name Pounds PLS/Acre Western wheatgrass Streambank Wheatgrass Thickspike Wheatgrass Canada Wildrye (Mandan) Indian Ricegrass (Rimrock, White River) Inland Saltgrass Sand Dropseed Smooth Brome (Lincoln, Manchar) WB-cedar wheat (nurse crop) Total 2.00 2.50 2.00 1.50 2.00 2.00 0.25 3.00 15.00 30.25 WB-cedar wheat or approved equivalent shall be used as a nurse crop and shall be added to the Seed Mixtures at a rate of 15 PLS per acre. 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. (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 Sot 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 that the straw or fiber was processed at over 160 °F to ensure material is weed free. The Contractor shall provide a GTR 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 PSP 107 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 `grade sphagnum peat moss, certified composts and'&her organic growth enhancing additives. . " "% dry weight basis 57% Mechanically and thermally processed straw consisting of weed free agricultural straw, flexible flax fiber %, dry weight basis 40% Trace Minerals, plant based. biodegradable co -polymer, sugars;. s#arches, ; proteins, and 16 amino acids (including folic acid, ; vitamin A; and triaoontanol growth stimulants/regulators) )/; 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 pH Moisture content Organ' matter content Carbon Nitrogen Ratio Acute Toxicity The Contractor shall provide a CTR with independent laboratory analysis for the required parameters in accordance with subsection 106.13. Reported as pH units %, wet weight basis %, dry weight basis Ratio C:N (Pass/Fail) Requirement 10% - 50% f < 25-45:1 Pass (non-toxic) Test Method Saturated media extract method ASTM D 2974 ASTM. D586 ASTM E1508 EPA TM 2002.0 (e) 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) PSP 108 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Table 212-12 Physical Requirements of Endo Mycorrhizae Pararoeters Acute Toxicity The Contractor shall provide a CTR with independent laboratory analysis has been done on the product for the required parameters per subsection 106.13. Reported as Pass or Fail Requirement I Test Method Non Toxic ASTM 7101 or EPA Method 2021 or 2002 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. (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. Subsection 212J13 shall be deleted and replaced with the following: 212.03 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-14. Seeding accompished 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 produr species will be paid for by Weld County. Table 212-14 Seeding Seasons Zone Below 6030 feet Spring Seeding April 1st or spring thawlll to June 15th Fall Seeding September 15th or until consistent ground freeze) (1) "Spring thaw" is the earliest date in a new calendar year in which seed can be buried 'A inch into the surface soil (topsoil) through normal drill seeding methods. (2)"Consistent ground freeze" is the time during the fall months in which the surface soil (topsoil), due to freeze conditions, prevents burying the seed '/z inch through normal drill seeding operations. Seed slmll not be sown, drilled, or planted when the surface soil or topsoil is in a frozen or crusted state. Subsection 212.16 shall be deleted and replaced with the following: 212.06 Native Seeding. Areas to be seeded shall be installed per SWMP Permanent Stabilization Plan. 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. PSP 109 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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. 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 'A covered and may be activated. POP 110 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 5 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 N 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. H. 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'/, inch and not more than 'A 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. 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) PSP 111 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 6 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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. 0.90R = # 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 = (% 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 'A 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. PSP 112 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 7 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING E. Continue filling tank with water to approximately 3/ 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. Ir hydraulic seeding is approved, it shall be completed at twice the rate specified in the Contract at no additiorwi 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, rycorrhizae 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 ofineasuring volume in the tank. Seed shall be added to the slurry onsite, no more than 60 minutes before staring 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. 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 PSP 113 (8) (9) WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 8 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 'A 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. 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. 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 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. PSP 114 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 9 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (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 Y4 to %2 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 naive seed. Subsection 212.17 shall be deleted and replaced with the following: 212.07. 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. PSP 115 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 10 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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. Subsection 212.08 shall be deleted and replaced with the following: BASIS OF PAYMENT 212.08 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. Payment will be made under: Pay Item Biotic Earth Black (HGM) Seeding (Native)(Hydraulic) Pay Unit Pound 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 PSP 116 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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 will be included in the measurement for seeding. Subsection 213.05 shall be revised to include the following: Mulching (hydro -mulch with tackifier) shall not be measured and paid for separately but shall be considered incidental to Seeding (native) (hydraulic). END OF SECTION PSP 117 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 509 STEEL STRUCTURES Section 509 of the Standard Specifications is hereby revised for this project as follows: Subsection 509.01 shall be revised to include the following: Work in this section shall include fabrication and installation of a hot dipped galvanized steel plate as shown in the Plans. Work in this section shall include installation of a W6x15 beam as shown in the Plans. Subsection 509.32 shall be revised to include the following: Structural Steel (Special) (Galvanized) will be measured by the number of units installed. Structural Steel W6x15 Beam (Special) will be measured by the number of units installed. Subsection 509.33 shall be revised as follows: Payment will be made under: Pay Item Pay Unit Structural Steel (Special) (Galvanized) Structural Steel W6x15 Beam (Special) Each Each Structural Steel (Special) (Galvanized) shall include all work necessary to complete the work. Hardware materials and epoxy will not be measured and paid for separately but shall be included in the work. Structural Steel W6x15 Beam (Special) shall include all work necessary to complete the work. Materials required to install the beam will not be measured and paid for separately but shall be included in the work. END OF SECTION PSP 118 WCR 76 AND VC CR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 518 WATERSTOPS AND EXPANSION JOINTS Section 518 of the Standard Specifications is hereby revised for this project as follows: Subsection 518°07 shall be revised to include the following: Waterstops shall be installed at all construction cold joints of concrete structures. Subsection 518.12, paragraph 1 shall be deleted and replaced with the following: The quantity of usaterstop will not be measured and paid for separately. Subsection 518..13, paragraph 1 shall be deleted and replaced with the following: Waterstop shall rot be measured and paid for separately but shall be considered incidental to Concrete Class D. END OF SECTION PSP 119 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.01 shall be revised to include the following: This work consists of constructing reinforced concrete structures, concrete ditches, and cutoff walls in accordance with the plans. For all irrigation structures the Contractor shall provide As -Built drawings showing elevations matching the existing structure. As -Built tolerance shall be ±1/8". If elevations are greater than ±1/8° the structure shall be removed and replaced at the Contractors expense. The use of ACI 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. Subsection 601.02, Table 601-1 shall be deleted and replaced with the following: Table 601-1 CONCRETE FIELD REQUIREMENTS Concrete Class Required Field Compressive Strength (psi) Air Content: % Range (Total) Slump# Water/Cementitious Material (w/cm) Ratio: B BZ D DF iT PS (Girders) p l 4,i 00at28 4,500 at 28 days 0= ;d 4,500 at 28 days 4 0 8 days 8,500 at 28 days 5- 8.z N/A` 4-8 N/A' ± 2" of Form 1,373 Slump.' 6"-9„ f 2 cif For ,13:73 Slurrip ± 2" of Form 1373 Slump 9" maximum Slump /cmon Form 1131 w/cm on Form 1373 /cm on on'I w/cm on Form 1373 orr 0.45 73r P S35 340 `. 4,500 at 28 days 5,000 at 28 days 0 4-8 5-8 8 ± 2" of Form 1373 Slump ± 2" of Form 1373 Slump 2" of:Fo`rm,1073 w/cm on Form 1373 w/cm on Form 1373 S50 Shotcrete 5 - 8% when specified. # Slump shall be a maximum of 9.0 inches for all classes of concrete. Concrete may have a slump above 9.0 inches when designed as Self Consolidating Concrete (SCC). The requirements for slump flow, blocking assessment, and segregation shall apply. Before pumping for wet process. 7,250 at 28 days 5 2E ys' 5-8 ± 2" of Form 1373 Slump /A: w/cm on Form 1373 Subsection 601.03 shall revised to include the following: If desired by the Contractor, a non -chloride accelerator (i.e. an accelerator that does not contain chloride ions in excess of 0.08% by mass of cement) may be proposed for the project concrete. A determination will be made by the project Engineer at that time. PSP 120 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE Subsection 601,134, 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. Subsection 601.05 shall be revised to include the following: The contractor shall provide the Engineer a report of maturity relationships per CP 69. 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. Subsection 601_09(h) parapgraph 2 shall be deleted and replaced with the following: Unless specified in the plans, forms shall remain in place for members that resist dead load bending until the concrete has reached a compressive strength of at least 80 percent of the required 28 day strength, 0.80fc. Forms for coumns shall remain in place until the concrete has reached a compressive strength of at least 1,000 psi. Forms for sides of beams , walls, or other members that do not resist dead load bending shall remain in place until the concrete has reached a compressive strength of at least 0.80f'c. Subsection 601.12(c) shall be revised to include the following: Concrete shall not be placed when ambient temperatures are predicted to fall below 25 degrees Fahrenheit within 24 hours following concrete placement unless the Contractor elects to use blankets and heaters at no additional cost to Weld County. When utilized, the blankets and heaters shall remain in place for the entire minimum curing period in accordance with Subsection 601.13 and shall maintain the concrete temperature above 50 degrees Fahrenheit during the entire minimum curing period. Subsection 601-12(h) shall be revised to include the following: Concrete for ditch paving shall be poured in one continuous operation, monolithically as shown on the plans. Subsection 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: (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 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: PSP 121 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE Table 601-3 PAY FACTOR REDUCTIONS Percent Total Air Strength Deviations from Specified Air (I) Pay Factor Reduction(%)Strengthe(psi) Below Specified Pay Factor. Reduction (I) 0.0-0.2 10 1-100 10 0.3*04 20 20 0.5-0.6 30 201-300 30 0.7-0.8 „,Y . 50 301-400 40 0.8-1.0 70 401-500 50 Over 1.0 . Reject Over 501 Reject NOTE: 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: Weir boards where specified on the plans will not be paid for separately but shall be included in the work. Manhole steps identified on the plans will not be measured and paid for separately but shall be included in the work. Concrete accelerant, mortar patching, and finishing will not be paid for separately but shall be included in the work. Structure excavation will not be measured and paid for separately but shall be included in the work. END OF SECTION PSP 122 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 602 REINFORCING STEEL Section 602 of the Standard Specifications is hereby revised for this project as follows: Subsection 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 mesh shall meet the requirements of subsection 709.01. Subsection 602.62, 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. Subsection 602.08 shall be revised to include the following: Welded wire mesh shall not be measured and paid for separately but shall be included in the Work. END OF SECTION PSP 123 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.01 shall be revised to include the following: This work consists of the construction, modification, cutting, and welding of discharge pipes in conformity with the lines and grades shown on the plans. Subsection 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. Subsection 603.03 shall be revised to include the following: Contractor shall provide camera documentation of the inside of the constructed irrigation pipes, to provide a record of the pipes after construction. Camera documentation of the Noffsinger irrigation pipe shall extend past the constructed irrigation pipe to the east side of WCR 35 where the pipeline vent is located, approximately 300 feet. Subsection 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. Subsection 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. Subsection 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. Subsection 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. PSP 124 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 2 REVISION OF SECTION 603 CULVERTS AND SEWERS Joints for all circular reinforced pipes shall be made with confined rubber gaskets conforming to subsection 706.03. RAM-NEK gaskets shall be used at all non-standard joints as identified in the Plans. Subsection 603117(b), paragraph 1 shall be revised to include the following: Joints for all ductile iron pipes shall be made with a MEGALUG mechanical joint restraint or approved equal. RAM-NEK gaskets shall be used at all non-standard joints as identified in the Plans. Welded joints forall steel pipes shall be watertight. Subsection 603.09 shall be revised to include the following: Culverts and storm sewers shall 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. Subsection 603.12 shall be revised to include the following: Pipe bends will be measured by the number of units installed. Subsection 603.13 shall be revised to include the following: Payment will be made under: Pay Item 8 Inch Steel Pipe (Galvanized) 14 Inch Plastic Pipe 14 Inch Plastic Pipe Bend 15 Inch Reinforced Concrete Pipe (Complete in Place) 18 Inch Plastic Pipe 18 Inch Plastic Pipe Bend 16 Inch Ductile Iron Pipe Pay Unit Linear Foot Linear Foot Each Linear Foot Linear Foot Each Linear Foot 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. Steel pipe cutting. welding, rest block relocation, and all necessary work to construct the pipe as shown in the plans will not be measured and paid for separately but shall be included in the work. Camera documentation of the conyed irrigation pipes will not be measured and paid for separately but shall be considered incidental to the work. END OF SECTION PSP 125 WCR 76 AND WCR 35 IRRIGATION PROJECT December 5, 2023 REVISION OF SECTION 604 MANHOLES, INLETS, AND METER VAULTS Section 604 of the Standard Specifications is hereby revised for this project as follows: Subsection 604.02 shall be revised to include the following: The Irrigation Structure Grate shall be manufactured EJ (formerly East Jordan) V-7312 - 39" Wide Cast Iron Grate (or approved equal). Subsection 604.04 shall be revised to include the following: The irrigation structure grate shall be constructed as shown in the Plans. Subsection 604.04(b), shall be revised to include the following: The manhole shall be flat top. The manhole cover shall be bolt down with vent holes. Subsection 604.06 shall be revised to include the following: Irrigation Structure Grate (Special) will be measured by the number of units installed. Manhole steps will not be measured and paid for separately but shall be considered subsidiary to the manhole. Subsection 604.07 shall be revised to include the following: Payment will be made under: Pay Item Manhole Slab Base (10 Foot) Irrigation Structure Grate (Special) Pay Unit Each Each Manhole steps will not be measured and paid for separately but shall be considered subsidiary to the manhole. END OF SECTION PSP 126 WCR 76 AND WCR 35 IRRIGATION PROJECT November 29, 2023 REVISION OF SECTION 615 WATER CONTROL DEVICES Section 615 of the Standard Specifications is hereby revised for this project as follows: Subsection 615311 shall be revised to include the following: Work in this section shall include the installation of an irrigation slide gate as shown in the Plans. Work in this section shall include the installation of an irrigation stop gate as shown in the Plans. Work in this sectbn shall include the installation of an irrigation line gate valve and manhole drain system as shown in the Plans. Subsection 615_02 shall be revised to include the following: The Slide Gate and Line Gate Valve shall be manufactured Fresno Valves and Castings Inc. (or approved equal). The Aluminum Stop Gate shall be manufactured Waterman Valve (or approved equal). Subsection 615_03 shall be revised to include the following: The Slide Gate shall be constructed as shown in the Plans, and per installation requirements from the manufacturer. The Aluminum Stop Gate shall be the embedded type, constructed as shown in the Plans per installation requirements fro. the manufacturer. The Line Gate Valve shall be constructed as shown in the Plans, and per installation requirements from the manufacturer. Subsection 615.04 shall be revised to include the following: The 6 Inch Line Gate Valve will be measured by the number of units installed including completion of the 6 -inch PVC pipe, casing, and rock drain field. Subsection 615.05 shall be revised to include the following: Payment will be made under: Pay Item 18 Inch Slide Gate Aluminum Stop Gate 6 Inch Line Gate Valve Pay Unit Each Each Each 6 -inch PVC (80 psi) pipe, 6 -inch washed rock, Mirafi FW300 filter fabric (or approved equal), and all necessary work to construct the manhole drain as shown in the Plans will not be measured and paid for separately but shall be considered incidental to 6 Inch Line Gate Valve. END OF SECTION PSP 127 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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. For all irrigation structures the Contractor shall provide As -Built drawings showing elevations matching the existing structure. As -Built tolerance shall be ±1/8". If elevations are greater than ±1/8" the structure shall be removed and replaced at the Contractors expense. 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 PSP 128 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 625 CONSTRUCTION SURVEYING 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 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 tie progress of the project. During construcion, 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 fie 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 slmwn 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. PSP 129 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 625 CONSTRUCTION SURVEYING B. Traffic signal heads, poles, pushbutton assemblies, and controller cabinets. C. ITS fiber vaults, splice points, interfaces, nodes and other assets. 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 P.L.S. 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 PSP 130 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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 prior to 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 (TCEs) 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 addi0onal 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 prior to 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 prior to construction. The Contractor shall unit 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 Permission to Enter 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 prior to entry. END OF SECTION PSP 131 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: All references to "Approved Product List" shall mean the CDOT Approved Product List. Subsection 630.01 shall be revised to include the following: 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. This work shall include the furnishing of, operating of, and maintaining of a truck or trailer with an attached attenuator as needed. Attenuators shall not be measured and paid for separately but shall be included in the Work. The Contractor shall submit a traffic control plan to the County for review and approval before 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 crossroads 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. Subsection 630.02, paragraph 9 shall deleted and replaced with the following: Variable Message Signs (Portable) shall conform to the requirements of the Section 630.03(a), Portable Message Sign Panel. Subsection 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 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 PSP 132 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL both day aid 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 tie FHWA to meet NCHRP 350 criteria for level TL -3 collisions. The attenuator shall be mounted to a suitable true 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 dow® 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 bailer 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 N -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 tlw host truck shall be between 10,000 and 20,000 lbs, 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 Mourrted 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. PSP 133 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 3 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Subsection 630.13 shall be revised to include the following: The portable message sign panels shall be setup and operational on the project site at least 14 calendar days prior to the start of active roadway construction. 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. Subsection 630.17 Rolling Roadblock shall be added and subsequent numbering in Section 630 shall be adjusted. Subsection 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 VMS signs shall be displayed one week before work with the messages shown on the plans. Subsection 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, temporary barricades, barriers, flagging, attenuator truck/trailer, traffic control management, and traffic control inspection shall be included in the Lump Sum cost for the Traffic Control Management bid item. Portable Variable Message Sign Panels will be measured by the actual number of days each portable message sign is used on the project as approved by the Engineer. Variable message boards shall be used for advance warning prior to construction, throughout construction, post construction, and along detour routes as directed by the Engineer. 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. Subsection 630.19 (formerly 630.18) 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 Traffic Control Management Portable Variable Message Sign Panels PSP 134 Pay Unit Lump Sum Day WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 4 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL When Traffic Control Management and Traffic Control Inspection are not pay items, Traffic Control Management will not be paid for separately, but shall be included in the work. 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 PSP 135 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the estimate for force account items included in the Contract. The estimated amounts will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. Force Account Item F/A Minor Contract Revisions F/A Fuel Cost Adjustments F/A F/A Quantity 1 F/A 1 F/A Amount $60,000.00 $2,500.00 Minor Contract Revisions — This item consists of minor items 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 in this Contract. Fuel Cost Adiustments — 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 for this project. To utilize this force account, the Contractor must choose to take the fuel adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the fuel adjustment after the bids are opened. END OF SECTION PSP 136 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 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 for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications. (2) Standard Ran S-630-1, Traffic Controls for Highway Construction, and Standard Plan S-630-2, Barricades, Drums, Concrete Barriers (Temp) & Vertical Panels. (3) Schedule of Construction Traffic Control Devices. (4) Signing and Striping Plans. (5) Construction Phasing Details. (6) Detour Details. (7) Other. All lane closures shall be subject to the approval of the Project Engineer. Each lane closure request shall be made at least 48 hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized continuously for the purpose for which they were set up. Two weeks prior to any road closure, the Contractor shall notify the Weld County Public Works Department. The Contractor shall coordinate and cooperate fully with the Department, utility owners, and other contractors, to assure adequate and proper traffic control is always provided. Traffic Control Plans shall be submitted to the Department a minimum of one week prior to the date which implementation is planned. The Contractor shall coordinate and cooperate fully with any others providing traffic control for other operations to assure that work or traffic control devices do not interfere with the free flow of traffic except as allowed by the Traffic Control Plan. Excavations or holes shall be filled in or fenced at the Engineers direction when unattended. During non - construction periods (nights, weekends, holidays, etc.), all work shall be adequately protected to ensure the safety of vehicular and pedestrian traffic, as detailed in the Contractor's MHT. The Contactor is cautioned that all personal vehicle and construction equipment parking will be prohibited where it conflicts with safety, access, or the flow of traffic. The Contractor shall not have construction equipment nor materials in the lanes open to traffic nor parked or stored within the clear zone adjacent to active lanes of travel at any time. Materials or equipment stored within the right-of-way outside of the clear zone shall be as designated by the Contractor and approved by the Engineer. The Contractor's and employee's vehicles shall be parked in a safe place away from active traffic and shall not directly access roadways except at designated locations. If required, the Contractor shall provide suitable transportation to and from work sites for personnel. The Contractor shall submit an MHT, all appropriate Traffic Control Supervisor and Flagger certifications to the Engineer prior to approval of the setting any traffic control device. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless otherwise approved by the Engineer. All personnel vehicle parking is prohibited where it conflicts with safety, access, or flow of traffic. PSP 137 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 2 TRAFFIC CONTROL PLAN — GENERAL The Contractor shall maintain open communication with the Project Engineer about all aspects of the daily and weekly work schedule. All construction traffic control devices including signs installed as part of this project shall be installed, as stated in the Traffic Plans and CDOT's M & S Standards. Construction signing shall be removed unless work is in progress or devices have been left on the job site. The Contractor shall equip its construction vehicles with flashing amber lights. Flashing lights on vehicles shall be visible from all directions. The Contractor shall be required to perform snow removal on both the jobsite area as well as any adjacent roads which have been closed to through traffic by an approved Traffic Control Plan. The Contractor shall also provide a means for County snowplows to either turn -around or drive through the closed roads if necessary, to facilitate our County -wide snow plowing operations. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. END OF SECTION PSP 138 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 UTILITIES COORDINATION The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimal impact to the project. The locations of unities 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 plans. 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. It is anticipated that Xcel Distribution and Xcel Transmission utility relocations will occur during the same time as construction of this project. North Weld County Water District relocations are anticipated to have already been completed. The Contractor shall verify the location of all utilities, underground pipelines, agricultural irrigation lines, etc. prior to 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 discovery of additional utilities not shown on the plans is not grounds for a claim of differing site conditions or a change order. 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 construcon 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, prior to 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 prior to beginning excavating or grading. The following table includes contacts that can assist in locating and coordinating with known utilities. UTILITY OWNER CONTACT / EMAIL PHONE North Weld County Water District Jared Rauch / iaredr(Wnwcwd.orq 970-356-3020 Century Link (Lumen) — Phone and Fiber Gary Crispe / acrispe W..terratechllc.net 303-995-1465 Xcel Energy — Electrical Distribution Cory Thelen / cory.thelen(Rxcelenergv.com 970-342-3210 Alyse DeVan / alvse.devanWxcelenerov.com 970-395-1207 Xcel Energy — Electrical Transmission Tyler Swanson / tvler.i.swanson(Wxcelenergv.com 303-571-7294 All costs (except potholing) are incidental to the foregoing requirements will not be paid for separately but shall be included in the work. END OF SECTION PSP 139 WCR 76 AND WCR 35 IRRIGATION PROJECT November 8, 2023 IRRIGATION FACILITIES COORDINATION The work described in these plans and specifications requires coordination between the Contractor and the adjacent landowners in conducting their respective operations as necessary to complete the irrigation facilities work with minimum delay to the project. Work impacting the irrigation facilities shall not occur during irrigating season. The Contractor shall notify all affected landowners at least seven (7) days, prior to commencing work on privately -owned irrigation facilities. The locations of irrigation facilities 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 irrigation structures that could be encountered. While performing work during the irrigation season (typically April 15'h through September 15.) the Contractor will be required to construct temporary ditches, berms, pipes, diversions, and dewatering to keep the irrigation water separated from the work areas. All such work shall be coordinated with the effected landowner. In addition, any permanent irrigation features (pipes, ditches, and structures) required as part of this project shall be completed and functional prior to March 27, 2024. Materials for irrigations facilities shall be the types called out on the Plans, or an approved equal. Prior to materials delivery the Contractor shall submit manufacture's data to the County for review and approval. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. No monetary compensation will be made to the Contractor for delays or any other issues related to irrigation facilities conflicts. END OF SECTION PSP 140 November 22, 2023 Bid Request Ilo. B2300194, WCR 76 and WCR 35 Irrigation Project Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Update to the Table of Dates on Page 3 of the Contract Documents Contractor Questions and Responses Mandatory Pre -Proposal Meeting Minutes Pre -Bid Meeting Attendance List Revision to Section 101 of the Specifications Xcel Transmission Proposed Pole Locations 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 results in the BID not being reviewed or scored. The manhole drain plan sheets, revised quantities, corresponding specifications, and contractor questions and responses will be included in addendum two. UPDATE TO PAGE 3, TABLE OF DATES IN CONTRACT DOCUMENTS Final Date for Questions: December 4, 2023 AT 7 AM Final Addendum Released: December 5, 2023 AT 5 PM RFQ/RFP Due at Purchasing: December 7, 2023 AT 11 AM Anticipated Present Bids to BOCC: December 20, 2023 Interviews (If required): December 21, 2023 Anticipated Bid Award by BOCC: January 3, 2024 Anticipated Contract Signed by BOCC: January 17, 2024 Anticipated Notice to Proceed: January 17, 2024 Anticipated Completion Date: March 27, 2024 CONTRACTOR QUESTIONS AND RESPONSES Question 1 Does grading have to be completed prior to Xcel distribution doing their relocate'? Answer 1 No, the Xcel undergrounding is based on existing grades and should not be an issue Question 2 Is machine control required for this project'? Answer 2 No, it is not necessary for this project Question 3 After demoing the irrigation channel that goes under WCR 76 how does it need to be capped off'? Answer 3 Provide a flowfill cap to the bottom of the existing asphalt elevation Question 4 After demoing the DIP that crosses WCR 35, how should it be capped'? Answer 4 A rubber cap with a hose clamp is acceptable Question 5 Does TK Farms or Weld County own the pump house on the southeast corner of the intersection? Is there a plan for adjusting the pipes that overhang the TK Farms Structure'? Answer 5 TK Farms owns the pump house Sheet 15 of the plan set identifies the pipes are to be field fit to discharge through the side of the structure Question 6 Since the project is proposed to start and finish in the winter months, will maintaining drainage during construction for irrigation be necessary'? Answer 6 There could be stormwater runoff flows entering the ditch system upstream of the project These flows will need to be diverted downstream outside of the construction area Question 7 Can you clarify if the guardrail referred to on Sheet 16 of the plans is the same "temporary concrete barrier" referred to on Sheet 27 of the shoulder work traffic plans Answer 7 The guardrail is not the same as the temporary concrete barrier The guardrail is not part of this project and will be completed by County crews as part of the intersection improvements Question 8 Can you specify the type of PVC that is supposed to be installed for irrigation'? Answer 8 See Irrigation Note 1 on Sheet 5 of the plans Question 9 Is it possible to obtain the CAD files prior to bid to accurately quantify the fill needed to build the embankment on the WB2 property'? Answer 9 No, the CAD information can be provided when the apparent responsible bidder has been determined Question 10 Can we obtain plans for the relocation of Xcel and NWCWD utilities'? Answer 10 Xcel distribution has been contacted requesting permission to share their plan The proposed pole location plan provided by the County to Xcel transmission is included in this addendum North Weld County Water District will either lower the service line or abandon the line in conflict with the RCP pipe crossing The water service line in conflict is identified by Pothole 7 on Sheet 24 and can be viewed in the plan and profile on Sheet 14 WCR 76 and WCR 35 Irrigation Project Mandatory Pre -Bid Meeting Minutes November 21, 2023 1. Sign -in Sleet - In order to submit a proposal, you must be on the sign -in sheet. 2. Project Description/Location a. Located at the intersection of CR 76 and CR 35, north of Eaton. b. The project in general consists of erosion control, removal of existing irrigation structures, installation of various types of irrigation pipe, installation of a manhole, and construction of concrete structures and ditch. c. All eiders 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 Revs ons to those specifications to bid this project. 3. Project Engineering a. Design was completed in house. b. Mater als Owner Acceptance testing will be arranged by Weld County and will be conducted by Grour d Engineering. c. Process Control testing by the Contractor is mandatory for this project. Refer to the Weld County Revis on to Section 106 information regarding testing requirements and qualifications for the testing company and their testers. Concrete testing is not paid for separately. d. Carstruction administration and owner acceptance 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. Propcsal deadline is December 7, 2023 at 11 am, Purchasing clock. If required, interviews will be on December 21 2023 at times to be determined. d. Note -he insurance requirements for the job (i) "Weld County, its elected officials, and its employees" must be included as additional insureds. (ii) BJilder'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. This project will not be awarded as a traditional low bid contract. The Best Value Delivery Method utilizes contractor qualifications as well as cost to determine which contractor represents the best value to the C Dunty. g. Proxsals shall follow the submittal requirements provided in the RFQ/RFP documents. See Item 3, Inssuctions 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 fc r this project. (iii) P-oposal has to include a description of how the Contractor will control costs for them and their s _AD -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. (vi) Irclude 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 desigiated 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. Bid Documents a. Bid documents can be downloaded from the BidNet website. b. Bid documents include the project specifications, plans, and samples of contract and associated forms. c. Pages 17 through 31 of the bid documents have to be completed and returned with your proposal. These forms are riot included as part of the 15 page limit. 6. Bid Tabulation a. Bid tabulation is found on pages 17 through 19 of the bid documents. b. The option to choose fuel and asphalt cement cost adjustment are found on page 19. (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 November 21, 2023 at 10 AM December 4 2023 at 7 AM December 5, 2023 at 5 PM December 7. 2023 at 11 AM December 20, 2023 December 21. 2023 at TBD January 3, 2024 January 17, 2024 January 17, 2024 March 27, 2024 8. Plans a. Construction plans are included as a separate document. b. 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 c. Landowner and utility coordination is going to be critical. (i) The proposed right-of-way and temporary construction easements are currently being acquired. They are anticipated to be procured before construction begins in January. 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. (iii) Utility coordination is going to be critical. Utilities are expected to be relocating during construction. NWCWD is expected to have their work completed before construction starts. Xcel Distribution and Transmission work will overlap with the irrigation construction schedule. All electrical connections will be complete by April 1St 9. Construction Phasing a. A phasing plan was not provided. May be discussed if conflicts arise. b. Road �Iosures have to be approved by the BOCC. We have to have two weeks' notice prior to the start cf any closure. The closures will require MHTs to be approved prior to the closure request being taken to the Board. c. Weld :ounty has anticipated a closure of the WCR 76 and WCR 35 intersection east leg during construction of the pipe crossing and concrete cap. 10. General F roject Submittals by Contractor a. Subm ttals 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 s� bmittals that are required. (ii) The items highlighted in blue are required to be submitted and approved prior to the start of construction. b. Mater als Certifications (COCs, CTRs, etc.) will be required with each pay application. c. Basel ne Construction Schedule has to be submitted and approved prior to the start of construction activit es. (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 concrete have to be submitted timely so your placing schedules are not impacted. (i) Mix designs have to be approved a minimum of 2 weeks before the start of placing operations. 11. Davis Ba:on Wages/DBE/OJT a. This project does not require Davis Bacon wages, disadvantaged business enterprise, or on the job training. 12. Force Accounts a. Outiires the two force accounts that will be included in the project. (i) IV inor Contract Revision (ii) F Jel Cost Adjustment — If you want this, you must check the appropriate line in the bid tE bulation at the time you place your bid. This choice cannot be changed after the bid is o Jened. b. Fore account items must have the written approval of the County Project Manager prior to any force account work being started. 13. Commencement and Completion of Work a. Proje:t is a completion date contract (i) NTP is anticipated to be issued on January 17. 2024. (ii) N arch 27, 2024 is the completion date (iii) Per the Specification, permanent irrigation features have to be completed and operational by N arch 27, 2024. (iv) No weather days or less than full-time charged days will be granted b. Work ng hours are sunrise to 1/2 hour before sunset, Monday through Friday, excluding holidays. If you \rant or need to work outside of these hours, you have to have written authorization from the Engir eer. c. The construction schedule shall include all of the salient features listed in the Commencement and Completion Standard Special Provision of the bid documents. d. Me:h )d statements for all of the salient features shall be provided. (i) —able 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. Not including VMBs. (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. Required relocation work will be completed during construction. e. Utilities include North Weld County Water District, Xcel Transmission, and Xcel Distribution. 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. (i) Martin Luther King, Jr. Day has been added to 2024. A revision to Section 101 has been added as part of Addendum 1. 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 4 through 15 of the bid documents. c. 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) F Dr Weld County a working drawing is equivalent to a shop drawing and will be reviewed under the same requirements as a shop drawing. c. Rey ised section 105.02(f) to require as -built drawings from the Contractor prior to final payment. The Contractor will have to have a PLS perform the as -built survey. (i) Ir 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) Tie 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. Adde I section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. (i) See Table 105 -la for items requiring a submittal. This is in addition to the CDOT items shown it Table 105-1. (ii) There is also a $500/day/submittal pay reduction that will be assessed if the Contractor fails to s abmit 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 r3placed. 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 em De nkment. i. Revised section 105.07(b)(2) to remove the incentive for smoothness. However, requirements for smocthness are still in effect. j. Revised section 105.09 Order of Precedence. k. Added section 105.10 to require the Contractor to provide meeting agendas, minutes, and atten lance sheets for all meetings. (i) The Contractor shall have a superintendent or 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) Fay 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. I. 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 m. Added subsection 105.21(b) which explains how Final Acceptance is issued. n. CC OT will not participate in disputes. 21. Revisiois to Section 106 - Control of Material a. A fpren 1425 is required for each supplier that provides $10,000 or more of materials. b. A Foam 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. Revi ;ed 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. Revi Jed 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. Process control testing is paid for by Weld County. The intent of the process control testing is to guide the contractor to ensure their work passes specifications prior to Owner Acceptance testing. (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, 1 b, and lc. (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. Revised section 107.16 for insurance requirements and additional insured parties. b. 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. c. Revised section 107.20 to require a County ROW permit for the project. d. Revised section 107.26(d) to make Contractor responsible for any and all fines levied by CDPHE for violations of water quality 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. Revisiors 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 i ems. 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. Prorrpt 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. Revisior 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. 26. Revisior 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. 27. Revisior to Section 203 — Excavation and Embankment. a. Replaced section 203.02 with new definitions for unclassified excavation, unclassified excavation (Con- plete in Place), and removal of unsuitable material. b. Revised section 203.03 to specify the minimum R -value for embankment materials is 40. 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 o 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 scarf led to a depth of 8 inches and recompacted with appropriate moisture and density controls. This Nill 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 exca iated for pipes. h. Revised section 203.08 with requirements for proof rolling. Note the requirement for water truck (18 k p 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. 28. Revisior 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. Real aced 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. Real aced a paragraph in section 206.03 to clarify requirements for placing and compacting struc:ure backfill. f. Revised section 206.07 to address how open excavations are to be handled. 29. Revision to Section 207 — Topsoil a. Deleted and replaced all of Section 207 to be consistent with CDOT's new topsoil specification. b. Section 207.03 requires a pre -vegetation meeting prior to the placement of topsoil. c. Section 207.04 has revised requirements for topsoil stockpiling. d. Section 207.05 specifies how the subgrade is to be prepared prior to the placement of topsoil. e. Section 207.06 specifies how the topsoil and seeding media are to be placed. f. Section 207.07 and 207.08 cover how topsoil will be paid for. g. Topsoil depths vary, quantities account for 6" on slopes, and 18" in the fields. 30. Revision to Section 208 - Erosion Control a. Site disturbance is less than an acre, no CDPHE-SCP required. b. Replaced entire section of 208 with the new Weld County Revision that incorporates the CDPHE requirements for disturbances less than an acre. c. 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. d. 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. 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 can be the Contractor's superintendent. Superintendent must be TECS certified if they are acting as the SWMP Administrator. (iii) Weld County will pay for Erosion Control Management on a daily basis, Monday -Friday, excluding holidays. f. Revised section 208.02(c) to include a new definition of temporary berms. g. Revised section 208.02(1) to prohibit the use of plastic swimming pools as a concrete washout. h. Revised section 208.03 to outline who has to attend the Environmental Pre -construction meeting. i. Revised section 208.03(c)(2)(1) to reflect additional duties of the ECI. j. Revised section 208.03(d) to reflect additional documentation that is required by the CDPS. (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. k. Revised section 208.04(e) to include additional requirements for interim stabilization and final stabilization. I. Replaced section 208.04(f) to update maintenance responsibilities. m. 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) Prefabricated concrete washout requirements. (iv) The use of pre -fabricated VTPs are highly encouraged. A submittal is required for review and approval prior to deliver to the site. n. Revised section 208.09 to clarify the regulatory mechanism used for maintaining water quality. o. Added section 208.09(f) to specify when Weld County will perform the routine water quality audits. p. Revised section 208.11 to outline the requirements for getting paid for erosion control management time. q. Adcei'i 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 31. Revision to Section 210 — Reset Structures a. Revised section 210.13 to address how rest structures will be paid for. 32. 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 soddi ig specification. b. 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. c. Revised section 212.03 with the seeding windows used by Weld County. d. Replaces section 212.06 with the requirements for seeding used by Weld County. e. Revised section 212.06 to state that hydraulic seeding shall be done at twice the rate specified in the contract at no additional cost. f. Section 212.06 outlines when temporary seeding is to occur. g. Revisid section 212.08 to state items which are incidental to the seed cost unless called out as individual pay items in the contract documents. (i) Fpr this project, only the hydraulic growth medium has been called out as a separate pay item. (ii) Fpr this project mycorrhizae is incidental to the cost of seeding. 33. Revision to Section 213 — Mulching a. Revised sections 213.04 and 213.05 to state hydro -mulching and tackifier is incidental to seeding. Bid accordingly. 34. Section f 09 — Steel Structures a. Revised section 509.01 to include the steel structures required. b. Revised section 509.32 to describe how steel structures will be measured. c. Revised section 509.33 to describe how steel structures will be paid for. 35. Revision to Section 518 — Waterstops and Expansion Joints a. Revised section 506.07 to require waterstops to be installed at all construction cold joints or at the Engireers discretion. b. Revised section 518.13 to require the waterstops to be incidental to the class D concrete. 36. Revision to Section 601 — Structural Concrete a. Revised section 601.01 to prohibit the use of ACI-318 during disputes. b. Revised section 601.03 to allow non -chloride accelerator. c. Revised section 601.04 with sulfate resistance requirements for concrete. d. Revised section 601.09(h) to require forms to remain in place on members that do not resist dead load bending until 80% of required 28 day strength achieved. e. Revised section 601.12(h) to require monolithic pour of ditch paving. 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 rema n. i. Revised section 601.20 to require the weir boards to be incidental to the work. j. Revised section 601.20 to require the manhole steps to be incidental to the work. k. Revised section 601.20 to require any concrete accelerant, mortar patching, and finishing incidental to the work. 37. Revision to Section 602 - Reinforcing Steel a. Revised section 602.02 to say that epoxy coated reinforcing steel cannot be substituted for stain' 3SS, 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. All Rebar is epoxy coated. 38. 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 603.02 to require camera documentation of all constructed irrigation pipes. d. Revised section 603.04 to outline the requirements for placing pipe in embankment materials. e. Revised section 603.05 to outline the requirements for bedding around pipes. f. Revised section 603.06 to modify how pipes are placed. g. Revised section 603.07 to require concrete collars and RAM-NEK gaskets around non-standard J oints h. Revised section 603.07 to require MEGALUG mechanical joint restraints at all DIP joints. i. Revised section 603.09 to require flowfill to be used as backfill around culverts. j. Revised section 603.13 to require the steel pipe cutting, welding, and all necessary work to be incidental to the work. k. Revised section 603.13 to require the camera documentation of the constructed irrigation pipes to be incidental to the work. 39. Revision to Section 604 — Manholes, Inlets, and Meter Vaults a. Revised section 604.02 to include technical requirements for the irrigation structure grate. b. Revised section 604.04(b) to require flat top manhole and bolt down lid. c. Revised section 604.06 to describe how irrigation structure grate will be measured. d. Revised section 604.07 to require the manhole steps to be incidental to the work. 40. Revision to Section 615 — Water Control Devices a. Revised section 615.01 to outline what is included in the work. b. Revised section 615.02 to include technical requirements for the stop and slide gates. c. Revised section 615.03 to include technical requirements for installation. 41. Revision to Section 625 - Construction Surveying a. Revised section 625.01 for the surveyor to maintain their license in good standing throughout the project. b. Replaced section 625.04 to provide details on what is required for the construction surveying. 42. Revision to Section 626 — Mobilization a. Revised section 626.01 to include miscellaneous items that have to be included in the mobilization cost. 43. 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. e. All traffic control items except variable message boards are going to be paid lump sum on this project. 44. Question 3? a. Following this meeting, addendum 1 will be issued. It will include the agenda, meeting notes, questions and answers that were provided during the meeting, attendance list, revision to section 101 holidays, and addition of a manhole drain. It will be posted to BidNet. b. All questions after the Pre -Bid meeting must be submitted in writing to Trace Anderson at tande -son(weldgov.com. c. Deadl ne for asking questions is 7 a.m., December 4, 2023 d. Final ,addendum will be posted by 5 p.m. on December 5, 2023. Bid # B2300194 WCR 76 and WCR 35 Irrigation Project Mandatory Pre -Bid Meeting November 21, 2023 at 10:00 a.m. Name Company Phone Number E-mail Joe Kuntz Mountain Constructors 970-785-6161 bids@mtnconstructors.com Jody Boulanger AB Underground LLC. 303-720-4667 Alyson@abunderground.com Chrissy Hoey Danlyn, Inc. 970-381-9167 Chrissy@danlyninc.com RCD Construction Inc. 970-756-1150 ryan(d rcdconstructionco.com Ryan Domson Lee Adams Ralph L. Wadsworth 385-223-0974 ladams(c�wadsco.com Jay Conroy Conroy Excavating 970-722-0123 iay@conroyexcavating.com Benjamin Bramer GLH 970-988-7873 ben@glhconstruction.com issah@glhconstruction.com lssah Smith GLH 970-381-6491 Toby Taylor Weld County 970-400-4454 ttaylor(a�weld.gov Clay Kimmi Weld County 970-400-3741 ckimmi@weld.gov Weld County 970-381-3302 raxtman(a�weld.gov Ryan Axtman Cinde Wright Weld County 970-400-3739 cwright(c�weld.gov Larry Moir Northern Colorado Constructors 720-490-6721 LMM@Ancconstructors.com Tomene Hottel Wagner Construction 720-308-5074 coestimating@wagnerconstructioninc.com Brandon Collette RCD Construction Inc. 404-519-5352 brandonc(a�rcdconstructionco.com Jeff Herrington RCD Construction Inc. 760-792-3589 jeffh@rcdconstructionco.com Robert Beets Jags Enterprises 970-534-1181 jags7(c�jagsent.com Trace Anderson Weld County 970-400-3714 tandersonfrweld.gov November 22, 2023 15 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 2022 Standard Specifications for Road and Bridge Construction" dated 2022, 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 stringe it. 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 term ; utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meE nings 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. "Department shall mean the Weld County Public Works Department. "Engineer" shall mean the Weld County Public Works Director or designated representative. "Holidays" recognized by Weld County are: New Year's Day January 1, 2024 Martin Luther King, Jr. Day January 15, 2024 President's Day February 19, 2024 Memorial Day May 27, 2024 Independence Day July 4-5, 2024 Labor Day September 2, 2024 Veterans Day November 11, 2024 Thanksgiving November 28-29, 2024 Christmas December 24-25, 2024 When one of the holidays falls on a Sunday, the following Monday shall be considered a holiday. When one of the hclidays falls on a Saturday, the preceding Friday shall be considered a holiday. "Laboratory" shall mean the testing laboratory of Weld County or any other testing laboratory designated by the Engineer. "Method Statement" shall mean a written procedure from the Contractor detailing how a specific task will be completec including the expected resources and production rates required to complete the task. "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 personnel, Contractor project personnel, and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. November 22, 2023 2 REVISION OF SECTION 101 DEFINITION OF TERMS "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 s Department of Public Works Conformed Standard Special Revisions to CDOT's 2022 Standard ' Specifications for Road and Bridge Construction" "State" shall mean Weld County acting through its authorized representative Subgrade shall mean he 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 Substantial Completion punchlist ' "Warranty" shall mean that the project shall be held free from construction defects by the Contractor for the period of time defined in the Contract Any repairs deemed to be caused by poor workmanship or inadequate materials during the warranty period shall be completed at the Contractor's cost END OF SECTION Computer File Information EXISTING IRRIGATION PIPE BRIAN & VIVIAN FOSS PROPOSED TR NSMISSION PO LOCATION L44fl 6111 7n =213.412.96 RELOCATE EXISTING' TRANSMISSION POLE RELOCATE EXISTING DISTRIBUTION POLE AND UNDERGROUND OVERHEAD LINE C ROW - Fig li WCR 76 PROPOSED IRRIGATION STRUCTURE NOFFSINGER MANUFACTURING CO INC. Creation Dale 5/18/2022 Initials: TMA Last Modified Date 10/24/2023 Initials. TMA Full Pain. M %-ACTivr PROJrCTSIHARP PROJrCTS\20221WCR 76 riTWN WCN 33 AN HWY 8SIPRODUCDON DWGS Drawing File Name WCR 76-35_UTILITY MOVE DWG AutoCAD Version 2021 Scale AS NOTED Units Erglish EPA RELOCATE EXISTING DISTRIBUTION POLE PROPOSED TRANSMISSION POLE LOCATION N=440.384.21 E=213.406.36 EXISTING DISTRIBUTION POLE Irut als EXISTING IRRIGATION PIPE PROPOSED IRRIGATION STRUCTURE r- PROPOSED IRRIGATION PIPE RELOCATE EXISTING DISTRIBUTION POLE AND UNDERGROUND OVERHEAD LINE ICE ROW ROW ROW PROPOSED IRRIGATION STRUCTURE ROW OW ROW ROW PRfPfSFf Fnnc nt= PROPOSED RIGHT OF WAY (TYP) RELOCATE EXISTING SERVICE POLE PROPOSED DISTRIBUTION SERVICE POLE LOCATION N=440,382.52 E=213,459.33 WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE (970) 356-4000 FAX: (970) 304-6497 T K FARMS INC. As Constructed No Revisions Revised. Void WB2 LLC ROW ROW l.ow — WCR 76 - WCR 33 TO SH 85 WCR 76 & WCR 35 - XCEL PLAN Designer Detailer Sheet Subset IMA TMA Sheet Subset WCR 33 KEYMAP NTS Project No./Code HRP-91 Sheet Number 70 of ---- November 29, 2023 Bid Request No B2300194, WCR 76 and WCR 35 Irrigation Project Weld County, Colorado ADDENDUM NUMBER TWO The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT Contractor Questions and Reponses Revision to Section 615 of the Specifications (changes shown in red) Updated Bid Schedule Updated Receipt of Addenda Updated Plan Sheets (Sheet 1, 3, 4) New Plan Sheets (Sheet 31, 32, 33) 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 results in the BID not being reviewed or scored CONTRACTOR QUESTIONS AND RESPONSES Question 1 Are maturity meters required on this project Answer 1 Yes, maturity meters are required They are considered subsidiary to the class D concrete line item Placement of the maturity probe shall be coordinated with the inspector or project manager November 29, 2023 1 REVISION OF SECTION 615 WATER CONTROL DEVICES Section 615 OT the Standard Specifications is hereby revised for this project as follows: Subsection 615.01 shall be revised to include the following: Work in this section shall include the installation of an irrigation slide gate as shown in the Plans. Work in this section shall include the installation of an irrigation stop gate as shown in the Plans. Work in this section shall include the installation of an irrigation line gate valve and manhole drain system as shown in the Plans. Subsection 615.02 shall be revised to include the following: The Slide Gate and Line Gate Valve shall be manufactured Fresno Valves and Castings Inc. (or approved equal). The Aluminurr Stop Gate shall be manufactured Waterman Valve (or approved equal). Subsection 615.03 shall be revised to include the following: The Slide Gate shall be constructed as shown in the Plans, and per installation requirements from the manufacturer. The Aluminurr Stop Gate shall be the embedded type, constructed as shown in the Plans per installation requirements srom the manufacturer. The Line Ga:e Valve shall be constructed as shown in the Plans, and per installation requirements from the manufacturer. Subsection 615.04 shall be revised to include the following: The 6 Inch Lire Gate Valve will be measured by the number of units installed including completion of the 6 -inch PVC ai pe, casing, and rock drain field. Subsection 615.05 shall be revised to include the following: Payment will k e made under: Pay Unit Pay Item 18 Inch Slide Gate Each Aluminum Stop Gate Each 6 Inch Line Gate Valve Each 6 -inch PVC (80 psi) pipe, 6 -inch washed rock, Mirafi FW300 filter fabric (or approved equal), and all necessary wok to construct the manhole drain as shown in the Plans will not be measured and paid for separately but shall be considered incidental to 6 Inch Line Gate Valve. END OF SECTION BID SCHEDULE (Updated 11-29-23) ITEM ' NO BID SCHEDULE ITEM DESCRIPTION UNIT - BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 106-00001 Process Control Testing for Items 203, 206, 304, 306, & 603 DAY 30 201-00000 Clearing and Grubbing LS 1 202-00001 Removal of Structure EACH 3 202-00026 Removal of Slope and Ditch Concrete Lining - SY 11 202-00035 Removal of Pipe LF 82 203-00050 Unsuitable Material (Muck) (Contingency) CY 115 203-00060 Embankment Material (Complete in Place) CY 233 203-01597 Utility Potholing HOUR 4 206 00065 Structure Backfill (Flow -Fill) (800psi Weld County Mix) CY 26 207-00205 Topsoil (Spread) CY 254 207-00210 Topsoil (Stockpile) CY 254 208-00035 Aggregate Bag LF 50 208-00046 Pre-fabricated �,cated Concrete Washout Structure EACH 1 208-00075 Pre -fabricated Vehicle Tracking Pad EACH 1 208-00103 Removal and Disposal of Sediment (Labor) HOUR 4 208-00207 Erosion Control Management DAY 30 208-00300 Temporary Berms LF 326 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 210-04000 Adjust Structure EACH 2 212-00007 Seecing (Native) (Hydraulic) ACRE 0.2 212-00712 Bioti. Earth Black (HGM) LB 900 509-00000 Structural Steel (Special) (Galvanized) EACH 1 509-06600 Structural Steel W6x15 Beam (Special) EACH 1 601-03000 Conc 'ete Class D CY 14 602-00020 Rein Jrcing Steel (Epoxy Coated) LB 671 603-38008 8 Inc') Steel Pipe (Galvanized) LF 12 603-50014 14 Plastic Pipe (Complete in Place) LF 20 Ir:h 603-50900 14 Plastic Pipe Bend EACH 1 In ;h 603-01155 15 (Corr Reinforced in Place) Concrete Pipe LF 72 Inch olete 603-50018 18 In -:h Plastic Pipe (Complete in Place) LF 24 603-50902 18 Plastic Pipe Bend EACH 2 603-82016 16 In -h (Complete Ductile in Place) Iron Pipe LF 40 604-30010 (48" Mani- Slab Base Flat (10 Top) Foot) EACH 1 Die C iameter 604-50150 Irrija on Structure Grate (Special) EACH 2 615-75121 18 In :h Slide Gate EACH 1 615-75122 AlLm num Stop Gate EACH 1 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 615-75123 6 Inch Line Gate Valve EACH 1 620-00020 Sanitary Facility EACH 1 625-00000 Construction Surveying LS 1 626-00000 Mobilization LS 1 630-00016 Traffic Control Management LS 1 630-10122 Portable Variable Message Sign Panel DAY 21 700-70010 *F/A Minor Contract Revisions FA 1 S 60,000 $ 60,000 700-70016 *F/A Fuel Cost Adjustments FA 1 $ 2,500 $ 2,500 *INDICATES THESE ITEMS ARE TO BE INCLUDED IN THE PROJECT TOTAL AND PROJECT BID BONDS. PRICE ($): TOTAL TOTAL BID WRITTEN WORDS: 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 NO, I choose NOT to accept Asphalt Cost Adjustments for this project NOTE: The -allowing are items of work to be completed by Weld County: • Mate.riz's Owner Acceptance Testing • Constrt ction Inspection RECEIPT OF ADDENDA (Updated 11-29-23) The undersicned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specification:, and other Contract Documents. Addendum N ). Date: By: Addendum N ). Date: By: Addendum N ). Date: By: Addendum N ). Date: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Schedule Progress payments shall be based on a percentage of the Lump Sum price shown in the bid schedule Nhich has been completed or the actual quantities furnished, installed, or constructed. The undersigned by his/her signature, hereby acknowledges and represents that: 1. The qu Stations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2 Perfon ance of each and every portion of the Work is included as part of the Contractor's Price. All des gns, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit aid 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 subcon ractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4. The co: t of obtaining all Governmental Approvals (except for approvals which are the responsibility of the C ounty, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 5. All ccsts of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6. Payme it of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Wo k and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7 All fine penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 8 The Coitractor's Price proposed herein meets all the conditions, specifications and special provisions set fora in the request for proposal for Request No. #B2300194. 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid schedule. 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 - DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX sTAX ID # SIGNATURE E-MAIL **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 1-15 WELD COUNTY PUBLIC WORKS 4-- S � N •- • r i-1 1 : - -.I -re E /- '1 , S. / CONSTRUCTION PLANS FOR WCR 76 AND WCR 35 IRRIGATION PROJECT / r Ite sit sec 1. • i ts Is • r Sr - v OUP • 1. 1 •a n W. WLllOi terr WCR 74 1 i - 47 ,. r,'-' 4 L W ti ti M 'I N IATR 76 11 . lti ti '-to it . Y / 1 •,. 4 I. • �- ' , 4a — +� - ,I II I- t' VICINITY MAP NOT TO SCALE t I lI is A it If / I, I N wee 'I. I, 1 do), EATON T -qr / .' 4- • \ r A. F ,, .1.------411/1, • • !1 —• J _ I•��--+-T Y • y — S - toe ets • It INDEX OF SHEETS COVER SHEET M&S STANDARD DETAILS QUANTITY SUMMARY GENERAL NOTES REMOVAL PLAN SWMP NOTES GRADING & EROSION IRRIGATION PLAN & PROFILES STRUCTURE PLANS TYPICAL DETAILS EXISTING UTILITY DETOUR TRAFFIC PLANS MANHOLE DRAIN PLAN SHEET NO. 1 2 3-4 5 6 7-11 12 13-14 15-21 22 - 23 24 25 - 30 31 -33 LEGEND: EXISTING EDGE OF GRAVEL EXISTING EDGE OF ASPHALT EXISTING PERMANENT EASEMENT EXISTING RIGHT-OF-WAY SECTION LINE EXISTING / PROPOSED FENCE EXISTING / PROPOSED OVERHEAD ELECTRIC PROPOSED UNDERGROUND ELECTRIC EXISTING / PROPOSED FIBER OPTIC LINE EXISTING / PROPOSED TELEPHONE LINE EXISTING / PROPOSED GAS LINE EXISTING / PROPOSED WATER LINE EXISTING STORM LINE PROPOSED STORM LINE PROPOSED EDGE OF CONCRETE OR ASPHALT ROADWAY PROPOSED EDGE OF SHOULDER PROPOSED ROAD CENTERLINE PROPOSED OUTFLOW CURB AND GUTTER PROPOSED INFLOW CURB AND GUTTER PROPOSED TRICKLE PAN PROPOSED PERMANENT EASEMENT PROPOSED TEMPORARY CONSTRUCTION EASEMENT PROPOSED RIGHT-OF-WAY PROPOSED DITCH FLOWLINE PROPOSED RIPRAP LOG - EOA PE - ROW —X —X —X --X 00/H E UGE FO F/O T I I PE TCE Pr —ROW — ♦' iei♦ • iii:r iii.,' iqrTi Computer File Information Creation Dale 5/18/2022 Initials: TMA Lest Modified Date 11/29/2023 Initials: TMA Full Path IA 1 -ACTIVE PROJECTSU!ARP PROJECTS 120221WCR 76 BIWN WCR 3] ANn HWV 85tPRODUC I ION RWGS Drawing File Name WCR 76_COVER-DWG AutoCAD Version: 2021 Scale, AS NOTED Units English Index of Revisions Date Comments Initials WELD COUNTY As Constructed 11-29-23 ADD, 2 - MANHOLE DRAIN TMA PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX. (970) 304-6497 No Revisions Revised Void WCR 76 - WCR 33 TO SH 85 COVER SHEET Designer Detailer Sheet Subset TMA TMA i Sheet Subset Project No./Code ■ HRP-91 Sheet Number 1 of 30 BID NUMBER CONTRACT ITEM NUMBER CONTRACT ITEM UNIT PLAN QUANTITY ASBUILT QUANTITY 1 106-00001 Process Control Testing for Items 203, 206. 304. 306. & 603 DAY 30 2 201-00000 Clearing and Grubbing L S 1 3 202-00001 Removal of Structure EACH 3 4 202-00026 Removal of Slope and Ditch Concrete Lining SY 11 5 202-00035 Removal of Pipe LF 82 6 203-00050 Unsuitable Matenal (Muck) (Contingency) CY 115 7 203-00060 Embankment Material (Complete in Place) CY 233 8 203-01597 Utility Potholing HOUR 4 9 206-00065 Structure Backfill (Flow -Fill) (800 psi Weld County Mix) _ CY 26 10 207-00205 Topsoil (Spread) CY 254 11 207-00210 Topsoil (Stockpile) __ CY 254 12 208-00035 Aggregate Bag LF 50 13 208-00046 Pre -fabricated Concrete Washout Structure (Type 2) EACH 1 14 208-00075 Pre -fabricated Vehicle Tracking Pad EACH 1 15 208-00103 Removal and Disposal of Sediment (Labor) HOUR 4 16 208-00207 Erosion Control Management DAY 30 17 208-00300 Temporary Berms LF 326 18 210-04000 Adjust Structure EACH 2 19 212-00007 Seeding (Native) (Hydraulic) ACRE 0.2 20 212-00712 Biotic Earth Black (HGM) LB 900 21 509-00000 Structural Steel (Special) (Galvanized) EACH 1 22 509-06600 Structural Steel W6x15 Beam (Special) EACH 1 23 601-03000 Concrete Class D CY 14 24 602-00020 Reinforcing Steel (Epoxy Coated) LB 671 25 603-38008 8 Inch Steel Pipe (Galvanized) LF 12 26 603-50014 14 Inch Plastic Pipe (Complete in Place) LF 20 27 603-50900 14 Inch Plastic Pipe Bend EACH 1 28 603-01155 15 Inch Reinforced Concrete Pipe (Complete In Place) LF 72 29 603-50018 18 Inch Plastic Pipe (Complete in Place) LF 24 30 603-50902 18 Inch Plastic Pipe Bend EACH 2 31 603-82016 16 Inch Ductile Iron Pipe (Complete in Place) LF 40 32 604-30010 Manhole Slab Base (10 Foot) (48" Diameter Flat Top) EACH 1 33 604-50150 Irrigation Structure Grate (Special) EACH 2 34 615-75121 18 Inch Slide Gate EACH 1 35 615-75122 Aluminum Stop Gate EACH 1 ', 36 615-75123 6 Inch Line Gate Valve EACH 1 37 620-00020 Sanitary Facility EACH 1 38 625-00000 Construction Surveying L S 1 39 626-00000 Mobilization L S 1 40 630-00016 Traffic Control Management L S 1 41 630-10122 Portable Variable Message Sign Panel DAY 21 42 700-70010 F/A Minor Contract Revisions F A 1 43 700-70016 F/A Fuel Cost Adjustments FA 1 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 76 - WCR 33 SUMMARY TO SH 85 Project No./Code CreauonDale 5/18/2022 Initials. TMA Date Comments Initials ``; 1st, PUBLIC WORKS DEPARTMEN i 1111 H. STREET No Revisions.QUANTITY Last Modified Date 11/29/2023 Initials TMA 11-29 23 ADD. 2 MANHOLE DRAIN TMA M! ACTIVE PROJ[CTS7NARP PROJF TS 20221WCR 76 DTWN WCR 32 4N7 Full Path ! � as��RonuC I ioN Qwcs Revised: Designer TMA HRP-91 i,�''. P.O. BOX 758 GREELEY. CO. 80632-0758 PHONE (970) 356 4000 Drawing File Name WCR 76_COVER.DWG - Detailer TMA l I Void c N ' 1- FAX (970) 304-6497 Sheet Number 3 of 30 AultCAD Version 2021 Scale. AS NOTED Units English - _ Sheet Subset Sheet Subset TABULATION OF IRRIGATION STRUCTURE QUANTITIES HEADWALL AND HEADWALL AND 3/8" THICK LOCATION DESCRIPTION 4'-DIA, FLAT TOP MANHOLE (604-30010) STRUCUTRES CONCRETE (601-03000) STRUCUTRES REBAR (602-00020) 39" WIDE CAST IRON GRATE (604-50150) W6x15 WIDE FLANGE BEAM (509-06600) GALVANIZED STEEL PLATE (509-00000) QUANTITY I DEf TI I (`T) CY LBS OF REBAR _ QUANTITY QUANTITY QUANTITY cTR11rTURFc - WALL TK FARM (A) HEADWALL 0 r 61.4 STRUCT TK FARM (D) IRRIGATION STRUCTURE 5 9 463-1 2 1 1 STRUCT TK FARM 4'-DIA MANHOLE 1 10 PIPE CROSSING TK FARM CONCRETE CAP 2 0 STRUCT NOFFSINGER IRRIGATION STRUCTURE 4.6 146 5 TOTALS 1 13.2 670.9 2 1 1 TABULATION OF PIPES, BENDS, & GATES QUANTITIES STEEL PIPE REINFORCED CONCRETE PIPE DUCTILE IRON PIPE PLASTIC PIPE GATES 8" STEEL, SCH (GALVANIZED) (603-38008) 40 15" RCP (CIP) (603-01155) 16" DIP (CIP) (603-82016) 14" PVC PIPE (80 PSI) (CIP) (603-50014) 14" -90- DEG BEND QUANTITY (603-50900) 18" PVC PIPE (80 PSI) (CIP) (603-50018) 18" -22.5-DEG BEND QUANITY (603-50902) FRESNO 18" SLIDE GATE (615-75121) WATERMAN ALUMINUM STOP GATE k (615-75122) ' FRESNO 6" LINE GATE (615-75123) LOCATION DESCRIPTION PIPE LENGTH (FT) LENGTH (FT) LENGTH (FT) LENGTH (FT) EACH LENGTH (FT) EACH EACH EACH EACH �- TK FARMS IRRG. IRRIGATION 12 71 C 40.0 24 0 2 1 1� 1 NOFFSINGER IRRG IRRIGATION 20 0 1 0 TOTALS 12 72 40 20 1 24 2 1 1 1 ^ TABULATION OF BMP QUANTITIES TEMPORARY AGGREGATE BAG PRE-FAB PRE-FAB VEHICLE TOPSOIL TOPSOIL HYDRAULIC BIOTIC EARTH LOCATION BERM (208-00300) (INLET PROTECTION) (208-00035) CONCRETE WASHOUT (208-00046) TRACKING PAD (208-00075 ) SPREAD (207-00205) STOCKPILE (207-00210) SEEDING (212-00007) BLACK (HGM) (212-00712) LENGTH (LF) QUANTITY LEACH) LENGTH PER LOG (LF) TOTAL LENGTH (LF) TOTAL (EACH) TOTAL LEACH) TOTAL (CY)_ TOTAL (CY) TOTAL (ACRE) TOTAL (LBS) WCR 76 & 35 INTERSECTION 326 5 10 50 1 1 254 254 0 2 900 TABULATION OF REMOVALS TABULATION OF MESSAGE BOARDS REMOVAL OF REMOVAL OF CONCRETE ADJUST VARIABLE MESSAGE BOARD SUMMARY (630-10122) REMOVAL LOCATION REMOVAL OF CONCRETE STRUCTURE STRUCTURE DESCRIPTION DAYS TOTAL DAYS _ PIPE (LF) (202-00035) DITCH (SY) (202-00026) (EACH) (202-00001) (EACH) 1 (210-040001_ WCR 76 - EAST AND WEST (2) PRIOR TO CONSTRUCTION 7 14 NOFFSINGER 11 11 _ 1 _ HWY 85 - NORTHBOUND (1) TK FARMS 28 1 2 PRIOR TO CONSTRUCTION 7 7 WB2 43 1 PROJECT TOTALS 21 TOTALS _ 82 11 3 2 TABULATION OF EARTHWORK QUANTITIES UNSUITABLE MATERIAL (MUCK) (CONTINGENCY) (CU. YDS.) (203-00050) EMBANKMENT MATERIAL (CIP) (CU.YDS.) (203-00060) TOTAL 115 233 THIS SHEET FOR INFORMATION ONLY Computer File Information Index of Revisions WELD COUNTY As Constructed WCR QUANTITY 76 - WCR TABULATIONS 33 TO SH 85 Project No./Code Creation Date 5/18/2022 Initials: TMA Date Comments Initials •'\ .,H�sh, N.:,..... f = PUBLIC WORKS DEPARTMENT 1111 H. STREET No Revisions Las: Moadied Dale 11/29/2023 Initials: WA 11-29-23 ADD. 2 - MANHOLE DRAIN TMA Full Path M ‘-ACTIVE PROJECTSviARP PROJECTS12022tWCR 76 RTWN WCR 33 AN HWY a5VPRooucrioN DWGs - Revised: Designer 1 MA 9 I iRl'-91 P.O. BOX 758 1 _ GREELEY, CO. 80632-0758 Drawing File Name WCR 76_COVER.DWG Detailer TMA N T Y PHONE (970) 356-4000 FAX. (970) 304 6497 Void. Sheet Number 4 of 30 Au1oCAD Version 2021 Scale AS NOTED Units English Sheet Subset Sheet Subset WB2 LLC IyoeI MOH tD CO BATE-TK DRAIN (N) STA. 10+08.00 6" LINE GATE\ N 440564.88 E213473.240 PROPOSED ROCK DRAIN FIELD (SEE DETAIL) 4870 4865 4860 4857 END-TK DRAIN (L) STA. 10+00.00 PIPE END N 440565.47 E 213481.22 8.00' OF 6"-DIA PVC (80 PSI) N85'49'33.67"E `7 0 2.00' OF 6"-DIA PVC (80 PSI) N85' 49'33.67"E SEE TK FARMS -PLAN AN PROFILE FOR PROPOSE PIPE DETAILS STRUCT-TK FARM II STA. 11+34.03 4'-DIA MANHOLE N 44056 .57 E 2134683.93 SEE PRO PIPE It FARMS PLAN AND LE FOR PROPOSED ETAILS EXISTING IRRIGATI N LINE TO REMAIN. ANY D MACE SHALL BE REPLAC D WITH NEW PIPE AT NO DITIONAL COST TO THE PR ECT WCR 76 - TK FARMS DRAIN HORIZ' 1" = 20' VERT: 1" = 5' PROPOSED LINE TO BE LOCAITED MANHOLE RIM GATE STEM BELOW ELEVATION, STRUCT-TK FARM STA. 10+12.321 4'.31A MANHOLE PROVIDE 6"-DTA'VC(80 PIPE CASING FOR PROPOSED GATE-TK DRAIN (M) STA. 10+08.00 6" LINE GATE VALVE INV OUT = 4860 40(__ PSI) VALVE STEM GRADE _ INV. IN = 4860.86 INV. OUT = 4880.43 RIM = 4868.00 EXISTING GROUND END-TK DRAiI4 STA. 10+00.90 PIPE END - - - (L) 1• I --- SEE TK FARMS PLAN AND PRQFILE PROPOSED PIPE I IRRIGATION FOR DETAILS INV. OUT = 4860.32 I a 8.00 LF OF 6"-DIA PVC (80 PSI) `: •:,. PVC 15"-DIA IRRIGATION PIPE @ 0.0100 FT/FT 2,00 (a LF OF 6"-DIA PVC (60 0.0100 FT/FT PSI) II x w PROP= EX=4863.8 PROP=4866.26 EX=4864.26 PROP=4866.32 EX=4864.2 a- 0 et a 10+00 10+40 w 4870 4865 4860 4857 A O I O O 1 BRIAN AND VIVIAN FOSS 1 �etc; • ., pica -144--77- /NCR 37 KEYMAP NTS CALL UTILITY NOTIFICATION CENTER OF COLORADO � Estattsa CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE. OR EXCAVA I i FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date 5/18/2022 Initials: TMA _as: Mouthed Dale 11/29/2023 Initials TMA Full Pair. N `-ACTIVE PROJECTS\HARP PROJFCTS,20221WCR ,'6 3TWN WCR 33 AND LIWY as\PRODUCt1ON DWGS Drawing File Name WCR 76_STORM.DWG AJ:oCAD Version 2021 Scale AS NOTED Units English Index of Revisions Date Comments Initials 11-29-23 ADD. 2 - MANHOLE DRAIN TMA WELD COUNTY As Constructed PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX. (970) 304-6497 No Revisions WCR 76 - WCR 33 TO SH 85 TK DRAIN - PLAN AND PROFILE Project No./Code Revtsea: Designer. TMA Void: Detailer TMA HRP-91 Sheet Subset: Sheet Subset Sheet Number 31 of 30 EXISTING 15"-DIA PVC IRRIGATION PIPE 'Oi .3 5 V n WCR 35 PROPOSED 16"-DIA DIP IRRIGATION PIPE, MANHOLE RIM AND VERIFY INVERT BOLT DOWN COVER SEAL WITH GROUT SEE TK FARMS IRRIGATION PLAN AND PROFILE PROPOSED PRFC AST 4'-DIA MANHOLE WITH CUULIa I Ulu I LA i I UI O� SEE TK FARMS IRRIGATION \ 1 LAID AIJL I Iwl ILL I vK PROPOSED PIPE DETAILS .o KEYMAP PROPOSED 15"-DIA RCP IRRIGATION PIPE DOWN COVER NTS \ ,o �O1 6" FRESNO SERIES 4000 MODEL 408 LINE GATE VALVE, TO BE INSTALLED PER MANUFACTURERS INSTRUCTIONS, 4.00' 6" DIA PVC (80 PSI)I PIPECASINGFORVALVESTEM 1° •%. \�`�\~j `�f\�..- 1 \ ti � :, \ �PROVIDE - �FLOW;r4�+ FLOW�?MANHOLERIMAND 'up �BOLT � _ \�/,-`\/e• ., /�/�/���• \i' PROPOSED 15" DIA RCP /N \\+ - IRRIGATION PIPE, f� /� �/ VERIFY INVERT >\,\ /X/ ��f' SEAL WITH GROUT - ,--� 'SEE TK FARMS cn FLOW ..► .r ,+�..,2- ~'I 1.•� �r N cry ' �'-• + �� �• +�•y IRRIGATION iimi FLOW PLAN AND PROFILE �•� PROPOSED 6"-DIA PROPOSED 6" f\l \/ \ij \ ��/�\�/f\ PVC (80 PSI) DRAIN PIPE. SEE TK DRAIN PLAN AND PROFILE PROPOSED PRECAST FLOW 4'-DIA MANHOLE WITH PROPOSED ECCENTRIC FLAT TOP FIELD PROPOSED 16"-DIA DIP IRRIGATION PIPE NOTE ALL MATERIALS AND WORK REQUIRED TO CONSTRUCT THE MANHOLE DRAIN WILL NOT BE MEASURED AND PAID TK FARMS MANHOLE ROCK DRAIN (SEE DETAIL) DIA PVC (80 PSI) DRAIN PIPE, VERIFY INVERT ,/, �i.�ff \ `�%��/�\ � �' ft. < SEAL WITH GROUT -i` •.f•\� SEE TK FARMS DRAIN 4, /./ `�/ \�` / , -� ../ \//' /� PLAN AND PROFILE %\, �,'• ;�j\�\' NOTE ALL MATERIALS AND WORK REQUIRED TO CONSTRUCT THE MANHOI F DRAIN TK FARMS MANHOLE WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE AND DRAIN PLAN 0 3 6 CONSIDERED INCIDENTAL TO THE FOR SEPARATELY BUT SHALL BE SECTION A -A CONSIDERED INCIDENTAL TO THE 6 INCH LINE GATE VALVE. Feet NOT TO SCALE 6 INCH LINE GATE VALVE. Computer File Information Index of Revisions WELD COUNTY As Constructed TK WCR FARMS 76 - WCR DRAIN 33 TO OVERVIEW SH 85 Project No./Code Creation Dale 5/18/2022 Initials. TMA Date Comments Initials ---, j. rti E�r'': " PUBLIC WORKS DEPARTMENT ;\ 1111 H. STREET No Revisions astModifiedDale 11/29/2023 Initials TMA 11-29-23 ADD 2 -MANHOLE DRAIN TMA Full Patn M' -ACTIVE PROJECTS\NARP PROJECTs12o221WCR 76 STWN WCR 33 AN HWY $5\PRODtlC11UN DWGS Revised: Designer TMA 9 a HRP-91 �i P.O. BOX 758 i /i� :-• 1�� �n � GREELEY, CO. 80632-0758 Drawing File Name WCR 76_IRRIG STRUCT.DWG Detailer TMA '� PHONE (970) 356 4000 FAX. (970) 304-6497 Void SheetNumber 32 of 30 AutoCAD Version 2021 Scale AS NOTED Units: English _ _ Sheet Subset -s Sheet Subset PROPOSED 16"-DIA DIP PROVIDE 6"-DIA PVC (80 PSI) IRRIGATION PIPE PIPE CASING FOR VALVE STEM VERIFY INVERT SEAL WITH GROUT MANHOLE RIM AND BOLT DOWN COVER 6" FRESNO SERIES 4000 MODEL 40B LINE GATE VALVE, 1.00' PLACE OUTER LAYER OF FILTER FABRIC (MIRAFI FW300 OR APPROVED EQUAL), OVERLAP TOP BOTH ENDS TO BE PER INSTALLED MANUFACTURERS INSTRUCTIONS PROPOSED 6"-DIA PVC (80 PSI) DRAIN PIPE, PROJECT 1 LF �!lII /,// \7 f INTO DRAIN FIELD . . _ / /N/i�/N` /!�l.> / /%j'- {/• ////\A/ //�f/% o - DRAIN PIPE 1 o l /► (PROJECT LF < .k . INTO ROCK DRAIN FIELD) N _ . _• _,. • < -5 aFLOW ..- i.. . — :-/;.--/-2-- , .://).62-7-.,./.-/_<;,..4; . 6 00' '/ r Ns- . �'_ _..>2., �/\\ \// %�\///Nio \\ zeee\/ ' j:>/�\// `\\ , /\< \l.\\4 .\' `/... i",/,/ /i♦ /\ i1� �\�\A A f`\\/J DRAIN AROUND TK FARMS MANHOLE ROCK 6" WASHED ROCK FIELD BELOW AND PIPE NOTE. ALL MATERIALS AND WORK REQUIRED TO CONSTRUCT THE MANHOLE DRAIN \, \\/�. \ ,\ 900' 2 00'PROVIDE PROPOSED DRAIN ROCK PROPOSED 6"-DIA FIELD PVC (80 PSI) DRAIN PIPE, VERIFY INVERT SEAL WITH GROUT TK FARMS MANHOLE PROVIDE IN STRUCTURE MANHOLE STEPS L 12" O.C NOTE ALL MATERIALS AND WORK REQUIRED TO CONSTRUCT THE MANHOLE WILL NOT BE MEASURED ANDRAIN D PAID FOR SEPARATELY BUT SHALL BE SECTION B -B' CONSIDERED INCIDENTAL TO THE WILL NOT BE MEASURED AND PAID DRAIN FIELD DETAIL FOR SEPARATELY BUT SHALL BE NOT TO SCALE 6 INCH LINE GATE VALVE NOT TO SCALE CONSIDERED INCIDENTAL TO THE 6 INCH LINE GATE VALVE. Computer File Information Index of Revisions WELD COUNTY As Constructed WCR TK 76 FARMS - WCR DRAIN 33 TO DETAIL SH 85 Project No./Code Creation Date 5/1812022 Initials. TMA Date Comments Initials No Revisions _as! Modified Dale 11/29/2023 Initials TMA 11-29-23 ADD. 2 MANHOLE DRAIN 7MA -≥' *vier a. PUBLIC WORKS DEPARTMENT 111 1 H. STREET FUN Pain In-AC'rVE PROJCCTS%,'AAP PROJECTS3027WCR :6 BTWN WCR 33 AN trwy 85tPRODUCTKIN DWG& .. � Revised --- Designer TMA 9 HRP-91 � P.O. BOX 758 - t — �. Drawing File Name' WCR 76_IRRIG STRUCT.DWG C GREELEY. CO 80632-0758 PHONE (970) 356-4000 Detailer TMA Vo c� Sheet Number 33 of 3h AutcCAD Version 2021 Smile AS NOTED Units English FAX (970) 304-6497 Sheet Subset Sheet Subset December 5, 2023 Bid Request No. B2300194, WCR 76 and WCR 35 Irrigation Project Weld Coun-y. Colorado ADDENDUM NUMBER THREE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Revision to Section 203 of the Specifications (changes shown in red) ReviE ion to Section 603 of the Specifications (changes shown in red) Revision to Section 604 of the Specifications (changes shown in red) Updated Bid Schedule All other terrrs 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 results in the BID not being reviewed or scored. December 5, 2023 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows Subsection 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 Subsection 203 02(c) shall be deleted and replaced with the following (c) Removal of Unsuitable Matenal 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 geognd or Mirafi RS580i geofabnc 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 Subsection 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 Embankment material shall be a minimum R -value of at least 40 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 Subsection 203 03, delete all reference to CDOT's Central Lab and replace with Weld County Lab December 5, 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 etuse specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. Subsection 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 outsi de of the slope limits will not be disturbed. Before beginning grading operations, all necessary clearing and grubbing in that area shall have been performed per Section 201. Subsection 203.05(f), shall be revised to include: Camera documentation of the existing irrigation lines prior to construction shall be considered incidental to this item. 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 108.030)), shall be used in the placement of, moisture conditioning and compaction of, and/or reconditioninc of cut/fill and embankment materials. The Contractor shall be responsible for determining the moisture conditioning, the type of equipment, and n umber of passes that are needed to achieve adequate compaction; however, compression type or ✓ ibratory rodle~s 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 equipmen: or as interim compactive rr easures, apart from shouldering materials. The Contractor shall use approved equipment or attachments for conditioning/mixing during embankment placement ar d/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. Subsection 203.06, paragraph 4 shall be deleted and replaced with the following: December 5, 2023 ' 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified m the Contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present Subsection 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 Subsection 203 07(a) shall be deleted and replaced with the following (a) Sod 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 sod 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 December 5, 2023 4 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Field rock co rection tests (CP-23-13) shall be performed at the frequencies specified in Table 106-1. done for each corn Faction test performed. Rock corrections shall be performed per CP-23. The Process Control tester shall p -ovide their own screen, scale, and hot plate or microwave. A field one-ooint 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 d3nsity verification test is over 100%, a field one point moisture/density verification test and a field rock cor-ection test shall be performed to verify the use of the correct proctor. Before placirg 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 Contractcr shall determine the moisture conditioning necessary to achieve compaction and shall determine the equipment and number of passes re :essary to achieve adequate compaction. The Contractor shall use compression -type or vibratory rollers on Granular materials and sheepsfc of 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. O -ice the test strip passes a proof roll, the Contractor may resume embankment construction using the sane 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 reta ned 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 Df rutting, pumping, or deflection as construction equipment is routed over a ift 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 Jed rock 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 :or 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. Subsection 203.08 shall be revised to include the following: December 5, 2023 5 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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, geognd 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, geognd 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 Geognd 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 December 5, 2023 6 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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 qua itities 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 scarificE tion, 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 dis )osal of unsuitable material and replacement of embankment will not be measured and paid for seoE rately but shall be included in the work. The Co itractor's Process Control testing will be measured and paid for per the revision to Section 106.04' . Subsection 203.11(c) shall be deleted and replaced with the following: (c) Rock Fl!. 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. Subsection 203.11(e) shall be revised to include the following: Camera docu -nentation of the existing irrigation lines prior to construction will not be measured separately but shall be ircluded in the work. Subsection 203.12 shall be revised to include the following: Payment wi I be made under: Pay Item Unit Unsuitable Material (Muck)(Contingency) Cubic Yard Embankment Material (Complete in Place) Cubic Yard Utilily Potholing Hour Payment for Unsuitable Material (Muck)(Contingency), Embankment (Complete in Place), or Borrow (Complete n Place) shall be full compensation for all work necessary to complete the item including construction cf embankments, reworking of existing materials to satisfy benching requirements, unclassified excavation, b grow, compaction, compaction of bases of cuts and fills, all work in available materials pits, and disposal Jf 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 he jobsite. 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 purp )se will not be measured for payment and shall be included in the work. December 5, 2023 7 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Camera documentation of the existing irrigation lines prior to construction will not be measured and paid for separately but shall be considered incidental to Utility Potholing. END OF SECTION December 5, 2023 1 REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 c f the Standard Specifications is hereby revised for this project as follows: S ubsection 603.01 shall be revised to include the following: This work cor sists of the construction, modification, cutting, and welding of discharge pipes in conformity with the lines and grades shown on the plans. S ubsection €03.02 shall be revised to include the following: Reinforced cc ncrete 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 iigher. When the pH Df the soil or water is less than 5, reinforced concrete pipe shall be coated in accordance with subsection 7( 6.07. All corrugatec steel pipe shall be aluminized per Section 707.11. Subsection 603.03 shall be revised to include the following: Contractor shall provide camera documentation of the inside of the constructed irrigation pipes, to provide a record of the pipes after construction. Camera documentation of the Noffsinger irrigation pipe shall extend past the constructed irrigation pipe to the east side of WCR 35 where the pipeline vent is located, approximately 300 feet. Subsection 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 Bedc ing for Concrete or Clay Conduit. Bedding shall be prepared per details as shown on the plans. The bci shall consist of a layer of squeegee at least 3 inches in thickness. Recesses shall be made to accommocate the bell of bell -and -spigot pipe. Adjustments to line and grade shall be made by scraping or filling uncle- 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 Plac ng Conduit. The conduit laying shall begin at the downstream end of the conduit line. A laser level or 3PS 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 circumferentiEl laps of metal or plastic conduits shall be placed facing upstream. S ubsection E03.07(a), paragraph 2 shall be revised to include the following: 2 REVISION OF SECTION 603 CULVERTS AND SEWERS December 5, 2023 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. Joints for all circular reinforced pipes shall be made with confined rubber gaskets conforming to subsection 706.03. RAM-NEK gaskets shall be used at all non-standard joints as identified in the Plans. Subsection 603.07(b), paragraph 1 shall be revised to include the following: Joints for all ductile iron pipes shall be made with a MEGALUG mechanical joint restraint or approved equal. RAM-NEK gaskets shall be used at all non-standard joints as identified in the Plans. Welded joints for all steel pipes shall be watertight. Subsection 603.09 shall be revised to include the following: Culverts and storm sewers shall 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. Subsection 603.12 shall be revised to include the following: Pipe bends will be measured by the number of units installed. Subsection 603.13 shall be revised to include the following: Payment will be made under: Pay Unit Pay Item 8 Inch Steel Pipe (Galvanized) Linear Foot 14 Inch Plastic Pipe Linear Foot 14 Inch Plastic Pipe Bend Each Linear Foot 15 Inch Reinforced Concrete Pipe (Complete in Place) 18 Inch Plastic Pipe Linear Foot 18 Inch Plastic Pipe Bend Each 16 Inch Ductile Iron Pipe Linear Foot 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. Steel pipe cutting, welding, rest block relocation, and all necessary work to construct the pipe as shown in the plans will not be measured and paid for separately but shall be included in the work. Camera documentation of the irrigation pipes will not be measured and paid for separately but shall be considered incidental to the work. END OF SECTION December 5, 2023 1 REVISION OF SECTION 604 MANHOLES, INLETS, AND METER VAULTS Section 604 of the Standard Specifications is hereby revised for this project as follows: S ubsection .304.02 shall be revised to include the following: The Irrigation Structure Grate shall be manufactured EJ (formerly East Jordan) V-7312 - 39" Wide Cast Iron Grate (or approved equal). S ubsection 304.04 shall be revised to include the following: The irrigation structure grate shall be constructed as shown in the Plans. S ubsection 304.04(b), shall be revised to include the following: The manhcle shall be flat top. The manhcle cover shall be bolt down with vent holes. S ubsection .304.06 shall be revised to include the following: Irrigation StrL cture Grate (Special) will be measured by the number of units installed. Manhole steps will not be measured and paid for separately but shall be considered subsidiary to the manhole. Subsection 604.07 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Manhole Slab Base (10 Foot) Each Irrigation Structure Grate (Special) Each Manhole steps will not be measured and paid for separately but shall be considered subsidiary to the manhole. END OF SECTION BID SCHEDULE (Updated 12-5-23) ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT (DOLLARS) PRICE TOTAL PRICE (DOLLARS) 106-00001 Process Control Testing for Items 203, 206, 304, 306, & 603 DAY 30 201-00000 Clearing and Grubbing LS 1 202-00001 Removal of Structure EACH 3 202-00026 Removal Lining of Slope and Ditch Concrete SY 11 202-00035 Removal of Pipe LF 82 203-00050 Unsuitable Material (Muck) (Contingency) CY 115 203-00060 Embankment Material (Complete in Place) CY 233 203-01597 Utility Potholing HOUR 12 206-00065 Structure Backfill County Mix) (Flow -Fill) (800psi Weld CY 26 207-00205 Topsoil (Spread) CY 254 207-00210 Topsoil (Stockpile) CY 254 208-00035 Aggregate Bag LF 50 208-00046 Pre -fabricated Concrete Washout Structure (Type 2) EACH 1 208-00075 Pre -fabricated Vehicle Tracking Pad EACH 1 208-00103 Removal and Disposal of Sediment (Labor) HOUR 4 208-00207 Erosion Control Management DAY 30 208-00300 Temporary Berms LF 326 ITEM NO. BID ITEM SCHEDULE: DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 210-04000 Adjust Structure EACH 2 212-00007 Seedir g (Native) (Hydraulic) ACRE 0.2 212-00712 Biotic Earth Black (HGM) LB 900 509-00000 Stru:tL.:ral Steel (Special) (Galvanized) EACH 1 509-06600 Structi ral Steel W6x15 Beam (Special) EACH 1 601-03000 Con :r?te Class D CY 14 602-00020 Reirfcrcing Steel (Epoxy Coated) LB 671 603-38008 8 Inch Steel Pipe (Galvanized) LF 12 603-50014 14 Inc Pipe (Complete in Place) LF 20 Plastic 603-50900 14 Inc Pipe Bend EACH 1 Plastic 603-01155 15 (Complete Inc in Place) Concrete Pipe LF 72 Reinforced 603-50018 18 Inc Pipe (Complete in Place) LF 24 Plastic 603-50902 18 Pltic Pipe Bend EACH 2 603-82016 16 I-ici (Complete Ductile Iron Pipe in Place) LF 40 604-30010 (48" Manhole Lameter Slab Base Flat (10 Top) Foot) EACH 1 604-50150 Irrigat on Structure Grate (Special) EACH 2 615-75121 18 I non Slide Gate EACH 1 615-75122 Alumiium Stop Gate EACH 1 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 615-75123 b Hon Line uate Valve EACH 1 620-00020 Sanitary Facility EACH 1 625-00000 Construction Surveying LS 1 626-00000 Mobilization LS 1 630-00016 Traffic Control Management LS 1 630-10122 Portable Variable Message Sign Panel DAY 21 700-70010 *F/A Minor Contract Revisions FA 1 $ 60,000 $ 60,000 700-70016 *F/A Fuel Cost Adjustments FA 1 $ 2,500 $ 2,500 *INDICATES THESE ITEMS ARE TO BE INCLUDED IN THE PROJECT TOTAL AND PROJECT BID BONDS. PRICE TOTAL ($): TOTAL BID WRITTEN WORDS: 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 NO, I choose NOT to accept Asphalt Cost Adjustments for this project EXHIBIT B Rose Everett From: Sent: To: Subject: Attachments: Ben Bramer <ben@glhconstruction.com> Thursday, December 7, 2023 10:22 AM bids GLH BID - WCR 76 and WCR 35 IRRIGATION PROJECT GLH BID - WCR 76 and WCR 35.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. Hello, Attached you will f nd GLH's proposal for WCR 76 and WCR 35 Irrigation Project. Thank you for the opportunity to work with Weld County, we look forward to working with you. I hereby waive my right to a sealed bid (GLH Construction LLC) CONSTRUCTION, LLC WINDSOR, coLcaAwo BENJAMIN BRAMER (970) 988-7873 i ■ i _ A LEGACY OF EXCELLENCE SUPERIOR INFRASTRUCTURE DELIVERED ON -TIME 11 -••• A970) 674-0440 780 E GARDEN DR., WINDSOR, CO 80550 CONSTRUCTION, LLC WINDSOR, COLORADO TABLE OF CONTENTS Introduction/Cover Letter RFQ/RFP Responses Bid Tabulation Form Receipt cf Addenda Bid Bord wag Statement of Qualifications Contractors Performance Capability Statement Anti -Collusion Affidavit Assignment of Antitrust Claims Title 49, CFR, Part 29 Debarment and Suspension Certification Attachment A - Equipment List Attachment B - Schedule Attachment C - Ongoing Projects CONSTRUCTION, LLC WINDSOR, COLORADO 780 E. Garden Dr. Windsor, CO 80550 Phone: (970) 674-0440 Fax: (970) 674-0443 www.GLHConsfilctlon.com Re: Introduction for WCR 76 & WCR 35 Irrigation Project Dear Sir/Madam, This package has been sent in response to your request on the bid documents We would like to offer our services for this project or any other opportunities that may arise in the future. Our company can facilitate your needs from total site development (GC) to strictly pipeline installation. GLH Construction, Inc. was established in August of 1996, specializing in general contracting for infrastructure development. The company employs 68 full-time employees and owns/operates 138 pieces of operating and heavy equipment (i.e., trackhoes, loaders, dozer, scraper, compactors, etc.). The 68 employees consist of office personnel, three full-time mechanics, five mainline pipe installation crews, an erosion control/stormwater inspection crew, and two subgrade crews. GLH's parent company purchased Coffman & Laub Construction LLC in 2022, adding an entire concrete company to our portfolio. GLH manages the additional 30-35 concrete employees that install curb & gutter, and sidewalks and has added 36 pieces of equipment as well. Please review the following company history information and feel free to stop by our office at the address listed above. Or you may contact GLH Construction, LLC. for additional questions and/or comments at (Ph) 970-674-0440 or (Fax) 970-674-0443. If you would prefer to contact us electronically, then you are welcome to visit our website at www.GLHConstruction.com. WCR 76 & WCR 35 Irrigation Project — RFQ/RFP Responses Proposed Methodology Statement: A) —iming/schedule of work —January 17, 2024, to March 27, 2024 B) Details of hours of working — Monday through Saturday 7 am. to 5 p.m. C) Implementation of erosion, sediment, and pollution control measures D) Parking areas for the vehicles of site operatives and visitors - E) Areas for the loading and unloading of supplies and materials F) Areas set up for staging and parking G) Implement vehicle tracking pads and concrete washout areas H) Measures to control the emission of dust and dirt during construction I) Access and haul routes for construction vehicles and deliveries J) Earthwork and incorporation of any traffic control measures needed K) Iistallation of RCP, DIP and PVC, gate, manholes and grates L) Construction of concrete irrigation structures and ditch M) Finalization of erosion control Large Scale Heavy Civil Road/Bridge Jobs with Emphasis on Irrigation: N) Prairie Song -- Windsor; new subdivision including irrigation and streets, open cut highway 257, install 25' deep sewer, triple 36" RCP, bore highway 257 with 12' waterline, widen highway 257 for 25.7 million O) 2023 KGM Improvements — Greeley; remove and replace storm inlets, curb and gutter, idewalks for 2.9 million P) = Windsor Town Campus WO 2 — Windsor; put in all new infrastructure for site for Windsor Municipality complex including irrigation and streets for 2.6 million Q) Adams Widening — Mead; widening of Adams Avenue, extend storm sewer including bore RR tracks, remove and replace existing pipe in irrigation ditch for just under a million R) Mountains Edge — Fort Collins; new subdivision including water tap in Overland Trail, reconstruct two lanes of Drake Road, widen Overland Trail for $3.5 million 5) Conestoga Phase 3-HWY 14 — Ault: new subdivision including irrigation and major work completed on State Highway 14 for just under $1 million T) =LCR 5 & LCRS/SH 392 Improvements — Windsor; improve water, storm, drainage, rebuild intersection of CR 5 & 392 including relocation of two traffic signals for 1.7 million U) Sorrento — Mead; new subdivision including irrigation and streets, extend storm sewer, remove, and reconstruct 17x5 box Culver, install new water line, widen highway 66, reconstruct CR 5 and CR 7 and Adams Avenue for 17.3 million V) =Harmony Ridge 3'd — Windsor; new subdivision including irrigation and streets, remove and replace concrete ditch, extend existing storm sewer, reconstruct Harmony Road from CR 13 to CR =5 with center island and landscaping for 16.3 million W) =Windsor Villages at Ptarmigan — Windsor; new subdivision including irrigation and streets, reconstruct CR5, install new sewer, water, storm, build Westgate Drive with three round -a -bouts tor 16.2 million X) Northfield — Fort Collins; new subdivision including irrigation and streets, construct new box culvert, construct Zuniga Road, reconstruct Vine Drive with new sewer, reconstruct Lemay Ave with new water for 13.2 million Y) *SH 392 Widening— Windsor; widening of State Highway/Roadway Improvements, extend storm sewer, construct new drainage, widen Highway 392 for 2.2 million Z) Fossil Creek — Windsor; new subdivision including irrigation and streets, reconstruct CR 5 with retaining walls and guardrail for 8.9 million AA) *CR 21— Severance; roadway repair, cut ditched, reshape gravel road for a hundred thousand *Denotes projects completed in Weld County Critical Issues that are of Importance: GLH feels that the Power Pole relocation and underground utility coordination may be critical issues that may need to be addressed prior to commencing work. GLH will need a power and water schedule to avoid conflict with other utility lines. A preconstruction meeting will greatly aid to completed this process. Federal, State and Local Procedures: GLH Construction has been in business for the past 27 years. We review all Federal, State and Local requirements and standards before bidding on a project. We send in all submittals to be authorized before ordering any materials. We schedule and attend all precon's and meetings, to ensure that all standards are met. All testing that is required is done and results are submitted to the appropriate persons. Quality Control: GLH has worked with most of the same subcontractors and suppliers for many years. All superintendents check out materials as they come on to the project, verify that materials meet all submittals, and have a strict policy that all materials need to be of the highest quality, or they are shipped back. GLH prides itself for ensuring that all work done by our employees and subcontractors is superior to all other infrastructure companies and subcontractors in the area. Judgements/Claims/Suits: GLH is involved in one suit at the time. We have been named as a defendant in claims for a job site that had insufficient/inaccurate soils testing done. GLH did everything correctly in installing water/sewer/storm sewer utilities. GLH followed the soils to best management practices. The soil testing company has claimed bankruptcy. We are waiting to see if this suit will continue to court. OSHA Violations: GLH received an excavation violation on January 14, 2022 Liquidated Damages: GLH has not received any Liquidated Damages in the past five years. Changes in Ownership: GLH was sold in 2020. The original owners are still members of this new entity. Location: GLH is located in Windsor, CO, Weld County. All project coordination can be easily managed considering the proximity of the project. Weld County Projects: GLH has completed numerous projects in Weld County and is extremely familiar with its standards. On the previous list of "Large Scale Heavy Civil Road/Bridge Jobs with Emphasis on Irrigation" the projects that were in Weld County have been marked with a red asterisk. Employees and Budget: GLH has a current total of 68 full-time employees and the annual operating budget is constantly being revised based on the number of projects and size of projects that are awarded each year. The budget for 2021 was 72 million and 2022 was 77 million, Companies Facilities and Equipment: GLH is located in Windsor, Colorado in an office building, shop and yard for all owned equipment. GLH does not lease any of its equipment. Currently we have a total of 136 units that consist of pickups, trailers, loaders, excavators, graders, rollers, scrapers, backhoe's, dozers, water tankers, and compactors. GLH also has its own fleet of mechanics and service trucks that can go to our sites to repair and maintain equipment. A list is attached as Attachment A. Preliminary Construction Schedule: The preliminary construction schedule is attached as Attachment B. References: Hillside Commercial Group Inc. Ryan Goforth 6355 Fairgrounds Avenue, Suite 300 Windsor, CO 80550 (970) 905-9991 ryan@hillsidecommercialgroup.com Hartford Homes Shane Westlind 4801 Goodman Street Timnath, CO 80547 (970) 674-1109 sestlind@hartfordco.com Town of Windsor Omar Herrera 301 Walnut Street Windsor, CO 80550 (970) 674-2437 oherrera@windsorgov.com BID SCHEDULE (Updated 12-5-23) REM NO. BID SCHEDULE: REM DESCRIPTION UNITQUDy BID UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 106-00001 Process Control Testing for Items 203, 206, 304.306, 8,603 DAy30 $36.80 $1,104.00 201-00000 Clearing and Grubbing LS 1 $1,263.00 $1,263.00 202-00001 Removal of Structure EACH 3 $1,966.42 $5,899.25 202-00026 Renoval of Slope and Dit h Concrete Lining SY 11 $79.39 $873.25 202-00035 Removal of Pipe LF 82 $23.55 $1,931.05 203-00050 Unsuitable Material (Muck) (Contingency) CY 115 $23.26 $2,675.41 203-00060 Embankment Material (Complete in Place) CY 233 $24.84 $5,788.50 203-01597 Utility Potholing HOUR 12 $530.69 $6,368.25 206-00065 Structure Baddill (Row -Fin) (800psi Weld c.r ix) M CY 26 $235.57 $6,124.76 207-00205 Topsoil (Spread) CY 254 $7.20 $1,828.00 207-00210 Topsoil (Stockpile) CY 254 $7.20 $1,828.00 208-00035 Aggregate Bag IF 50 $44.66 $2,233.15 ace-00oaspe Pre -fabricated concrete washout Structure cry208-00075 EACH 1 $728.70 $728.70 Pre -fabricated Vehicle Tracking Pad EACH 1 $914.16 $914.16 208-00103 Removal and Disposal of Sediment (Labor) HOUR 4 $280.75 $1,123.00 208-00207 Erosion Control Management DAY 30 $234.67 $7,040.00 208-00300 Temporary Berms LF 326 $4.17 $1,359.89 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 210-04000 Adjust Structure EACH 2 $680.00 $1,360.00 212-00007 Seeding (Native) (Hydraulic) ACRE 0.2 $12,075.00 $2,415.00 212-00712 Biotic Earth Black (HGM) LB 900 $1.50 $1,350.00 509-00000 Structural Steel (Special) (Galvanized) EACH 1 $3,572.00 $3,572.00 509-06600 Structural Steel W8x15 Beam (Special) EACH 1 $2,498.00 $2,498.00 601-03000 Concrete Class D CY 14 $4,367.32 $61,142.42 602-00020 Reinforcing SAel (Epoxy Coated) LB 671 $4.14 $2,777.86 603-36008 8 Inch Steel Pipe (Galvanized) LF 12 $99.48 $1,193.70 603-50014 14 Inch Plastic Pipe (Complete in Place) LF 20 $362.94 $7,258.72 603-50900 14 Inch PACE Pipe Bend EACH 1 $2,065.42 $2,065.42 603-01155 15 Inch Reinforced Concrete Pipe (Complete in Place) LF 72 $146.55 $10,551.60 603-50018 18 Inch Plastic Pipe (Complete in Place) IF 24 $275.31 $6,607.35 603-50902 18 Plastic Pipe Bend EACH 2 $1,032.22 $2,064.43 603-82016 16 Inch Ductile Iron Pipe (Complete in Place) LF 40 $283.67 $11,346.79 604-30010 Manhole Slab Base (10 Fool) (48" Diameter Flat Top) EACH $6,967.30 $6,967.30 804-50150 Irrigation Structure Grate (Special) EACH 2 $1,916.00 $3,832.00 615-75121 18 Inch Slide Gate EACH 1 $2,280.00 $2,280.00 615-75122 Aluminum Stop Gate EACH 1 $9,090.00 $9,090.00 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 615-75123 6 Inch Line Gate Valve EACH 1 $5,714.34 $5,714.34 620-00020 Sanitary Facility EACH 1 $434.70 $434.70 625-00000 Construction Surveying LS 1 $7,923.50 $7,923.50 626-00000 [Mobilization LS 1 $11,741.97 $11,741.97 630-00016 Traffic Control Management LS 1 $25,571.75 $25,571.75 630-10122 Portable Variable Message Sign Panel DAY 21 $603.75 $12,678.75 700-70010 'F/A Minor Contract Revisions FA 1 $ 60.000 $ 60,000 700-70016 'HA Fuel Cost Adjustments FA 1 5 2,500 $ 2,500 'INDICATES THESE ITEMS ARE TO BE INCLUDED IN THE PROJECT TOTAL AND PROJECT BONDS. TOTAL BID PRICE ($): $314,019.96 TOTAL BID WRITTEN WORDS: 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 One 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 N0, I choose NOT to accept Fuel Cost Adjustments for this project YES, I choose to accept Asphalt Cost Adjustments for this project x NO, I choose NOT to accept Asphalt Cost Adjustments for this project 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: 11/22/2023 By:Trace Anderson Addendum No. 2 Date: 11/29/2023 By: Trace Anderson Addendum No. 3 Date: 12/5/2023 By, Trace Anderson Contractor agrees to perform all Work described in the Contract Documents for prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price, or the actual quantities furnished, installed, or constructed. The undersigned, by hls or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all conditions, specifications and special provisions set forth in the request for proposalfor Request No. #82300194. 2. The quotations set forth herein are exclusive of any federal excise taxes and an other state and local taxes. Weld County is exempt from Colorado sales tax (exemption number 98-03551-0000). 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submtited, alt documents of the Request for Proposal contained herein, and the formal acceptance of the bid by Well County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. FIRM GLH Construction LLC MAILING ADDRESS 780 E. Garden Drive CITY, STATE. ZIP CODE Windsor, CO 80550 TELEPHONE NO 970-674-0440 SIGNATURE BY Benjamin Bremer (Please print) DATE 12/712023 TAX ID 8 84-1543143 E-MAIL ADDFEsS Ben@GLHConstruction.com "ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W SHALL RESULT IN THE BID NOT BEING ACCEPTED." WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTIONNUMBER IS N80-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1.15; BID 882300164 Page 20 BID BOND PROJECT; WCR 76 ANO WCR 35 IRRIGATION PROJECT GLEE Gummi.. L. KNOW ALL MEN BY THESE PRESENTS, that we, 780 aGarda e Driver as Principal, herelnaftercalled the Principal, a ceeariu eararcsane.rcuoaao(corporation, partnership, or Individual] duly authorized by law to do business in the State of Colorado and Harco National Insurance Company (an Illinois Corporation) use el. (Surety Company Name), a corporation duly surety artm xc:uar ( y p y j poretlon du authorized to do sure 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 Amount of Bid (5% Amount Bid1 Dollars ($ SS, Amount Rid ), 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 December 7 , 2023 for the WCR 76 AND WCR 35 IRRIGATION 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 7th day of December ,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: GLHHConstruction, LLC Signature: Title: '-Per.S4rr4- ATTEST:*1�L1.�+t�'�(�.Rx��V+r..` By: Ctrl . 6,VA. 'IA '� ,2n rwu. Surety: Hares National Insurance Company Signature: Title: Kyle A,. Campbell, Attorney -in -Fact ATTEST:_ By: Kyle A. Campbell, Attorney -la -Fact Witness�4 fi' `'t -Q._\ It t--)-1-lt!'`. Printed Name: i3WI W'c RUC". o.=;C Witness: , t �cIhe (. t c Printed Name: 1112,abeth A. Dyer 4 - BID 002300194 Paye 21 POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 Bid Bond Bond if KNOW ALL MEN BY THESE PRESENTS: That MARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having heir principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint JOSEPH C. THOMAS, JR., AMANDA E. SMITH, KYLE A, CAMPBELL, WYATT H. WALTON, CYNTHIA ELLINWOOD, ELIZABETH A..DYER Roanoke, VA their true and lawful attomey(sHn-fact to execute, seal and deliver for and on its behalf as surely, any and all bonds and undertakings, contracts of Indemnity end othetawritings obligatory in the nature thereof, which are or may be allowed. required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such Instrument(a) in pursuance of these presents, shall be as binding upon the sold MARCO NATIONAL INSURANCE COMBANY end INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and maybe revoked, pursuant to and by authority of the By -Laws of MARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 131h day of December, 2018 and by the Board of Directors of HARCONATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that el) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of Ate Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective towers of attorney, and to execute on behalf of the Corpotation and affix the Corporation's seal thereto. bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians. agents for acceptance of process, and Attorneys -In -fact with authority to execute warren and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature hereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer end the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as through manually affixed.. IN WITNESS WHEREOF, MARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2020 STATE OF NEW JERSEY County of Essex STATE OF ILLINOIS County of Cook Kenneth Chapman Executive Vice President, Marco National Insurance Company • and International Fidelity Insurance Company On this 31st day of December, 2020 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of MARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION dLA&. Shcelteot.wy A. Outlay a Notary Public of New Jersey My Commission Expires April 4, 2023 t, the undersigned officer of MARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that t have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of Bald Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, anti that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF. I have hereunto set my hand on this day, December 7, 2023. 876679 Form w-9 ye.. October 201e) Ownatmaat of the emus Service ry In 6j Request for Taxpayer Identification Number and Certification ► do to atwwr iagaWro m2ND for Instructions and the latest Information. 1 Name las strewn on your income tax velum). Name is requrindon thle Mt do not leave dos Ikhe blank. GLH Construction LLC 2 Sushess nemddisreperded entity name, if different from above Gies Form to the requester. Do not send to the IRS. 3 Check appropriate box for federal lax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. O Individual/sole proprietor or O C Corporation O S Corporation O Partnership ❑ Trust/estate singlymember LLC Q Limited Cahill), company. Ender the tax classification (C.C corporation. S.S corporation, P.Panowship) ► P Notts Check the box in the rule above far the Ins Menace. of the sirgla-member owner. Do sat Check uC x tee LLC le appropriate a dniti...ber LLC.. is.egerded from the owner unless the owner of fit LLC is another LLC that fie not disregarded horn the owner for U.S. federal tax purposes. Otherwise. a admire never LLC that Is ...ad from we.. should check the a0pr0 03 box for the tax coasirca0 2 of 0a owner. ❑ othw (see instructions). - 2 Address (ramMrr. street, and apt. or suite no.) See 780 E Garden Drive $ City. state, and an code Windsor, CO 80550 7 Ust account numbs(s) here (optional) 4 Exemption (codes apply only to certain envies, not individuals: see instructions on page 3): Exempt Mee.. (f any) Exemption from MCA reporting cods Of any, (4.0. bmMbn.i•, 11N.I.i e,. u8a name and address (eptonet? ups Taxpayer Identification Ntmtber (TIN) Enter your TIN in the appropriate box. The TIN provided must match 0o name given on ire 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien. sole proprietor, or disregarded entity, see the Instructions for Part I. later. For other amit, it is your employer Identification number (EIN). If you do not have a number, see How to get a flit tater. Nob: If the account is in more than one name, see the instruction for fine 1. Also see What Name and Number To Give the Requester for guidelk1es on whose number to enter. Soda) war. number iii or Employer klndl0rNon number 8 ® Certification Under penalties of perjury, I certify that 1. The number shown on this form is my collect taxpayer identification number (or I am wailing fora 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 notNied by the Internal Revenue Service (IRS) that 1 am subject to backup withholding as a result of a failure to report ail interest or dividends, or (c) the WS has notified me that I am no longer subject to backup withholdkg; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this tomb Of any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above N you have been notified by the IRS that you are cumanty subject to backup wit hhoNing because you have fa0ed to report all Interest and dividends on your tax return. For real estate transactions. item 2 does not apply. Far mortgage intllr0m paid, acquisition or abandonment of secured property. cancellation of debt, contributions to an individual retirement wrangement °FLA). and generagy. payments other than Interest and dividends, you are not required to sign the certification. but you must provide your correct TIN. See tine Instructions for Part Mater. Here rue omen ► (nor.,,, all c (2 17 General Instructions Section references am to the internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Forth W-9 and its Instructions, such as legislation enacted after they were published, go to www.ts.gov/Fo.W9. Purpose of Form M Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SBM, Individual taxpayer Identification cumber PIN). adoption taxpayer identification number (AT1N), or employer identification number (EIN), to report on an information alum the amount paid to you. or other amount reportable on an intonation return. Examples of intomieltan returns include, but are not ))muted to, the following. • Form 1099-INT (Interest earned or paid) �.. 11/17/2023 • Fsom 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099.6 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceed. from real estate transactions) • Form 1099-K (merchant card and third party network tranaactbna) • Form 1098 (home mortgage interest), 1098-E (student ban interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U.S. person (including a resident ellen), to provide your correct TIN. II, do not return Form W-9 to the requester with a 11N, you might be subject to backup withhokNitg. See What IS backup withholding, Ater. Cat. No. 10231X Fpm W-9 (Rev, 10-2012) `STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF TI•IIS STATEMENT: November 30, 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 aid/or irregularities and to reject any or all bids. 1. Name of Proposer: GLH Construction LLC 2. Type of Entity: LLC 3. Permanent main office address: 780 E. Garden Drive, Windsor, CO 80550 Phone Number: 970-674-0440 4. Year Company was organized: 1996 Fax Number: 970-674-0443 5. Number of years this Company has been engaged similar construction: 27 Years 6. 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? GLH Construction Inc 7. List al 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 Please see Attachment C $ _ Completion Date B. List al 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. GLI-t has never failed to complete a project/contract on time. BID #B230o194 Page 24 9. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. GLH has never had liquidated damages. 10. List all contracts within the last three years during which or after which the Company filed a protest with the owner. GLH has not filed a protest with any company in the past three years. 11. List all contracts within the last three 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 GLH has riot had an subcontractors file a claim against them or against any owners of any project. 12. Has any owner, as party to any of the Company's contracts within the last three 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: Town of Wiggins - Main Street Improvements Location: Wiggins, CO sum: Dan Smith 970-396-7317 Owner's Representative: Tom Acre Phone: 970-483-6161 Completion Date: 08/2023 Contract Amount: 781,214.15 BID #82300184 Page 25 Project Name: Prairie Song - HWY 257 widening and improvements Location: Windsor, CO Owner's Representative: Steve Westlind Completion Date: 11/2023 Supt: Dan Smith 970-396-7317 Phone: 970-674-1109 Contract Amount 25,683,113.36 Project Name: Adams Widening - Adams Ave at CR7 Improvements Location: Mead, CO Owner's Representative: Ryan Goforth Cte letion Date: October, 2023 Supt: Dan Smith 970-396-7317 Phone: 970-905-9991 Contract Amount 1,018,875.996 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 Concrete Structures Inc G2 Seeding King Surveryors Northern Colorado Geotech Loveland Barricade WORK DESCRIPTION Concrete Structures % OF WORK 16% Hydromuich & Biotic 1% Surveying 2% Process Control Testing .3% Traffic Control Management 13% 17. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. PERTINENT NAME Garr Smith Dan Smith Mask Foster TITLE President Chief Superintendent Project Manager YRS. EXPERIENCE 36 Years 25 Years 25 Years 18. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. GLH has received a daim for a jobsite where the soils tests were not done accurately. GLH performed all of our work according to the plans, engineering, drawings, and Town standards. BID 11B230o194 Page 26 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 30th day of November Bidder: GLH Construction LLC j� Company By: are., nature Name: Gary D. Smith (Please Type) Title: President NOTARY County of Weld State of Colorado Gary D. Smith being duly sworn, deposes and says that he is . 2023. (Name) President Of GLH Construction 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 30th day of November , 2023. (SEAL) Miehee R. Tenney BID OB2300194 Page 27 Wald Comity CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project 82300194 i. List names of partnerships or joint ventures )Q none 2. List decreases in the contractors fiscal or workmanship qualifications compered to the last prequalification statement submeed to Weld County. (Attach addeional sheets if necessary_) a. Keypereonneichanges Xnone b. Key,quipment changes Xnone c Fiscal capability changes (legal actions, etc.) X none d. Other changes that may affect the contractor's abifdy to perform work. Xnone 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 t!F MY KNOWLEDGE lin or GceLH Cmstruc an LLC ?,..... 0 , .t 1111//300023 The r President card Contractors arm a company mime (it joint venture) By 11 1 tie Title BIDOB2300194 Page 28 Wahl cane canoe IWO PROJECT No WELD COUNTY ANTI -COLLUSION AFFIDAVIT 82300194 LOCATION WCR 76 & WCR 35, Weld County 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 authoritatlon, enclosed herewith, from Thal person to make the statements set out below on his or her behalf and on behalf of my Min. 1 further attest that: 1. The price(a) 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 k a bidder or potential prime bidder. 2A. Neither the pric(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 dtsdosed prior to bid opening. 2B. Neither the prices nor Me amount of the bid of any other lion er person who is a bidder or potential prime bidder on this project haw been disclosed to me or my flat. 3A. No attempt has been made to solicit cause or Induce any firm or person who. a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher Ilan the bid of this Qrm, or any r...tonally high or non- competitive bid or other farm of complementary bid. 38. 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 hid of my ens is made in good thith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or ...on by eu from any. or person fo submlf any WarYlonaAY high. noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered Into a subcontractor agreement regrading the purchase or sale of materials or services from any Qtr or parson, or offered, promised or paid cash or anything of value to any. or person. whether fn 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, noncompetffiw or other form of complementary bid or agreeing or promising to do so on this project. B. My firm has not accepted or been promised any subcontractor agreement regarding the sale of materiele or services to arty firm or person, and has not been promised or paid cash or anything of value by any firmer person, whether in connection with thus or any other project, in consideration for my faro'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 a8 members, officers, employees, end agents of my firm with reaponsibili. relating to the prepar$oor 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 eommunicabon, consultation. discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made m 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. Caxraaor►amawmoenrn+m. GLH Construction LLC �' oar N,... ,v if...,'-� 111302023 net President hds0ao0i�rm or name P�i.M moron) ry I "e ow Sworn to before me this 30 day of. November 2023 Newry Ames � MleheBe R. Tenney\AAALLtA,,,,,cE R 7ENNEY ST ii t .. No•t'J ,' uYCOINSENe>sNroIERitZOE urmmneum.ne.pYse t► 1 to zoZ-1.A NOTE: This document must be signed in ink. MD 4182300194 Page 29 Weld County ASSIGNMENT OF ANTITRUST CLAIMS PNoJECrao 82300194 Coafractor 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 Viteld County any and an dawns It may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular p oled, 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 Contractors behaff 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 parry that the antitrust claim had been assigned to Web 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 en antitrust claim brought on Contractors behalf by any third patty and which dater 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: 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 antitntat laws In connection with any goods or services provided by the subcontractor in carrying out the subcontractors obligations to Contractor; Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust daim which has been assigned to Weld County hereunder, shall imrnediatey advise in writing: (1) Such third party that the antitrust daim 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 alto 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 win In any way dwninish 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 daim brought on the subcontractors 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 damn. CREAM. ainsecom***rao GLH Construction U.C 111/30/2023 President Lnlea rnion.sroavomvnun. pi.Mv aunt TER Weld Puma* TM BID $52300104 Page 30 TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Bidder) 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: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. • Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years • Does not have a proposed debarment pending. • 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. • 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: 11/30/2023 6.142-s.), Signature President 19--nr-Lea4 Title BID *62300194 Page 31 GLH Construction Eaujonent List Muatr atit AIMESCCIEL EQUIP -IL Maaangta_ 1 2017 John Deere 350G Excavator 68 2001 MO Power DCA 45 Generator 2 2006 John Deere 644J Loader 69 2015 Deere 670G Hydraulic Excavator 3 2020 2020 Deere 85G Excavator 70 2007 Trailmobile Van Trailer 4 20'4 Felling 24' Bobcat Trailer 71 2004 6" Godwin Pump w/Trailer 5 2015 Ford F-150 Pickup 72 2022 Deere 325 Compact Track Loader will' Bucket 6 2003 Great Dane Van Trailer 73 1999 John Deere 762B Scraper 7 1997 Sakai SV500TF Roller 74 2005 John Deere 644J Loader 8 2014 Bomag 84" Padfoot Compactor/ BW213PC 75 2005 Hillsboro Flatbed Trailer 9 2007 John Deere 772D Motor Grader 76 2003 HY-PAC C852 -C Roller 10 2016 John Deere 644K Wheel Loader 77 2015 John Deere 470G LC Hydraulic Excavator 11 2016 Trail King Trailer 78 2005 John Deere 762B Water Tanker 12 1993 A & W Water Truck 79 2006 Homemade Trailer 13 2016 Ford F350 Pickup 80 2006 Homemade Pipe Trailer 14 1982 GLH Construction Trailer 81 2006 6" Godwin Pump w/Trailer 15 2021 Deere 210 G Hydraulic Excavator 82 2006 6" Godwin Pump w/Traller 16 2007 John Deere 750JX Dozer 83 2018 Deere 644K Loader 17 2007 John Deere 644J Loader 84 2003 Freightliner Water Truck 18 2020 Hamm 66" Compaction Roller 85 2010 Light Plant Trailer (Mounted) 19 2023 Kenworth T370 (Sry Truck/Welder) 86 2012 Atlas Concrete Blanket Trailer 20 2018 Deere 350G Excavator 87 2003 Box Trailer 21 2003 2000 Kenworth Tractor - W902L 88 2013 John Deere 210K Landscape Loader 22 1996 John Deere 7628 Scraper 89 2021 Deere 85G hydraulic Excavator w/HYD 24", 36" Bucket 23 2006 Interstate Trailer 90 2016 Ford F-350 Pickup 24 1999 8 x 18 Flatbed Trader 91 2016 Ford F-350 Pickup 25 2000 Caterpillar 613C-11 Scraper 92 2016 John Deere 644K Wheel Loader 26 2001 Ford 350 Pickup 93 2016 John Deere 160G Hydraulic Excavator 27 2006 Ford 350 Pickup 94 2019 Ford F-350 Pickup 28 1995 John Deere 410D Backhoe 95 2019 Ford Super Duty F-450 Flatbead Pickup 29 2021 Deere 624P Wheel Loader 96 2019 Deere 644K Loader 30 2016 Ford F350 Pickup 97 2007 Caterpillar 613C-11 Water Tanker 31 200' 4" Godwin Pump w/Trailer 98 2015 Deere 350G Hydraulic Excavator 32 2003 Toyota Sequoia 99 2020 Ford F-150 Pickup 33 2002 John Deere 450C LC Excavator 100 2021 Deere 210G Excavator w/Geith Hdraulic Coupler & 48" Digging Bucker 34 1971 John Deere 510C Backhoe 101 2020 Deere 85G Excavator w/ Geith Hydraulic Coupler & 24" Digging Bucket 35 2004 =ord F650 Dump Truck 102 2021 Deere 750L Dozer with 5 Shank Rear Ripper 36 2019 zord F-350 Pickup 103 2021 Deere 772 GP Motor Grader with Rear Ripper and Push Block 37 2002 Rosco Pneumatic Compactor 104 2019 Hamm 84" Padfoot Compactor w/BOPS and no Knoc Down Blade 38 2013 John Deere 644K Wheel Loader 105 2020 Ford F-150 Pickup 39 1975 Hyster Roller 106 2002 Caterpillar 8130 -II Scraper 40 2018 John Deere 350G Excavator 107 2021 Ditch Witch HX 50 800/400 Vacuum Excavator 41 2017 John Deere 750K Dozer 108 2007 Caterpillar/Magnum 6500 Gallon Water Wagon 42 2013 Ford F-150 Pickup 109 2021 Ford F350 Super Duty Pickup 43 1976 - 976 Fruehauf Trailer 110 2021 Ford F350 Super Duty Pickup 44 2014 John Deere 350G Excavator 111 2019 Fcrd F550 Flat Bed Pickup 45 2021 Deere 644P Wheel Loader 112 2021 Interstate Trailer 46 2015 Bomag 84" Padfoot Compactor 113 2021 Fcrd F150 Pickup 47 1978 John Deere 762 Scr/Water Tanker 114 1998 Trailmobile Van Trailer (53'(102") 48 2016 Ford F350 Pickup 115 2021 Ford F350 Super Duty STX Pickup 49 2002 Ford 350 4WD Pickup 116 2018 Deere 350G Hydraulic Excavator w/ Hydraulic Thumb & 48" ESCO Bucket 50 2020 John Deere 644K Loader w/ 4.75 CYD Bur 117 2019 Deere 64-4K Wheel Loader 51 2002 John Deere 210LE Landscape Loader 118 2021 Deere 50G Hydraulic Excavator w/Hydraulic 24" Bucket 52 2012 John Deere 872GX Motor Grader 119 2021 Deere 333G Compact Track Loader w/84" Gen.Const. Bucket 53 2020 Hamm 66" Compaction Roller H71P 120 2021 Deere 644P Wheel Loader w/4.75 CYO Bucket w/BOCE 54 2018 Deere 210G Hydraulic Excavator 121 2020 Ford F-550 Super Duty Flat Bed Pickup 55 2018 John Deere 624K Wheel Loader w/ 3.5 CY 122 2021 Ford F-550 Super Duty Fiat Bed Pickup 56 1999 John Deere 7628 II Scraper 123 2022 Ford F-550 Super Duty Flat Bed Pickup 57 1999 John Deere 310SE Backhoe 124 2021 Deere 644 P Wheel Loader 58 2003 Freight Liner Water Truck 125 2020 Deere 470G Hydraulic Excavator w/48' Bucket 59 2007 Ford F350 4WD Crew Cab Pickup 126 2019 Deere 210L Landscape Loader 60 2003 Starlite Trailer 127 2001 Ford F350 Pickup 61 2020 Kenworth T270 Service Truck 128 2022 Deere 670G Hydraulic Excavator w/ 52" Bucket 62 2016 Ford F350 Pickup 129 2022 Ford F350 XLT Pickup 63 2019 Ford F-350 Pickup 131 2021 6" Godwin Pump w/Traller 64 2018 Kenwortfi T370 (Service Truck/Welder) 132 2021 6" Godwin Pump w/Trailer 65 2014 MQ DCA-20KW Generator 133 2021 6" Godwin Pump w/Trailer 66 2017 210 Landscape Loader 134 2022 Ford F350 Pickup 67 1996 Rosco Tru Pac 915 Compactor 135 2022 Ford F-350 Pickup 136 2008 Ford F550 Pickup ATTACHMENT B Tas< Name WCR 76 and WCR 35 Erosion (Top Soil Stockpile) Traffic - Shoulder Closure Noff. Traffic - Full Closure Traffic - Shoulder Closure TK. Traffic- Shouider Closure WB2 Utility Potholing Demo Camera Inspection across WCR 3S Prep Structures Structures 14" PVC Ashpalt Removal 15" RCP Concrete Patch Presidents Day 1K Farms - Adjust Structure WB2 - 16" DIP WB2 - Manhole W82 - 6" Gate Valve Earthwork - Embankment Erosion (Topsoil Spread) Hydraulic Seeding DurationiStart 51 days Wed 1/17/24 3 days Wed 1/17/24 1 day Fri 2/2/24 3 days Tue 2/20/24 1 day Fri 2/23/24 1 day Mon 2/26/24 2 days Wed 1/17/24 4 days Fri 1/19/24 2 cays Wed 1/31/24 4 days Thu 1/25/24 10 days Wed 1/31/24 3 days Wed 2/14/24 1 day Tue 2/20/24 3 days Tue 2/20/24 2 days Tue 2/20/24 1 day? Mon 2/19/24 3 days Wed 2/14/24 3 days Fri 2/23/24 3 days Wed 2/28/24 3 clays Mon 3/4/24 9 days Thu 3/7/24 3 days Wed 3/20/24 3 days Mon 3/25/24 Finish Wed 3/27/24 Fri 1/19/24 Fri 2/2/24 Thu 2/22/24 Fri 2/23/24 Mon 2/26/24 Thu 1/18/24 Wed 1/24/24 Thu 2/1/24 Tue 1/30/24 Tue 2/13/24 Fri 2/16/24 Tue 2/20/24 Thu 2/22/24 Wed 2/21/24 Mon 2/19/24 Fri 2/16/24 Tue 2/27/24 Fri 3/1/24 Wed 3/6/24 Tue 3/19/24 Fri 3/22/24 Wed 3/27/24 )24 V 16 21 26 February 2024 March ?024 April 2024 31 5 10 1S 20 25 1 6 11 16 21 26 31 5 10 • 3/27 Erosion (Top Soil Stockpile) t Traffic - Shoulder Closure Noff. No Traffic - Full Closure (Traffic - Shoulder Closure TK. I Traffic- Shoulder Closure WB2 Utility Potholing j_ -r Demo, g'Camera Inspection SE Prep Structures across WCR 35 Structures 14` PVC Ashpalt Removal - 15" RCP Concrete Patch Presidents Day Tit Farms - Adjust Structure WB2 - 16" DIP WB2 - Manhole WB2 - 6" Gate Valve Earthwork - Embankment Erosion (Topsoil Spread)Hydraulic Seeding Is Project: WCR 76 and WCR 35 Date: Thu 12/7/23 task Sp! t Milestone Summary Project Summary Inactive Task Inactive Milestone I.\0 Ii. tool*. • Inactive Summary Manual Task Duration -only Manual Summary Rollup Manual Summary Start -only Finish -only L J External Tasks External Milestone Deadline Progress Manual Progress • Page 1 GLH Construction • :1G E'er .�{:. 'ADF5. 8,42.1881PCi,..`s it ..1118:09^2-'•.'.,4,1,,,ALF 1.47.;7.dlz o ..,, ,D*44, 4”....8 n,e.‘--,-CC•D;'- ^ , .. LL.C ,> i -,,,,P.-S,WIR,i i,,47k ^_'5 841,S8D-. 4.818 •�, ,'A fnr,enpa '- Ls �� - ` a • ,,,D1.-54,4-5 a v,.'r' ,4 CPred 1,' '*� , 14=1,', I0,aw1 an,an � �r,C!` �' *.` tea: iinaem � = ,T s~ , _ x�lmed.-- La,alr- CI',+ - i �ls:DisoW,D - s rfia, COIaM ndoo C,un0d ,' f f ='„- CaWC.ed4daeia Xel ed a 41191x°7 -: - t f t y , . �nrarfa4QMVN'tlM4ih Ti 0011 _'-U-ti •i P � ' ' , i O7,,..f,, f yT M , � j {' tt F "� Town olW...-FCLW3' .'. New{30aiV r78,11�d� � `�I NT ` SC - jwmo7W.Pt�0. o- -, t Wlr.1er, s �� I �. l tY i DIl.00 P.a5. .Can., r n, . . "� aL� t CD _ �r, �..-#"' ED:W.8Cartao9 ,_., Ilak eiAd - End.natY;r YID ' , �, .a.maw.. 1. ,, ,A5581109 ' r V aJ w�+�1, 780055 _ t� - J }Y - 4,8 ,y71 _ ' F ' `➢x . � r.. Nlndaa/Team Csm' ' - ''CT7 F 3_ _ iWO.1.2 , (ir 1 Hlm1i;' .14 4218- ..' .. DIX OrauD r°"- _ ( 1 t r YHndeor CO, k 81,LY'"`- ,,. YXder' 67d1O_ ca.a.mrs..w 'y 87760886.17 7`{ '�, [ ,!00396 >> - DeouMar�l C , Rape , ,s � -+ "u -5-.7 rze �'x �, Wettghnbebnnrf«rianwur. c rFLY d667t ] ^ ttt.ma.w. Fa,0.laefiyb, �7174,1O7, s Daatay CD -,S Bubdvi�wn :,1' n I _ �,fet66are7g si ,. 88'K '8855, _ —�ryu� + r1I _, it P°x,},; D.t1MCSab..IDDan7 , �a ' F:,C,t` ,.i v MUD,'Matt. ' - :n4:2 (one �, r 070492.1116' ri ODOD.1' ' 2- rv3' Wady. CO MI , ' - .,i , ,_ 8566SB1.80 � - "t -- FIDDDIYW__ - 2041 �, ,.° Dr.l. .06.Wai ,-F `, _ t s .. Ii800(dMa0+11 —t,,, lx1.NMGdm'u1 CiNNWs _ ' Tlmudy CO ..' BubdlLidan , n - 85070138.08 - � ,9856 9 i Jwo-2( P4 1 =ITTab,, ," , ,,,-1 , - g 'a' ,,,.t u.^4p^e�M'W�i^t Dk0ld crt-Za1� 'r <i 79T In¢ ,,,,,,-4., h �mL csdsm CO 4 2F.P4b Yea fx' ^ ,s, sie 73 , . ,. -8244176518 , 5'4 ' a Nn'ctr28 , wrE LO.ty D.., P. r, , X� °� i 8,,,Mnm.� 070-TOidd5l't�' ,�ar� ,., no Wo.. .., a w ( r s - Ems CO" _ � Sub,. s � � ~� - _ _ �S „0°L ,. Hata .. , , MIDI. Po, Bawer RD.lom,.N 11... rOWDIa„ ( "Faa,IraDl amp P.C.• CO- , - - S S122638£76 -- . _, Ma ,4,21,,,, - , RmeO,La,nY FTC- .x�'.,e a 1' I l 1 Ca1f.On .� _ t ? aS8 �'� c. T. ,„ BM-- - c,,,,,__4 Eraahl, + - -. 41,641,48,,,,,,Si , , L ' - µ¢y.71 , } _ Caunry Road 72 PD... � '�• ==, _ 878425.768! � O,,,,, - door CO - Pe0.d. . � � , 055 '_ _ - ,'DecamCa-23 _ ' _ ' , 12/72027 Contract Form Entity Information Entity Name* Entity ID* GLH CONSTRUCTION, LLC @00006002 Contract Name * WCR 76 AND WCR 35 IRRIGATION PROJECT Contract Status CTB REVIEW Contract ID 7732 Contract Lead * TANDERSON Q New Entity? Parent Contract ID 20233669 Requires Board Approval YES Contract Lead Email Department Project # tanderson@weld.gov HRP-91 Contract Description* CONTRACT FOR WCR 76 & 35 IRRIGATION PROJECT CONSTRUCTION. Contract Description 2 Contract Type* Department AGREEMENT PUBLIC WORKS Amount* $314,019.96 Renewable" NO Automatic Renewal NO Grant NO IGA NO Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 01/13/2024 01/17/2024 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300194 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 Contact Info Review Date * 01/03/2024 Committed Delivery Date Renewal Date Expiration Date* 05/29/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 01/11/2024 Approval Process Department Head .CURTIS HALL DH Approved Date 01/09/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01/17/2024 Finance Approver CHRIS D'OVIDIO Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 01/10/2024 01/11/2024 Tyler Ref # AG 011724 Originator TANDERSON MEMORANDUM Date: December 21, 2023 To: Toby Taylor, Purchasing Manager From: Trace Anderson, Engineer I RE: Bid Request No. B2300194 WCR 76 and WCR 35 Irrigation Project The award recommendation was reviewed by the BOCC in a pass around that was returned on December 20, 2023. All five of the commissioners approved the pass around to be placed on the Board's agenda for January 3, 2024 for their consideration. The Public Works and Purchasing Departments have reviewed the submitted proposal in accordance with 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. Being the only proposal received and per the scoring criteria outlined for the Best Value Selection Process, GLH Construction ranked the highest which represents the best value to the County. The departments recommend awarding the contract to GLH Construction in an amount not to exceed $314,019.96. Per the bid documents; construction is anticipated to start on January 17, 2024 and completed by no later than March 27, 2024. GLH Construction is proposing to complete the project by this date. I will plan on attending the BOCC meeting to answer questions that the Board may have. Background Information On October 4, 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 WCR 76 and WCR 35 Irrigation Project was advertised on November 8, 2023 in the Greeley Tribune and on BidNet Direct. One response to the RFQ/RFP was received on December 7, 2023 and was presented to the BOCC on December 13, 2023. The submitted proposal was reviewed for errors and completeness. GLH Construction's proposal had small mathematical errors ($0.38). GLH has provided an email indicating they will honor the prices as submitted. The engineer's estimate for the project was $354,922.00. They are proposing a cost less than the engineer's estimate by $40,902.04. The bid tabulation and scoring results are included with this document. 10Z3 0(0(6:1 E(-,601 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: WCR 76 and WCR 35 Irrigation Project — Contractor Selection Recommendation DEPARTMENT: Public Works DATE: December 18, 2023 PERSON REQUESTING Trace Anderson. Don Dunker, Curtis Hall Brief descri ;tion of the problem/issue. Public Works has been conducting a best value selection process to select a contractor to build the WCR 76 and WCR 35 Irr gation 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. Out of ten contractors that attended the mandatory pre -proposal meeting, one contractor (GLH Construction) submitted a proposal. The RFQ/RFP proposal was scored and analyzed by the review team composed of staff from Public Works and Purchasing. The review team was unanimous in their determination that GLH Construction is the best value to the County The table below shows the cost and brief comments for the sole contractor that submitted a proposal for the project. Contractor RFQ/RFP Cost Difference Comments Rank from En Est GLH Constructior 1 $314,019.96 -$40,902.04 (13.0 % low) • Company resources • Company control/stormwater to is complete personnel local and inspection includes this has project. adequate crew. erosion What options exist for the Board? Option 1: Approve the award of this project to GLH Construction for an amount not to exceed $314,019.96 and allow Public Works to place the approval of the award on the agenda for the January 3, 2024 B0CC hearing. Option 2 Re•luest a work session to understand the team's justifications for recommending GLH Construction. Consequenc?s: Delaying the award of the WCR 76 and WCR 35 Irrigation project contract means the WCR 76 roadway maintenance and improvements will be delayed until 2025. The IGA between Weld County and the Town of Eato-i identifying WCR 76 as a truck route would need to be amended to reflect delayed completion of the roadway zprovements. This IGA was previously amended in October of 2022 to extend completion of the improvementE from 2022 to 2024. Impacts: By awarding the contract to GLH Construction, the contract would be going to the sole firm that submitted a proposal. However, the Best Value process takes the contractor's qualifications, cost, and other factors into account. The review team felt that GLH Construction represents the best value to the County because they are available to complete the project on the anticipated timeline and reduce delays to subsequent County projeczs. They are also proposing a cost less than the engineer's estimate, have experience constructing large items in :he contract, and can complete the project prior to the 2024 planting season. Costs (Curreit 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 GLH Construction in an amount not to exceed $314,019.96. Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D Ross Lori Saine Support Recommendation Place on BOCC Agenda J Schedule Work Session Other/Comments: WCR 76 & WCR 35 Irrigation Project RFQ/RFP Ranking Summary 12/15/2023 RFQ Summary flev iewes 1 GLH Construction flevievv€r 2 Committee Members nt v icwcr flLviL"LF 4 flcvicwcr Total Scoring Based on Rank 5 Low score is best 1 WCR 76 and WCR 35 Irrigation Project Revised 12/8/2023 Engineer's Estimate GLH Construction Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST 1 106-00001 Process Control Testing for Items 203 206. 304, 306, & 603 DAY 30.00 $ 700.00 $ 21.000.00 $ 36.80 $ 1.104.00 2 201-00000 Clearing and Grubbing LS 1.00 $ 10.000.00 $ 10.000.00 $ 1.263.00 $ 1 263.00 3 202-00001 Removal of Structure EA 3.00 $ 3,000.00 $ 9,000.00 $ 1,966.42 $ 5.899.26 4 202-00026 Removal of Slope and Ditch Concrete Lining SY 11.00 $ 35.00 $ 385.00 $ 79.39 $ 873.29 5 202-00035 Removal of Pipe LF 82.00 $ 38.00 $ 3,116.00 $ 23.55 $ 1.931.10 6 203-00050 Unsuitable Material ,Muck) (Contingency) CY 115.00 $ 90.00 $ 10,350.00 $ 23.26 $ 2.674.90 7 203-00060 Embankment Materials (Complete in Place) CY 233.00 $ 40.00 $ 9,320.00 $ 24.84 $ 5.787.72 8 203-01597 Utility Potholing HR 12.00 $ 350.00 $ 4.200.00 $ 530.69 $ 6 368.28 9 206-00065 Structure Backfill (Flow -Fill (800psi Weld County Mix) CY 26.00 $ 163.00 $ 4.238.00 $ 235.57 $ 6 124.82 10 207-00205 Topsoil (Spread) CY 254.00 $ 14.00 $ 3,556.00 $ 7.20 $ 1.828.80 11 207-00210 Topsoil (Stockpile) CY 254.00 $ 13.00 $ 3.302.00 $ 7.20 $ 1.828.80 12 208-00035 Aggregate Bag LF 50.00 $ 10.00 $ 500.00 $ 44.66 $ 2.233.00 13 208-00046 Pre -fabricated Concrete Washout Structure (Type 2) EA 1.00 $ 2,800.00 $ 2.800.00 $ 728.70 $ 728.70 14 208-00075 Pre -fabricated Vehicle Tracking Pad EA 1.00 $ 8,000.00 $ 8,000.00 $ 914.16 $ 914.16 15 208-00103 Removal and Disposal of Sediment (Labor) HR 4.00 $ 50.00 $ 200.00 $ 280.75 $ 1 123.00 16 208-00207 Erosion Control Management DAY 30.00 $ 400.00 $ 12.000.00 $ 234.67 $ 7.040.10 17 208-00300 Temporary Berms LF 326.00 $ 6.00 $ 1.956.00 $ 4.17 $ 1 359.42 18 210-04000 Adjust Structure EA 2.00 $ 2,000.00 $ 4,000.00 $ 680.00 $ 1.360.00 19 212-00007 Seeding (Native) (Hydraulic) ACRE 0.20 $ 6,650.00 $ 1,330.00 $ 12.075.00 $ 2.415.00 20 212-00712 Biotic Earth Black (HGM) LB 900.00 $ 3.00 $ 2,700.00 $ 1.50 $ 1.350.00 21 509-00000 Structural Steel (Special) (Galvanized) EA 1.00 $ 1,800.00 $ 1 800.00 $ 3,572.00 $ 3 572.00 22 509-06600 Structural Steel W6x15 Beam (Special) EA 1.00 $ 240.00 $ 240.00 $ 2,498.00 $ 2.498.00 23 601-03000 Concrete Class D ' CY 14.00 $ 1;400.00 $ 19,600.00 $ 4,367.32 $ 61.142.48 24 602-00020 Reinforcing Steel (Epoxy Coated) LB 671.00 $ 4.00 $ 2,684.00 $ 4.14 $ 2.777.94 25 603-38008 8 Inch Steel Pipe (Galvanized) LF 12.00 $ 330.00 $ 3,960.00 $ 99.48 $ 1.193.76 26 603-50014 14 Inch Plastic Pipe (Complete in Place) LF 20.00 $ 165.00 $ 3,300.00 $ 362.94 $ 7 258.80 27 603-50900 14 Inch Plastic Pipe Bend EA 1.00 $ 1 700.00 $ 1,700.00 $ 2.065.42 $ 2.065.42 28 603-01155 15 Inch Reinforced Concrete Pipe (Complete in Place) LF 72.00 $ 165.00 $ 11 880.00 $ 146.55 $ 10 551.60 29 603-50018 18 Inch Plastic Pipe (Complete in Place) LF 24.00 $ 180.00 $ 4.320.00 $ 27521 $ 6.607.44 30 603-50902 18 Inch Plastic Pipe Bend EA 2.00 $ 1,700.00 $ 3,400.00 $ 1.032.22 $ 2.064.44 31 603-82016 16 Inch Ductile Iron Pipe LF 40.00 $ 300.00 $ 12,000.00 $ 283.67 $ 11.346.80 32 604-30010 Manhole Slab Base (10 Foot) (48" Diameter Flat Top) EA 1.00 $ 12 500.00 $ 12,500.00 $ 6.967.30 $ 6.967.30 33 604-50150 Irrigation Structure Grate (Special) EA 2.00 $ 3,000.00 $ 6.000.00 $ 1.916.00 $ 3 832.00 34 615-75121 18 Inch Slide Gate EA 1,00 $ 6,800.00 $ 6.800.00 $ 2,280.00 $ 2.280.00 35 615-75122 Aluminum Stop Gate EA 1.00 $ 5,000.00 $ 5,000.00 $ 9_090.00 $ 9.090.00 36 615-75123 6 Inch Line Gate Valve EA 1.00 $ 8,500.00 $ 8.500.00 $ 5,714.34 $ 5.714.34 37 620-00020 Sanitary Facility EA 1.00 $ 5,000.00 $ 5.000.00 $ 434.70 $ 434.70 38 625-00000 Construction Surveying LS 1.00 $ 10 000.00 $ 10,000.00 $ 7,923.50 $ 7.923.50 39 626-00000 Mobilization LS 1.00 $ 20.000.00 $ 20.000.00 $ 11.741.97 $ 11.741.97 40 630-00016 Traffic Control Management LS 1.00 $ 40 000.00 $ 40,000.00 $ 25,57 1.75 $ 25 571.75 41 630-10122 Portable Variable Message Sign Panel DAY 21.00 $ 85.00 $ 1,785.00 $ 603.75 $ 12.678.75 42 700-70010 F/A Minor Contract Revisions FA 1.00 $ 60 000.00 $ 60.000.00 $ 60.000.00 $ 60.000.00 43 700-70016 F/A Fuel Cost Adjustments FA 1.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2.500.00 Total Cost $ 354,922.00 Total Cost $ 314,020.34 Total From Bid Discrepancy $ 314.019.96 $ 0.38 Appears to be a $0.38 rounding error WELD COUNTY PURCHASING 1301 N 17TH Avenue, Greeley, CO 80631 E -Mail: reverett(Sweldgov.com E-mail: cgeisertl weldgov.com E-mail: ttaylor(6 weldgov.com Ph: (970) 400-4222, 4223, 4454 DATE OF BID: DECEMBER 7, 2023 REQUEST FOR: RFQ/RFP - WCR 76 & 35 IRRIGATION PROJECT DEPARTMENT: PUBLIC WORKS BID NO: #B2300194 PRESENT DATE: DECEMBER 13, 2023 APPROVAL DATE: JANUARY 3, 2024 VENDORS GLH CONSTRUCTION LLC 780 E. GARDEN DRIVE WINDSOR CO 80550 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE PROPOSAL AT THIS TIME. 2023-3669 (2/13 EC, 0070 Hello