Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20242947.tiff
Con-Ivacc+ !VI 895(0 MEMORANDUM TO: Esther Gesick, CTB DATE: December 11, 2024 FROM: Clay Kimmi, P.E., Public Works SUBJECT: B2300185 — CR 6 & CR 13 Roundabout Project Please place the attached contract on the January 8, 2025 BOCC consent agenda. The contract is for the CR 6 and CR 13 Roundabout Project. The Board awarded the contract to W.W. Clyde on November 27, 2024. The contract id is 8956. The Tyler reference number is 2024-2947. Once the contract is signed, the bonds on pages 220 to 223 will need to have the contract approval date inserted. The contract is for an amount not to exceed $13,227,366.00. The contract amount is included in the 2025 Public Works budget. I will plan on attending the meeting to answer any questions. nwliPage l of l 1/%/25 cc: onbuseCPO pu.vclivksr VS/25 20N -Z947 Agreement for Construction Services Between Weld County and W.W. Clyde & Co. for WCR 6/13 Roundabout Project THIS AGREEMENT is made and entered into this. o day of jaaali2025, by and between the Board of Weld County Commissioners, on behalf the Department of Public Works hereinafter referred to as "County," and W.W. Clyde & Co., 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 be based upon order of attachment. Exhibit A consists of County's Request for Proposal Solicitation Package No. B2400134. Exhibit B consists of Contractor's Response to County's Request for Proposal. 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 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 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. 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 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. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shad be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $13,227,366.00, 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 hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance With a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (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. 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 - Responsibility for Damage Claims, Insurance Types and Coverage Limits. The Contractor shall indemnify and save harmless the Department, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or failure to comply with the provisions of the Contract; or on account of or in consequence of neglect of the Contractor in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of the Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. The Department may retain as much of any moneys due the Contractor under any Contract as may be determined by the Department to be in the public interest. A. The Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: 1) 1/1/crkers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment. 2) Commercial General Liability Insurance written on ISO Occurrence Form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: a. $1,000,000 each occurrence; b. $2,000,000 general aggregate; c. $2,000,000 products and completed operations aggregate; and d. $50,000 any one fire. e. Completed Operations coverage shall be provided for a minimum period of one year following final acceptance of work. If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to Weld County a certificate or other document satisfactory to Weld County showing compliance with this provision. 3) Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit as follows: $1,000,000 each accident combined single limit. 4) Professional liability insurance with minimum limits of liability of not less than $1,000,000 Each Claim and $1,000,000 Annual Aggregate for both the Contractor and any subcontractors when: a. Contract items described in 625, 629 of Attachment 2 — Public Works Special Provisions, or both are included in the Contract. b. The Contractor's Engineer, shall seal plans, specifications and submittals, including but not limited to: (1) Shop drawings and working drawings as described in subsection 105.02 of Attachment 2 — Public Works Special Provisions. (2) Mix Designs. (3) Contractor performed design work as required by the plans and specifications. (4) Change Orders. (5) Approved Value Engineering Change Proposals. (6) The Contractor and any included subcontractor shall renew and maintain Professional Liability Insurance as outlined above for a minimum of one year following final acceptance of work. 5) Umbrella or Excess Liability Insurance with minimum limits of $1,000,000. This policy shall become primary (drop down) in the event the primary Liability Policy limits are impaired or exhausted. The Policy shall be written on an Occurrence Form and shall be following form of the primary. The following form Excess Liability shall include Weld County, CO, its elected officials, and its employees as an additional insured. B. All insurance certificates shall name "Weld County, Colorado, its officers, and its employees" as an additional insured party. Depending upon the funding source, it may be necessary to include additional insured parties. Completed operations additional insured coverage shall be on endorsements CG 2010 11 /85, CG 2037, or equivalent. Coverage required of the Contract will be primary over any insurance or self-insurance program carried by Weld County. C. Each insurance policy shall include provisions preventing cancellation or non - renewal without at least 30 days' prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within seven days of the Contractor's receipt of such notice. D. The Contractor shall require all insurance policies in any way related to the Contract and secured and maintained by the Contractor to include clauses stating that each carrier will waive all rights of recovery, under subrogation or otherwise, against Weld County, its agencies, institutions, organizations, officers, agents, employees and volunteers. E. All policies evidencing the insurance coverages required hereunder shall be issued by insurance companies satisfactory to Weld County. F. The Contractor shall provide certificates showing insurance coverage required by this contract to Weld County before execution of the contract. No later than 15 days before the expiration date of any such coverage, the Contractor shall deliver Weld County certificates of insurance evidencing renewals thereof. At any time during the term of this Contract, Weld County may request in writing, and the Contractor shall thereupon within ten days supply to Weld County, evidence satisfactory to Weld County of compliance with the provisions of this section. G. Notwithstanding subsection 107.15(a), if the Contractor is a "public entity" within the meaning of the Colorado Governmental Immunity Act CRS 24-10- 101, et seq., as amended ("Act"), the Contractor shall at all times during the term of this Contract maintain only such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the Act. Upon request by Weld County, the Contractor shall show proof of such insurance satisfactory to Weld County. Public entity Contractors are not required to name Weld County as an Additional Insured. H. When the Contractor requires a subcontractor to obtain insurance coverage, the types and minimum limits of this coverage may be different than those required, as stated above, for the Contractor, except for the Commercial General Liability Additional Insured endorsement and those that qualify as needing Professional Liability Insurance. I. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. J. 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. K. 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. L. 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. M. 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. N. 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 at 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 investigatio , defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately' terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. Al! 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: W.W. Clyde and Company Name: Cameron Thompson Position: Area Manager Address: 10303 E Dry Creek Rd, Suite 300 Address: Englewood, CO 80112 Cthompson@wwclyde.net 661-212-2321 Weld County Public Works Department: Name: Clay Kimmi, P.E. Position: Senior Engineer Address: PO. Box 758 Address: Greeley, CO 80632. E-mail: ckimmi@weld.gov Phone: 970-400-3741 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21 Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 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, benefts, 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. 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. 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 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 by the Colorado Department of Labor and Employment. 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 federal or state law. If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 31. 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, 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 federal or state law, and (c) shall produce one of the forms of identification required by federal - law prior to the effective date of the contract. 32. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 33. 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. 34. 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. 35. 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: W.W. CI By: cir3 Name: ohn Thompson Title: Senior Vice President Date of Signature WELD COUNTY: ATTEST: „�,f L BOARD OF COUNTY COMMISSIONERS Weld Cou ��h BY: 6, Deputy Clerk to the Bo/r1 Chair JAN 0 8 2025 20Z6 -_2c14-1 Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 N to EXHIBIT Public Works Construction - Request for Proposal (RFP) Cover Sheet Solicitation Number: Title: Issue Date: Pre -Proposal Meeting: (Mandatory) Pre -Proposal Location: Questions Due: Questions email: Proposal Due Date: Proposal Delivery: For additional information: B2400134 WCR 6/13 Roundabout Project October 9, 2024 October 17, 2024, at 10:00 a.m. 1111 H Street, Greeley, CO 80632, Engineering North Conference Room October 28,2024, by 07:00 a.m. ckimmi©weld.gov with copy to bids@weld.gov November 4, 2024, by 10:00 a.m., Purchasing's Clock Preferred email to bids@weld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids©weld.gov Documents Included in this Solicitation Package RFP Schedules S chedule A: Solicitation Instructions S chedule B: Scope of Work Schedule C: Procurement Schedule Schedule D: RFQ/RFP Response - Criteria S chedule E: Proposal Form S chedule F: Insurance & Bonds Schedule G: Weld County Contract Schedule H: Forms Due with Proposal Schedule I : Public Works Contract Forms Solicitation # B2400134 RFP Attachments Attachment 1 — Contract Administration Forms Attachment 2 — Public Works Special Provisions Attachment 3 — Construction Plan Set Attachment 4 — Geotech Report Page 1 Table of Contents Public Works Construction — Request for Proposal (RFP) Cover Sheet 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A - Solicitation Instructions 4 Purpose/Background 4 Proposal Advertisement 4 Proposal Submission 4 Introductory Information 5 Cooperative Purchasing 6 Schedule B - Scope of Work 7 Project Overview 7 Method of Procurement 7 Delivery Method 7 Pricing Method 7 Project Scope 7 Schedule C - Procurement Schedule 10 Schedule 10 Schedule D — RFQ/RFP Response Criteria 11 RFQ/RFP Response Submittal 11 Response Format 12 Best Value Selection Process Summary Description 13 Technical Score (50 points maximum) 13 Schedule Score (20 points maximum) 13 Cost Score (30 points maximum) 14 Interview Score (optional) (50 points maximum) 14 Scoring Criteria 14 Schedule E - Proposal Form 18 Proposal Submittal Instructions 18 SAM Database 18 Fees - Proposal Schedule 18 Bid Tabulation 19 Solicitation # B2400134 Page 2 Fees — Cost Adjustments Fuel Cost AdjJstment f Asphalt Cost Adjustment Attestation Schedule F — Insurance and Bonds Insurance Bonds Insurance Mailing Information Schedule G — Weld1Cl unty Contract Contractual Obligations Weld County Standard Contract Schedule H — Forms Due with Proposal Bid Bond i IRS Form W-9 .I Title 49, CFR, Part 29 Debarment and Suspension Certification Certification of Compliance with Equal Opportunity Clause Requirements Statement of Qualifications and Subcontractors Form 605 — Weld C unty Contractor's Performance Capability Statement Form 606 — Weld County Anti -Collusion Affidavit Form 621 — Weld County Assignment of Antitrust Claims Form 1413 — Weld County Bidder's List Schedule I — Public Works Contract Forms Notice of Award Performance Bond Labor & Materials Payment Bond 23 23 23 23 25 25 27 28 29 29 29 43 44 46 47 48 49 54 55 56 57 58 59 60 62 Solicitation # B2400134 Page 3 Schedule A - Solicitation Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: WCR 6/13 Roundabout Project A Mandatory Pre -Proposal conference will be held on October 17, 2024 at 10:00 a.m. at the Weld County Public Works Building located at 1111 H Street, Engineering North Conference Room, Greeley, CO 80631. Proposers must participate and record their presence at the pre -proposal conference to be eligible to submit Proposals. Proposals will be received until: November 4, 2024 at 10:00 (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on November 4, 2024 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 238644982399 Proposal Advertisement You can find information concerning this request 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 Proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1 PREFERRED: email Proposals to bidsweld.gov. If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation # B2400134 Page 4 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by him with his 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. Proposals 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 Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this solicitation as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the solicitation forms shall be suitably filled in. Proposers are required to use the solicitation forms which are included in this package and on the basis indicated in the solicitation forms. The submitted proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Schedule A. Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Purchasing Division for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdraw ng Proposer prior to the time fixed for award. Negligence on the part of a proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposer's risk. 3 In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders (proposers) in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11- 110 (when it is accepting bids (proposals) for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids (proposals), to waive any informality in Solicitation # B2400134 Page 5 the bids (proposals), to award the bid (proposal) to multiple vendors, and to accept the bid (proposal) that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) (proposal) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of seeking solicitations and to make better use of taxpayer dollars through g volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2400134 Page 6 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a vendor to provide construction services for the construction of a roundabout at the WCR 6 and WCR 13 intersection (WCR6/1 3 Roundabout). Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through an RFQ and RFP process. Delivery Method Design -Bid -Build (DBB): Design -Bid -Build (DBB) is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then solicits bids or proposals (advertises) and awards a separate construction contract based on the designer's completed construction documents. In DBB, the agency "owns" the details/risks of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. Pricing Method Unit Pricing: Unit pricing is where the contractor simply sets a price for each unit of type of work, or category of cost. Project Scope The scope of this project is for a heavy civil contractor who is experienced in constructing roundabouts out of Portland Cement Concrete Paving (PCCP). The work generally consists of but is not limited to the following: 1. Clearing and grubbing of the project site in accordance with the project specifications; 2. Coordination with third party utility companies and their contractors in accordance with the project specifications; 3. Laying out and staking construction extents in accordance with the project specifications; 4. Stripping and stockpiling topsoil (approximately 16,330 CY) in accordance with the project specifications; 5. Removal and offsite disposal of 2 feet of in -situ materials (approximately 34,550 CY); Solicitation # B2400134 Page 7 6 Replacement of the 2 feet of in -situ materials with 2 feet of R-40 material in accordance with the project specifications, 7 Installation of new 4 inch PVC waterline (approximately 1,970 LF) in accordance with the project specifications, 8 Removal of existing and abandoned water line (approximately 4,570 LF) in accordance with the project specifications, 9 Installation of virgin aggregate base course material (approximately 11,460 TON) in accordance with the project specifications, 10 Installation of Tensar InterAx NX650 geognd (approximately 36,370 SY) in accordance with the project specifications, 11 Installation of 8 inch and 9 inch thick concrete pavement (approximately 2,800 and 26,300 SY, respectively) in accordance with the project specifications, 12 Installation of hot mix asphalt (approximately 3,750 TON) in accordance with the project specifications, 13 Installation of various sized reinforced concrete pipe (approximately 1,550 LF) in accordance with the project specifications, 14 Installation of curb inlets, manholes, and miscellaneous concrete structures in accordance with the project specifications, 15 Installation of nprap (approximately 260 CY) and soil nprap (approximately 25 CY) in accordance with the project specifications, 16 Installation of various types of curb and gutter (approximately 9,000 LF) in accordance with the project specifications, 17 Installation of permanent fencing in accordance with the project specifications, 18 Installation of pavement markings, signs, and delineators in accordance with the project specifications, 19 Work site traffic control in accordance with the project specifications, 20 Erosion and sediment control in accordance with the project specifications, 21 Seeding, composting/fertilizing, and mulching of the work site (approximately 12 AC) in accordance with the project specifications, Solicitation # B2400134 Page 8 22. Installation of soil retention blankets (approximately 40,300 SY) in accordance with the project specifications; 23. Providing process control (PC) testing in accordance with the project specifications; 24. Providing an onsite class 2 field laboratory including, a separate concrete sample storage/curing container, and break machines to determine both compressive and flexural concrete strengths in accordance with the project specifications; and 25. Providing a class 2 field office and a sanitary facility in accordance with the project specifications. Solicitation # B2400134 Page 9 Schedule C - Procurement Schedule Schedule Below is the anticipated schedule for acquisition of this project: Advertisement Date October 9, 2024 Pre -Proposal conference (Mandatory) October 17, at 10:00 a.m. at 1111 H Street, Greeley, CO 80632, Engineering North Conference Room Proposal Questions Due October 28, 2024 at 7:00 a.m. Email questions to Ckimmi(weld.gov with copy to bids@weld.gov Final Addendum Issued Proposals Are Due Purchasing's Clock Interviews (Optional) Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) October 29, 2024 November 4, 2024, by 10:00 a.m., November 25, 2024 December 11, 2024 January 8, 2025 January, 9, 2025 Solicitation # B2400134 Page 10 Schedule D — RFQ/RFP Response Criteria RFQ/RFP Response Submittal Weld County is seeking the Contractor who represents the best value for the County. To aid in the determination, the Contractor shall address submit a proposal containing the items described below. The RFQ/RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. 1. Statements showing the Contractor clearly understands the scope of the project and its objectives. 2 Describe how the proposed methodology will meet the desired goals of the project. 3. Include a brief description of similar or related projects completed within the last 5 years. 4. Emphasize projects that have included aspects related to this RFQ/RFP. 5. The RFQ/RFP Response shall include a description of critical issues that the Contractor considers to be of importance for the project and how those issues will be solved. 6. A description of how the project costs will be controlled for both the prime contractor and the prime's sub -contractors. 7 Describe how the Contractor will ensure that all Federal, State, and Local procedures will be followed. 8. Describe how the Contractor will handle the quality control for the entire project. 9. Describe any judgements, claims, or suits pending or outstanding against Contractor's company. 10. Describe any citations by OSHA for violations within the last 5 years. 11. Describe any projects where the Contractor has been assessed liquidated damages within the last 5 years. 12. Describe any changes in company ownership in the last 5 years. 13. A description of the Contractor's main office location and explain how it will not affect the project coordination with the County. 14. Explain how the Contractor is familiar with Weld County's project specifications and policies. Solicitation # B2400134 Page 11 15. Include a list of the number of employees and the annual operating budget. 16. Explain the Contractor's knowledge about Weld County in general. 17. Include a list of the Contractor's company's facilities and major equipment leased or owned (excavators with bucket sizes, blades, dozers, scrapers, tractor trailers, etc.) 18. A detailed phasing plan. The County has provided a general phasing plan in the Commencement and Completion Project Special Provision. It is expected that the Contractor's will use the general phasing plan to develop the detailed phasing plan. 19. A preliminary construction schedule showing major construction items associated with this project, and how the Contractor would complete the project within the contract time. Note, if the Contractor's schedule shows completion before the completion date listed in the RFQ/RFP Response, the completion date will be updated to match the completion date provided in the Contractor's Response. 20. 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. 21. In addition to the above mentioned items, the Contractor shall complete and provide a W- 9, Statement of Qualifications and Subcontractors, Form 605 — Contractors Performance Capability Statement, Form 606 — Anti -Collusion Affidavit, Form 621 — Assignment of Antitrust Claims, Title 49 Debarment and Suspension Certification, Certification of Compliance with Equal Opportunity Clause Requirements, and Form 1413 — Bidder's List. Blank copies of these forms can be found in Schedule H of this RFQ/RFP document. Response Format The following defines the response format: 1. Limit the total length of RFQ/RFP Response to a maximum of 20 pages. a. The County will reject RFQ/RFP responses received that are longer than 20 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the page count. d. The proposal document (Schedule H) forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. Solicitation # B2400134 Page 12 2. RFQ/RFP Responses shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper can only be used for presenting construction schedules, or example plan sheets. b. Text sizes shall be 11 point or larger. 3. Failure to follow these instructions may result in the RFQ/RFP Response being rejected. Best Value Selection Process Summary Description The following simple equation is utilized to determine the selection process scoring of the contractors which submit proposals. BV=TS+SS+CS+IS BV = Best Value Total Score (150 points maximum) TS = Technical Score (50 points maximum) SS = Schedule Score (20 points maximum) CS = Cost Score (30 points maximum) IS = Interview Score (50 points maximum) (this criterion is optional to the County) Technical Score (50 points maximum) Based upon 4 separate evaluation criteria, each with their own weighting factors. Evaluation criteria are as follows: • Scope of proposal and team. • Critical issues and similar projects. • Project control and approach. • Work location/familiarity. Schedule Score (20 points maximum) County discloses to Proposers the maximum allowable contract time acceptable, for example 150 calendar days. The earliest responsible proposed schedule scores 20 points. Other proposed schedules score based upon a ratio to the earliest. This Schedule Score is calculated by the Project Manager and provided to the selection committee members after the Solicitation # B2400134 Page 13 Technical Scores have been determined. The schedule of the successful Proposer shall form the basis for establishing the contract time, and liquidated damages would be applied after this contract time has expired. Cost Score (30 points maximum) The lowest responsible cost proposal scores 30 points. Other proposed costs score based upon a ratio to the lowest cost. The County will request Proposers to submit their cost proposal separately from their main proposal document. The Project Manager will not share the cost proposals with the other selection committee members until after the technical and schedule scores have been prior determined. Interview Score (optional) (50 points maximum) If the County decides to incorporate this criterion into the selection process, they will select the three Proposers with the highest scores to participate. In such case, these short-listed Proposers interview scores shall be added into the equation which determines the Best Value Total Score (BV). Scoring Criteria The RFQ/RFP Responses will be evaluated using the criteria listed in each Table. 1 through 3. NOTE: Each RFQ/RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score using a rating scale 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 area, the individual reviewer scores will be totaled. The two to three highest scored RFQ/RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine the final overall score and which 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 4. After all scores have been determined from the RFQ/RFP Response and the interview (if required), each score will be totaled for each RFQ/RFP. The highest score will be considered the top ranked proposal and best value for the County. NOTE: The highest score proposal may not be the lowest proposed cost. Solicitation # B2400134 Page 14 Table 7 - Best Value Request for Proposal (RFQ/RFP,) Technical Scoring Form Evaluation Criteria Standard Scoring Weighting Factor Score Range % g Evaluation and Sco Proposal Team p e of • • • • the proposal proposed project of members the that County. on clearly objectives. and methodology the (including past team relevant shows similar subcontractors). has experience projects. an meets worked understanding the together desired of key 1 to 5 3.0 3.0 — 15.0 The of The goals team Evidence Qualifications successfully Issues Critical Similar Projects and • • • schedules, Weld proposal team proposal issues. County understands successful has with and has demonstrates offers successfully the meet in demonstrated the project. realistic project projects, past. the that completed budgets. solutions the major its meet Contractor ability projects issues to project the to 1 to 5 3.0 3.0 15.0 The clearly associated The critical Contractor produce — The for Control Approach Project and • • • ensure quality proposal specifications approach Contractor Contractor Contractor construction (QA/QC) that of the describes is costs has State described has has process materials are costs. demonstrated described will and demonstrated met. clearly be in Federal and in controlled. place a logical how final how their their regulations to product. a they manage manner. quality major ability will 1 to 5 3.0 3.0 — 15.0 control subcontractor's The to and The The • • The control the The Location/ Familiarity Work licies Contractor's Contractor Contractor County and affect construction in general. coordination is demonstrated familiar office criteria. location with with knowledge the Weld does County. County not of 1 to 5 1 .0 1.0 - 5.0 • • • The adversely The po The Weld Proposal Technical Review Score 10.0 to 50.0 S _ Solicitation # B2400134 Page 15 Table 2 -Best Value Request for Proposal (RFQ/RFPI Schedul Evaluation Standard Scoring Weighting Factor Score Criteria Evaluation Range Schedule Contract Time and • • • Contractor's schedule allowed. to County 9 the ensure goals, by to the basis will and meet project and successful schedule supply for resultant Contractors or the schedule exceed the official contains initial Contract Proposer those goals will Contract project sufficient be goals. will are 1 to 20 N/A 1.0 — 20.0 The detail met. Weld schedule encouraged The proposed become Time Time Proposal Schedule Review Score 1.0 to 20.0 Table 3 - Best Value Request for Proposal (RFQ/RFP) Cost Scorin Evaluation Criteria Evaluation Standard Scoring Weighting Factor Score Range Cost • • • their costs Contractor's lowest ratio until 30 costs to Score were and after responsible points, the will presented consistent have lowest cost their and be proposal been scored Proposal cost. other in with first a based way the Contractor's will established. Score cost that project remain upon will is and 1 to 30 N/A 1.0 30.0 The reasonable goals. The sealed Schedule Technical all The receive Proposal Proposal Cost Review Score 1.0 to 30.0 Solicitation # B2400134 Page 16 Table 4 - Best Value Interview Scoring Form Evaluation Evaluation aluation Standard Scoring Weighting Factor Score Ran ge Approach Work • their • the Contractor The project. approach Contractor proposed for offered completing and innovative clearly the described project. ideas for . 1 to 5 2 2.0 10.0 — Qualifications Manager Project • • record demonstrates Contractor's Contractor's to qualifications complete effective project proposed projects and communication manager of project a proven this has scope. manager track skills. 1 to 5 2 2.0 10.0 The adequate — The Quality of • easy • The effective Contractor's to people understand. communication being presentation interviewed skills. displayed was clear and 1 to 5 2 2.0 — 10.0 The Presentation Question /Answer Session questions Contractor answers and the provided asked a provided project clear by understanding by goals. the good the selection Contractor answers of to the 1 to 5 4 4.0 — 20.0 • • The the committee. The demonstrated project Proposal Interview Score 10.0 to 50.0 Solicitation # B2400134 Page 17 Schedule E - Proposal Form Proposal Submittal Instructions The following items must be completed and submitted with your Proposal on or before the opening deadline of 10:00 a.m. (Purchasing's Clock) on November 4, 2024: 1. Schedule E: Proposal Form 2. Schedule H: Forms Due with Proposal 3. Any issued Addenda must be completed/acknowledged. 4. All other items as requested in the Bid Specifications and/or Scope of Work. A current W9 is required from each Contractor submitting a Proposal. Failure to include any of the above items upon submittal of the Proposal may result in the Proposal being incomplete, non -responsive, and the Proposal being rejected. If there are any I contingencies exc lusions usions or submitted with the Proposal, it may be disqualified. SAM Database Proposers must be registered in the System for Award Management (SAM) database. In the space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS #: Fees - Proposal Schedule Provide fees for this project in the Proposal Schedule below: NOTE: The following are items of work to be completed by Weld County: 1. Materials Quality Acceptance (QA) and Independent Assurance (IA) Testing. 2. Construction Inspection. Solicitation # B2400134 Page 18 Bid Tabulation Item No. 201-00000 202-00030 202-00035 202-00220 202-00240 202-00810 202-01000 203-00000 Item Description CLEARING AND GRUBBING REMOVAL OF PIPE (WATER) REMOVAL OF PIPE REMOVAL OF ASPHALT MAT (FULL DEPTH REMOVAL) REMOVAL OF ASPHALT MAT (PLANING) (2 INCH MILL) REMOVAL OF GROUND SIGN REMOVAL OF FENCE U NCLASSIFIED EXCAVATION Unit LS LF LF Proposal Quantity 1 4,564 203 SY 22,202 SY 1,600 EACH 203-00050 203-00060 203-00500 203-00510 203-01100 203-01500 203-01594 203-01597 203-02330 207-00205 207-00210 208-00002 U NSUITABLE MATERIAL (MUCK) (CONTINGENCY) EMBANKMENT MATERIAL ROCK FILL (57-67) (CONTINGENCY) ROCK FILL (3 INCH MINUS) (CONTINGENCY) P ROOF ROLLING LF 14 3,157 CY 34,552 CY 7,977 CY 25,401 CY CY Unit Price ($) Total Price ($) 3,626 3,626 HOUR 60 BLADING COMBINATION LOADER HOUR HOUR 40 40 U TILITY POTHOLING HOUR 100 LABORER TOPSOIL (REDISTRIBUTE) (9 INCHES) S TOCKPILE TOPSOIL HOUR 208-00020 208-00035 EROSION LOG TYPE 1 (12 INCH) S ILT FENCE 80 CY 12,835 CY 16,325 LF LF 8,730 AGGREGATE BAG 208-00045 208-00051 208-00075 208-00103 208-00105 208-00106 208-00207 CONCRETE WASHOUT STRUCTURE (LINED) STORM DRAIN INLET PROTECTION (TYPE 1) P RE -FABRICATED VEHICLE TRACKING PAD LF 1,000 2,000 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) SWEEPING EROSION CONTROL MANAGEMENT (ECM) Solicitation # B2400134 EACH LF EACH HOUR 2 272 4 40 HOUR HOUR DAY 40 160 150 WailSal Page 19 Item No. Item Descrlptaon Unit Proposal Quantity208-00300 Dot Price ($) Total Price ($) TEMPORARY BERM LF 8,519 210-00010 RESET MAILBOX STRUCTURE EACH 1 212-00702 BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) LBS 53,010 212-00706 SEEDING (NATIVE)(DRILL) ACRE 11 78 213-00002 MULCHING (WEED FREE HAY) ACRE 11 78 216-00201 SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE CLASS 1) SY 40,270 304-06000 AGGREGATE BASE COURSE (CLASS 6) (VIRGIN) TON 11,456 403-33841 HOT MIX ASPHALT (GRADING S)(100)(PG64-22) TON 2,684 403-34851 HOT MIX ASPHALT (GRADING SX)(100)(PG64-28) TON 1,048 412-00801 CONCRETE PAVEMENT (8 INCH) (SPECIAL, OMAHA TAN) SY 2,808 412-00900 CONCRETE PAVEMENT (9 INCH) SY 25,677 412-00901 CONCRETE PAVEMENT (9 INCH) (SPECIAL, DAVIS RED) SY 585 420-00132 GEOTEXTILE (SEPARATOR) (MIRAFI FW 300) (CONTINGENCY) SY 8,000 420-00300 GEOTEXTILE (REINFORCEMENT) (TENSAR INTERAX NX 650) SY 36,371 506-00030 GROUTED RIPRAP (12 INCH) CY 170 506-00212 RIPRAP (12 INCH) CY 259 506-00412 SOIL RIPRAP (12 INCH) CY 26 601-03000 CONCRETE CLASS D CY 64 602-00020 REINFORCING STEEL (EPDXY COATED) LBS 1,419 603-01180 18 IN RCP LF 683 603-02180 23x14 IN HERCP LF 88 603-02180 23x14 IN HERCP (SPECIAL) (STRENGTH CLASS 4) LF 86 603-02240 30x19 IN HERCP LF 267 603-02240 30x19 IN HERCP (SPECIAL) (STRENGTH CLASS 4) LF 40 603-02300 38x24 IN HERCP (SPECIAL) (STRENGTH CLASS 4) LF 380 603-05018 18 IN REINFORCED CONCRETE END SECTION EACH 4 Solicitation # B2400134 Page 20 Item No. Item Descri Description tion Unit Proposal Quantity Unit Price ($) Total Price ($) 23x14 IN REINFORCED CONCRETE END SECTION 603-05118 EACH ELLIPTICAL 2 30x19 IN REINFORCED CONCRETE END SECTION 603-05124 ELLIPTICAL EACH 5 38x24 IN REINFORCED CONCRETE END SECTION 603-05130 ELLIPTICAL EACH 5 604-00505 INLET CDOT TYPE D EACH 1 604-14005 INLET DOUBLE COMBO (5 FOOT DEEP) EACH 6 604-19205 INLET TYPE R L 10 FT (5 FT DEEP) EACH 1 604-19305 INLET TYPE R L15 (5 FT DEEP) EACH 1 604-30005 MANHOLE (6' DIAMETER, 6.5 FOOT DEEP) EACH 5 607-01010 FENCE BARBED WIRE WITH METAL POSTS (SPECIAL) LF 3,136 � 607-11525 FENCE (PLASTIC) LF 1,000 607-11530 FENCE (SPECIAL) (SMOOTH WIRE) LF 1,213 607-11581 FENCE (TEMPORARY)(SPECIAL) LF 4,349 609-20010 CURB TYPE 2 (SECTION B) LF 314 609-20011 CURB TYPE 2 (SECTION M) LF 408 609-21010 CURB AND GUTTER TYPE 2 (SECTION I -B) LF 2,759 609-21020 CURB AND GUTTER TYPE 2 (SECTION II -B) LF 5,514 CONCRETE APRON AT END OF CURB AND GUTTER TO 609-71001 GROUTED RIPRAP EACH 8 612-00042 DELINEATOR (FLEXIBLE, TYPE II) (SHUR-FLEX) EACH 75 612-00043 DELINEATOR (FLEXIBLE, TYPE III) (SHUR-FLEX) EACH 15 613-00400 4 INCH ELECTRICAL CONDUIT LF 401 . 614-00011 SIGN PANEL (CLASS I) SF 105 614-00012 SIGN PANEL (CLASS II) SF 284 614-00218 STEEL SIGN POST (2.25 x 2.25 INCH SQUARE TUBING) LF 588 619-06045 FITTINGS (4 INCH) (MJ x MJ) EACH 4 619-50320 4 INCH PLASTIC PIPE (WATERLINE) (C900) (DR14) LF 1,880 619-50326 DISINFECTION AND HYDROSTATIC TESTING LS 1 Solicitation # B2400134 Page 21 Item No. 619-75032 620-00002 620-00012 620-00020 622-00270 625-00000 626-00000 627-00005 627-01011 627-30205 629-01005 630-00000 630-00016 630-10122 630-80375 700-70010 700-70013 700-70016 700-70018 700-70019 700-70380 927-00170 (tern l escrlption GATE VALVES (4 INCH) (MJ x MJ) FIELD OFFICE (CLASS 2) FIELD LABORATORY (CLASS 2) SANITARY FACILITY BOLLARD CONSTRUCTION SURVEYING MOBILIZATION EPDXY PAVEMENT MARKING (MODIFIED) PREFORMED PLASTIC PAVEMENT MARKING TYPE II (INLAID) PREFORMED THERMOPLASTIC PAVEMENT MARKING TYPE I (INLAID) SURVEY MONUMENT (TYPE 5) FLAGGING TRAFFIC CONTROL (SPECIAL) VARIABLE MESSAGE BOARD CONCRETE BARRIER (FURNISH AND INSTALL) F/A MINOR CONTRACT REVISIONS F/A CONCRETE PAVEMENT INCENTIVE F/A FUEL COST ADJUSTMENT F/A PCCP SMOOTHNESS INCENTIVE F/A ASPHALT CEMENT COST ADJUSTMENT F/A EROSION CONTROL PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, AND 603 Unit EACH EACH EACH EACH EACH LS LS GAL SF SF EACH HOUR LS EACH LF FA FA FA FA FA FA DAY Proposal Quantity 4 1 1 1 12 1 1 86 5,899 1,049 Table Note Include all Force Account (F/A) items and amounts in the total Proposal amount TOTAL PROPOSAL (WRITTEN WORDS) 1 400 1 8 160 1 1 1 1 10 1 150 Unit Price ($) $800,000 00 $83,000 00 $60,000 00 $72,000 00 $15,000 00 $150,000 00 Total Proposal Amount ($) Total Price ($) $800,000 00 $83,000 00 $60,000 00 $72,000 00 $15,000 00 $150,000 00 Solicitation # B2400134 Page 22 Fees — Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment YES, I choose to accept Asphalt Cement Cost Adjustments for this project. NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. Attestation The undersigned, by hs or her signature, hereby acknowledges and represents that: 1. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal No. # B2400134. 2 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. The person signing the Proposal is authorized to bind the below -named Proposer for the amount shown on the accompanying Proposal sheets. 4 Acknowledgement of Schedule F — Insurance and Bonds. 5. Acknowledgment of Schedule G — Weld County Contract. 6 By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the sDlicitation as established by Weld County. 7. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Solicitation # B2400134 Page 23 Commissioners, is to the best interests of Weld County The Proposal(s) may be awarded to more than one vendor Item Company Name Address Entry Phone Email FEIN/Federal Tax ID # CONTRACTOR By Name Title Date of Signature Solicitation # B2400134 Page 24 Schedule F — Insurance and Bonds Insurance Responsibility for Damage Claims, Insurance Types and Coverage Limits. The Contractor shall indemnify and save harmless the Department, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or failure to comply with the provisions of the Contract; or on account of or in consequence of neglect of the Contractor in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of the Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. The Department may retain as much of any moneys due the Contractor under any Contract as may be determined by the Department to be in the public interest. A. The Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: 1 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment. 2. Commercial General Liability Insurance written on ISO Occurrence Form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: a. $1,000,000 each occurrence; b. $2,000,000 general aggregate; c. $2,000,000 products and completed operations aggregate; and d. $50,000 any one fire. e. Completed Operations coverage shall be provided for a minimum period of one year following final acceptance of work. If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to Weld County a certificate or other document satisfactory to Weld County showing compliance with this provision. Solicitation # B2400134 Page 25 3 Automobile Liability Insurance covering any auto (including owned,' hired, and non - owned autos) with a minimum limit as follows $1,000,000 each accident combined single limit 4 Professional liability insurance with minimum limits of liability of not less than $1,000,000 Each Claim and $1,000,000 Annual Aggregate for both the Contractor and any subcontractors when a Contract items described in 625 — Construction Surveying and 629 — Survey Monumentation of the Public Works Special Provisions, or both are included in the Contract b The Contractor's Engineer, shall seal plans, specifications and submittals, including but not limited to (1) Shop drawings and working drawings as described in subsection 105 02 of Attachment 2 — Public Works Special Provisions (2) Mix Designs (3) Contractor performed design work as required by the plans and specifications (4) Change Orders (5) Approved Value Engineering Change Proposals c The Contractor and any included subcontractor shall renew and maintain Professional Liability Insurance as outlined above for a minimum of one year following final acceptance of work 5 Umbrella or Excess Liability Insurance with minimum limits of $1,000,000 This policy shall become primary (drop down) in the event the primary Liability Policy limits are impaired or exhausted The Policy shall be written on an ;Occurrence Form and shall be following form of the primary The following form Excess Liability shall include Weld County, CO, its elected officials, and its employees as an additional insured B All insurance certificates shall name "Weld County, Colorado, its officers, and its employees" as an additional insured party Depending upon the funding source, it may be necessary to include additional insured parties Completed operation's additional insured coverage shall be on endorsements CG 2010 11/85, CG 2037, or equivalent Coverage required of the Contract will be primary over any insurance or' self-insurance program carried by Weld County Solicitation # B2400134 Page 26 C Each insurance policy shall include provisions preventing cancellation or non -renewal without at least 30 days' prior notice to Contractor The Contractor shall forward to the Engineer any such notice received within seven days of the Contractor's receipt of such notice D The Contractor shall require all insurance policies in any way related to the Contract and secured and maintained by the Contractor to include clauses stating that each carrier will waive all rights of recovery, under subrogation or otherwise, against Weld County, its agencies, institutions, organizations, officers, agents, employees and volunteers E All policies evidencing the insurance coverages required hereunder shall be issued by insurance companies satisfactory to Weld County F The Contractor shall provide certificates showing insurance coverage required by this contract to Weld County before execution of the contract No later than 15 days before the expiration date of any such coverage, the Contractor shall deliver Weld County certificates of insurance evidencing renewals thereof At any time during the term of this Contract, Weld County may request in writing, and the Contractor shall thereupon within ten days supply to Weld County, evidence satisfactory to Weld County of compliance with the provisions of this section G Notwithstanding subsection 107 15(a), if the Contractor is a "public entity" within the meaning of the Colorado Governmental Immunity Act CRS 24-10-101, et seq , as amended ("Act"), the Contractor shall at all times dunng the term of this Contract maintain only such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the Act Upon request by Weld County, the Contractor shall show proof of such insurance satisfactory to Weld County Public entity Contractors are not required to name Weld County as an Additional Insured H When the Contractor requires a subcontractor to obtain insurance coverage, the types and minimum limits of this coverage may be different than those required, as stated above, for the Contractor, except for the Commercial General Liability Additional Insured endorsement and those that qualify as needing Professional Liability Insurance Bonds 1 For projects over $50,000 the following bonds are required a A 5% Bid Bond is required at the time of Proposal submittal b Performance Bond in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work Solicitation # B2400134 Page 27 c. Payment Bond (Labor and Materials) in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. 2. Surety companies executing bonds must appear on the U.S. Treasury Department's most current list (Circular 570) as amended and be authorized to transact business in the State of Colorado. 3. A 5% Retainage Fee will be held for Construction contracts over $150,000. 4. Bonds may be submitted on the Standard AIA form or Weld County Form. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Clay Kimmi, P.E., Senior Engineer Email: ckimmi@weld.gov Telephone: 970-400-3741 Mail: Weld County Department of Public Works ATTN: Clay Kimmi, P.E., Senior Engineer PO Box 758 Greeley, CO 80632 Solicitation # B2400134 Page 28 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Welc County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Road Construction. Solicitation # B2400134 Page 29 Agreement for Construction Services Between Weld County and [Contractor] For WCR 6/13 Roundabout Project THIS AGREEMENT is made and entered into this day of , 2025, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works hereinafter referred to as "County," and , 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 be based upon order of attachment Exhibit A consists of County's Request for Proposal Solicitation Package No B2400134 Exhibit B consists of Contractor's Response to County's Request for Proposal 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 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 Solicitation # B2400134 Page 30 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 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. 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 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. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall Solicitation # B2400134 Page 31 result in non-payment for such additional services or work performed In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement 6 Compensation/Contract Amount Upon Contractor's successful completion of the 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 hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e g mileage) Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a, budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S ,29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7 Independent Contractor Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (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' 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 Solicitation # B2400134 Page 32 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 he 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 Solicitation # B2400134 Page 33 this work Acceptance by County of reports, incidental matenal(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 nght 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 ofany 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 - Responsibility for Damage Claims, Insurance Types and Coverage Limits. The Contractor shall indemnify and save harmless the Department, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor, or failure to comply with. the provisions of the Contract, or on account of or in consequence of neglect of the Contractor in safeguarding the work, or through use of unacceptable materials in constructing the work, or because of any act or omission, neglect, or misconduct of the Contractor, or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree The Department may retain as much of any moneys due the Contractor under any Contract as maybe determined by the Department to be in the public interest A The Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts 1 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment 2 Commercial General Liability Insurance written on ISO Occurrence Form CG 00 01 10/93 or equivalent, covering premises operations, fire 'damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows a $1,000,000 each occurrence, b $2,000,000 general aggregate, c $2,000,000 products and completed operations aggregate, and Solicitation # 52400134 Page 34 d $50,000 any one fire e Completed Operations coverage shall be provided for a minimum period of one year following final acceptance of work If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to Weld County a certificate or other document satisfactory to Weld County showing compliance with this provision 3 Automobile Liability Insurance covering any auto (including owned, hired, and non -owned autos) with a minimum limit as follows $1,000,000 each accident combined single limit 4 Professional liability insurance with minimum limits of liability of not less than $1,000,000 Each Claim and $1,000,000 Annual Aggregate for both the Contractor and any subcontractors when a Contract items described in 625, 629 of Attachment 2 — Public Works Special Provisions, or both are included in the Contract b The Contractor's Engineer, shall seal plans, specifications and submittals, including but not limited to 'I (1) Shop drawings and working drawings as described in subsection ,, I 105 02 of Attachment 2 — Public Works Special Provisions (2) Mix Designs (3) I Contractor performed design work as required by the plans and specifications (4) Change Orders I (5) Approved Value Engineering Change Proposals (6), The Contractor and any included subcontractor shall renew and I maintain Professional Liability Insurance as outlined above for a j minimum of one year following final acceptance of work 5 Umbrella or Excess Liability Insurance with minimum limits of $1,000,000 This policy shall become primary (drop down) in the event the primary Liability Policy limits are impaired or exhausted The Policy shall be written on an Occurrence Form and shall be following form of the primary The following form Excess Solicitation # B2400134 Page 35 Liability shall include Weld County, CO, its elected officials, and its employees as an additional insured B All insurance certificates shall name "Weld County, Colorado, its officers, and its employees" as an additional insured party Depending upon the funding source, it may be necessary to include additional insured parties Completed operations additional insured coverage shall be on endorsements CG 2010 11/85, CG 2037, or equivalent Coverage required of the Contract will be primary over any insurance or self-insurance program carried by Weld County C Each insurance policy shall include provisions preventing cancellation or non - renewal without at least 30 days' prior notice to Contractor The Contractor shall forward to the Engineer any such notice received within seven days of the Contractor's receipt of such notice D The Contractor shall require all insurance policies in any way related to the Contract and secured and maintained by the Contractor to include clauses stating that each carrier will waive all rights of recovery, under subrogation or otherwise, against Weld County, its agencies, institutions, organizations, officers, agents, employees and volunteers E All policies evidencing the insurance coverages required hereunder shall be issued by insurance companies satisfactory to Weld County F The Contractor shall provide certificates showing insurance coverage required by this contract to Weld County before execution of the contract No later than 15 days before the expiration date of any such coverage, the Contractor shall deliver Weld County certificates of insurance evidencing renewals thereof At any time during the term of this Contract, Weld County may request in writing, and the Contractor shall thereupon within ten days supply to Weld County, evidence satisfactory to Weld County of compliance with the provisions of this section G Notwithstanding subsection 107 15(a), if the Contractor is a "public entity" within the meaning of the Colorado Governmental Immunity Act CRS 24-10-101, et seq , as amended ("Act"), the Contractor shall at all times during the term of this Contract maintain only such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the Act Upon request by Weld County, the Contractor shall show proof of such insurance satisfactory to Weld,County Public entity Contractors are not required to name Weld County as an Additional Insured H When the Contractor requires a subcontractor to obtain insurance coverage, the types and minimum limits of this coverage may be different than those required, as stated above, for the Contractor, except for the Commercial General Liability Additional Insured endorsement and those that qualify as needing Professional Liability Insurance Solicitation # B2400134 Page 36 I The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy J 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 K 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 I L 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 M 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 N 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 Solicitation # B2400134 , Page 37 other law or court decree The Contractor shall be fully responsible andliable for any and all injuries or damage received or sustained by any person, persons, orproperty 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, agent's, and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 15 Non -Assignment Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 16 Examination of Records To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement The Contractor agrees to maintain these documents for three years from the date of the last payment received 17 Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions 18 Notices County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative All notices or other communications; made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances a) personal service by a reputable courier service requiring signature' for receipt, or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract, or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party, or Solicitation # B2400134 Page 38 Either party may change its notice address(es) by written notice to the other Notice shall be sent to Contractor Name Position Address Address E-mail Phone County Name Clay Kinmi, P E Position Senior Engineer Address PO Box 758 Address Greeley, CO 80632 E-mail ckimmi@weld gov Phone 970-400-3741 19 Compliance with Law Contractor shall strictly comply with all applicable federal and State laws, rule and regulations in effect or hereafter established, including without limitation, laws pplicable 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, reresentations, 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 uion 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 §24-5®-507 Th signatories to this Agreement agree that to their knowledge, no employee of Wed County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement 24 Survival of Ter9dnation The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including Solicitation # B2400134 Page 39 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 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 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 Solicitation # B2400134 Page 40 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 by the Colorado Department of Labor and Employment 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 for 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 federal or state law If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 31 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 a4 individual natural person eighteen (18) years of age or older is lawfully present in the United States, 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 recluired by federal or state law, and (c) shall produce one of the forms of identification re9ujred by federal law prior to the effective date of the contract 32 Public Contracts for Services C.R.S. §8-17-101 For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law In accordance with C R S §8-17-107 and 2 C F R §200 319(c), this section shall]not apply if the Work is funded wholly or in part with federal funds] 33 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 Solicitation # B2400134 Page 41 34 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 35 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 Weld County Clerk to the Board Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY Deputy Clerk to the Board Kevin D Ross, Chair Solicitation # B2400134 Page 42 Schedule H — Forms Due with Proposal All forms in Schedule H - Forms Due at Proposal Submission must be completed and submitted with your proposal response. Failure to complete and provide all forms during the Proposal submission will result in your Proposal being considered non -responsive which will eliminate the vendor from consideration of award. The forms in this schedule are: 1. Bid Bond 2. IRS Form W-9 3. Title 49, CFR, Part 29 Debarment and Suspension Certification 4. Certification of Compliance with Equal Opportunity Clause Requirements 5. Statement of Qualifications and Subcontractors 6. Form 605 — Weld County Contractor's Performance Capability Statement 7. Anti -Collusion Affidavit (CDOT Form #606) 8. Form 621 — Weld County Assignment of Antitrust Claims 9. Bidders List (COOT Form #1413) Solicitation # B2400134 Page 43 Bid Bond WCR 6/13 Roundabout 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 , 2024 for the WCR 6/13 Roundabout 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 ,2024 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: Signature: Title: ATTEST: By: Solicitation # B2400134 Page 44 Surety Signature Title ATTEST By Solicitation # B2400134 Page 45 IRS Form W-9 W-9 Rm (Rev. March fl•ta Cepartrnent el me Treasury internal Rac'ams 33w- r. r ea Request for Taxpayer Identification Number and Certification Go to envw_irs.parriForrnW9 for instructions and the latest information_ Give form to the requester_ Do not send to the IRS. Before you begin. For guidance Sated to t* purpose of Fceni W-9. see Purpose of Fo n , below. SOS 1 ‘21-71,:: of earth"onot.iduri_ An entrr, t reiattrod. TO( a solo fnpnaiw c ac►e' -deo am!, wrtai IPA Darn's rams on lit ! . area a dial ete b srrass roq ia? entity Is range on lint 2.; •nrc� d. aqa c d envy name •1 difla-ant tram above 3a Chock the a0proorwls boot L► taro tat c a stcarcn ct the irttyCnc v1St; name ,s crated an Ire t . Checii Linty one cY she netbiM n seven bakes_ t.+tdthsa.tsrata pr►o0r r _ C corcoratior L I S :cr rn Li Pa.na-snid 1 Teu=_,ssr.a:o Li LIZ. Emu' the tail ciasser non - C corporation. S - S cerparatian P - Partnership! Not Ctatk to 'LLCM bax adobe and ;n the ;fitly splice:, anmr ttii apprcpaate code IC, S. or PI tr the :ax ciasSik.abors ct me t.Li.. mile ss t c3 a disregarded gir:t,..A dsraaardad ant: v shovd rG oact discs* the *Cs-Craft:CA boil. V1 :he tax rn.alicabon cr' to owner. Other Ise rdtn,ctiorrs; W. 3b 11 on Iris sa ' C,.: cbacxed -Par:ncrthip" o{ 'Tru Vc ta:e " ct checked 1.1.C" and entered 'P as 4s '.ax c≥utcal n_ and itna art =vying '.h#s form icf a partnertip. trust* to csten in *rich you have an ownanhsp r :c7 --en check _._. this to t you hale any foreign partners. corers, c teretleiartras Sec eisttttians 5 Add ca ;r4urrtier. street, rid an. of site rx: t. See insfructcris_ 8 Calf. . and ZIP cOSI 7 _. �..;_couit numbcrts, hire japlicrat) 4 E:•a:. tr. Ana 1,C..O41= Jiggly CCty to c:.ia:r ante c 2_ rci Mdi.4 t rtribrcn-S CAI IZO9Q E:ocm pihtwe coda 4ii yr Nn Exurnpisr, tizm Foe;;fa-: f curt Tax Cc ptartce A i=ArC1ki c oaftrid coda (V WV; iAa4t ro account; r?ia cita.neti of the Untied Sat:, i Requester's tin and address !optional Taxpayer kientificaltion Number MN) Enter your TIN in the appropraaler box. The TIN petn&deci must -raid the nacre given on lime 1 to mica backup withholding. Far irdividuals, this is general; your soca security nturrae (SSN). However. for a resident agest, sole proprretor, Of ai;regar t °filly. see the instructors jeer Par. 1. later. For cotter entities, I is your employe- tdentifiicatiat number If you do not have a rumber, surf How to get a TIN. later. Note: If the ,xcaunt is in more than one tern, see the .nstr>_c;tuns for Ines 1. See also What Naive and Member To true the /* trashy ec for guideli es on whose number to enter. Part H Empioyrr idendlicat cn number Certification Under venalb4s o4 pectin'''. I cerrty that 1. The nutter snow] on this 4orrn is my correct taxpayer identification nutter c u I am wailing for a ru.rr.ce to be issues to rnet: and 2. 1 3m rtvt :gut to b a : Lp wititialling because (a* i am a xeenr pt irons t i ac& up wttlthcla ng. or ('bit I rave riot been notified by the Internal Revenue ue Sent MS, that 1 an :abject to ickue wftttldrig as a rest:lt of a failure to report Lilt rrteeest or d:viderzis, or (c) the IRS has notified me that I am no rcr,er siSsferst to backup with tc dinq; and 3. I am a V.S. cthzeeen or other U.S. person Wetted belc 'r and 3. The FATCA c ode:Is) enlerrd or tt- 9 form Of aryl critfcatxng that I an e'er -fit from FATCA reporting is comsat Certification instrtacbons. YcvJ must cross out item 2 atom ri you have been nailed by the the you are currently subiccl to baccio artrificeding because you have failed to repart ail rite' est and dividends on your tax return. For real estate transaction. item 2 does not a'y. For mortgage me mss zeta. rows/tier, or atia.lowirrierit of secured property. csrxalIation of debt. conttityuttcns to an ricivicust rretretrent arrangrrriml PA. aria. gereratiy, payments oft e- t ran :r tere*.t rid dttide,= you are rot requred In sign tie cevlica'aos:. � you rntS ;_er:vice four correct TN. See the anstrucbaris for Psi 1.:attn. Sign I Signature of Here us. person Omm General Instructions Sect an references are the Irma! Revenue Code trctfes otter-xse -tt.d. Future developments_ For ttie latest nforrabcri acoLt de-oeup r.*rnts 7ela ed to Form W-9 ard its hstruct..vrs. such as I gS3'icn enacted after they vie re pubtzhed, go to twwww.frs.g, y/rorrn'A . Whets New Lila 3a has beer rrioc fled to caiN hart a disregarded entity completes Ns Tine- An ESC that is a disreoarc ed entity should check the rccc slate box for the tax c`asat a*orz of its owner. Otner-wbe, t sold cttck the 'LL.C' vox and enter is appropnr a tax classification. New Line 30 has beer. added to this form A !lbw -through entity 5 rec irted to complete this m e to indcate tint it has d rent or ind ect foreign partners, awres. or bone tc.aries at -ten it przv des the Form W-9 to amines Now -Waugh entity en wtsch it has an wnnerzt'ip irtert t. This crtange is interyded to it rave a tfiow-erirtxigh entity with r'iforrrabor: regret"; It''e status of its indirect foreign partners, owners., Pr beneficaietrs. so Shai t cart satisfy arty apeplictle cepaeictg re:lure-merits. For exarrple. a partnership that has any indirect foeregrt partners may be required to corrviele Schedules K-2 and K-3. See the Prtre ship instructions for Schedules K-2 and K-3 (Fr 1t'6l. Purpose of Form An individual a- entity (Fi W-9 recnesterl wt's is re qured to rle an irfcrmat-ar► return with the RS s giving you tiffs 4orrn becruse► the'r' car. No.'C231 X For —'s W-9 , vti 3 2x24 Solicitation # B2400134 Page 46 Title 49, CFR, Part 29 Debarment and Suspension Certification (To be signed by authorized signatory of Bidder/Proposer) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: 1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. 2. Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years. 3. Does not have a proposed debarment pending. 4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years. 5. Has not within the past 3 years had one or more public transactions (federal, state, or local) terminated for cause or default. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of Award but will be considered in determining Proposer's 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 Solicitation # B2400134 Page 47 Certification of Compliance with Equal Opportunity Clause Requirements (To be signed by authorized signatory of Bidder/Proposer) The Bidder/Proposer certifies that (1) [it/he/she] has has not developed affirmative action programs on file at each establishment pursuant to 41 CFR § 60-4 and (2) [it/he/she] has has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, [it/he/she] has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: , 2024 Bidder/Proposer Name: Signature: Title: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by Bidders/Proposers only in connection with contracts which are subject to the equal opportunity clause. Contracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed contractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Solicitation # B2400134 Page 48 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 mean ng and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Proposer: 2. Type of Entity: 3. Permanent main office address: 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: Project Name Contract Amount Completion Date $ Solicitation # B2400134 Page 49 8 List all contracts which were not completed by the contracted and completion date Include the project description and state the number of days beyond the contract completion date 9 List all contracts within the last 5 years for which liquidated damages were assessed or may be assessed 10 List all contracts within the last 5 years during which or after which the Company filed a protest with the owner 11 List all contracts within the last 5 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request 12 Has any owner, as party to any of the Company's contracts within the last 5 years, contacted the Company's bonding company concerning late completionof 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 Solicitation # B2400134 Page 50 14 Describe all contracts on which the Company defaulted or from which the Company was terminated 15 List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project Project Name Location Supt Owner's Representative Phone Completion Date: Contract Amount Project Name Location Supt Owner's Representative Phone Completion Date Contract Amount Project Name Location Supt Owner's Representative Phone i Completion Date Contract Amount 16 List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each Solicitation # B2400134 Page 51 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 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 , 2024 Bidder Company Solicitation # B2400134 Page 52 By Signature Name Title (Please Type) NOTARY County of State of ) ss (Name) (Title) being duly sworn, deposes and says that they are Of , and that the (Company Name) answers to the foregoing questions and all statements therein contained are true and correct Subscribed and worn before me this day of 2024 (SEAL) Solicitation # B2400134 Page 53 Form 605 - Weld County Contractor's Performance Capability Statement I _ Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Protect # .� 1 List names of partnerships or joint ventures none i 2 List submitted a decreases Key in to Weld personnel the changes contractors County fiscal (Attach none or workmanship additional sheets if qualifications necessary compared to the last prequalification statement b Key equipment changes : none c Fiscal capability changes (legal actions, etc ) ; none d Other changes that may effect the contractors ability to perform work none I OR BEST DECLARE FEDERAL OF MY UNDER KNOWLEDGE LAWS PENALTY THAT THE CF PERJURY STATEMENTS IN THE SECOND MADE ON THIS DEGREE, DOCUMENT AND ANY ARE OTHER TRUE AND APPLICABLE CORRECT STATE TO THE Contractor's firm cr company name By Date Ttt:e 2nd Contractor's firm or company name of {ant venture) A _ ;y a Date Title Weld Form Z6&5 1120 Solicitation # B2400134 Page 54 Form 606 - Weld County Anti -Collusion Affidavit WELD COUNTY ANTI -COLLUSION AFFIDAVIT PROJECT NO LOCATION I hereby attest that I a -n 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 cn oehalf 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 pricers) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime b dder 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. 3k 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 :o submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation. communication, agreement or discussion with; cr 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 o-fered 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 prcmising 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. Contractors firm or company name 2nd contractors firm or company name (If J oint verrure. ) Sworn to before me this day of. 20 Notary Public My commission expires NOTE: This document must be signed in ink. Weld Form *+606 1l2A b T.a aanii ce s :a-finris_ m -raa�� Solicitation # B2400134 Page 55 Form 621 - Weld County Assignment of Antitrust Claims Weld County ASSIGNMENT OF ANTITRUST CLAIMS i -'o.€c: i No Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County. Therefore. for good cause and as consideration for executing this contract and for receiving payments hereunder 1. Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project: goods or services purchased or acquired by Weld County pursuant to this contract 2. Contractor hereby expressly agrees. a That; upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder. Contractor shall immediately advise in writing. (1) Such third party that the antitrust claim has been assigned to Weld County. and (2) Weld County that such civil action is pending and of the date on which. in accordance with subparagraph a (1) above; Contractor notified such third party that the antitrust claim had been assigned to Weld County; b To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder: and c Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder 3. Further. Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract. Contractor shall require that each such subcontractor. a Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor: b Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing. (1) Such third party that the antitrust claim has been assigned to Weld County and (2) Contractor and Weld County that such civil action is pending and of the date on which. in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County c Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims tt:•I tris; ,1 _ortspar1yrikirt4? "" ont3do l km or company Nurrj (if loin v. nture ) • Weld Form *621 120 Solicitation # B2400134 Page 56 Form 1413 - Weld County Bidder's List Weld BIDDERS County LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Date Contractor Region Subcontractors/SuppliersiVendors: rejected. The bidder must to participate on the contract Failure to submit this form may result in the proposal being list all firms seeking Firm Name Email Work Proposed (Select all that apply) DBE (YIN) Selected (YIN) I I certify that the information provided herein is true and correct to the best of my knowledge. Name Signature/Initials Title Date Work Proposed Categories: 1 Alatenals and Supplies 2 Flagging and Traffic Control 3 Trucking and Hauling 4 Precast Concrete Foundations and Footings 5 Concrete Paving. Flatwork and Repair 6 Lighting and Electrical 7. Signs. Signal installation_ and Guardrail B. Fencing 9. Buildings and Vertical Structures 10 Utility Water and Sewer Lines This torm. must be suomittea toy me prop osai deartine. 1; Structural Steel and Steel Reinforcement 12 Riprap and Anchored Retaining Walls 13. Landscape and Erosion Control 14 Bridge and Bridge Deck Construction 15 Asphalt Paving 16 Road and Parking Lot Marking 17 Chip Seal Crack Seal Joint Sea/ and Crack Fill 18 Bridge Painting and Coating 19 Stairway and Ornamental Metal 20 Parking Lots and Commercial Sidewalks 21 Clearing Demolition Excavation and Earthwork 22 Engineering and Surveying Services 23. Public Relations and involvement 24 Piles and Deep Foundations 25 Waste Management and Recycling 26 Site Clean Up 27. Mechanical and HVAC 28 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety Weld County Form #1113 O8 22 Solicitation # B2400134 Page 57 Schedule I - Public Works Contract Forms The forms in Schedule J — Public Works Contract Forms must be completed as part of contract execution. These forms are: 1. Notice of Award 2. Schedule G — Weld County Contract 3. Performance Bond 4. Labor and Materials Payment Bond Solicitation # B2400134 Page 58 Notice of Award To: CR 6/13 Roundabout Project The project in general consists of construction of roadway improvements for the existing CR 6/13 Roundabout Project. The Owner has considered the Bid/Proposal submitted by you for the above -described Work in response to its Solicitation and Instructions to Bidders/Proposers. You are hereby notified that your Bid/Proposal has been accepted in the amount of $ or as shown in the Bid/Proposal Schedule. You are required by the Solicitation Instructions to execute one original of the Agreement and furnish the required Performance Bond, Payment Bond, and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) 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/proposal 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 , 2024. Weld County, Colorado, Owner By: Clay Kimmi, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Dated this day of , 2024. (Contractor) By: Title: Solicitation # B2400134 Page 59 Performance Bond (Page 1 of 2). WCR 6/13 ROUNDABOUT PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) Address of Contractor) and a (Corporation, Partnership, or Individual) , hereinafter called Contractor, (Name of Surety) (Address of Surety) hereinafter called surety, are held, and firmly bound unto Weld County, Colorado, P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 hereinafter called Owner, in the penal sum of Dollars, ($ ) in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered a certain Contract with the Owner, dated the day of , 2025, a copy of which is hereto attached and made a part hereof for the construction of: WCR 6/13 Roundabout Project described in the Solicitation Number: B2400134. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. Solicitation # B2400134 Page 60 Performance Bond (Page 2 of 2) WCR 6/13 Roundabout Project PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of lny 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 , 2025 Contractor By (Contractor) Secretary (SEAL) (Address) (Address) ATTEST (Surety) Secretary (SEAL) By Attorney -in -Fact (Address) NOTE Date of Bond must not be prior to date of Contract If Contractor is Partnership, all partners should execute Bond IMPORTANT Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located Solicitation # B2400134 Page 61 Labor & Materials Payment Bond (Page 1 of 2) WCR 6/13 Roundabout Project KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado, P.O. Box 758, 1111 H Street, Greeley, Colorado 80632,hereinafter called Owner, in the penal sum of _ Dollars ($ in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered a certain Contract with the Owner, dated the day of , 2025, a copy of which is hereto attached and made a part hereof for the construction of: WCR 6/13 Roundabout Project described in the Solicitation Number: B2400134. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void,; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. Solicitation # B2400134 Page 62 Labor & Materials Bond (Page 2 of 2) WCR 6/13 Roundabout 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 , 2025. Contractor (Contractor) Secretary (SEAL) By (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) Witness as to Surety (Address) By Attorney -in -Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall 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. Solicitation # B2400134 Page 63 Addendum # 1 Solicitation Request Number 2400134 WCR 6/13 Roundabout Project This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT 1 Contractor Questions and Responses 2 Mandatory Pre -Proposal Meeting Minutes 3 Pre -Bid Meeting Attendance List 4 Revision to Section 105 of the Specifications 5 Revision to Section 202 of the Specifications 6 Applicable Waterline Details All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must acknowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name Date of Signature Signature Name Title Addendum #1 Date October 18, 2024 1. CONTRACTOR QUESTIONS AND RESPONSES Question 1: Is it possible to attend the mandatory pre -bid meeting virtually? Answer 1: No, the mandatory pre -bid meeting is in -person only. Question 2: Is it possible to get the AutoCAD files to assist in bidding the project? Answer 2: The AutoCAD files can be downloaded from the County's Sharefile site at https://weldcounty.sharefile.com/public/share/web- s2da8f84bdc7e4a27a6a3ceb02e0454bf. This file will be automatically deleted after the proposals are submitted. The proposed bidder is encouraged to download and save the file to their network to avoid losing the CAD data. Note the AutoCAD files are for information only and shall be used at the Bidder's risk. The CAD files are not considered Contract Documents and shall not be used in relation to any request for additional time or compensation. Question 3: Will the Weld County allow ADS HP Storm per AASHTO M330 (corrugated dual wall polypropylene storm pipe) to be bid as a value engineer alternate to the RCP storm sewer pipe that is specified on the plans? Answer 3:. No, the County will not allow ADS pipe to be substituted for RCP. Our experience in rural areas of the County is that ADP tends to melt when farmers burn the ditches. Weld County Public Works has therefore standardized on RCP when we are replacing or installing new culvert or drainage pipe on our Capital Improvement Projects because it does not burn easily. Question 4: Attachment 3 does not have the set of SUE and ROW plans that are listed on the coversheet. Where can those plans be found? Answer 4: Attachment 3a has been uploaded to BidNet. It is located on the Communication tab for this project on BidNet. Question 5: Will the County reconsider its position of not allowing ADS HP Storm model of pipe? Answer 5: No, the County will not reconsider its position on the ADS HP Storm model of pipe. The stormwater pipe allowed will be reinforced concrete pipe (RCP). Question 6: Will the County allow Mirafi RS580i to be used as an alternate to the Tensar InterAx NX650 product? Answer: No. Mirafi RS580i is a geotextile that is used as a separator fabric between layers of unsuitable material and the overlaying subgrade materials. The Tensar InterAx NX650 material is a geogrid used to lock the aggregate base course into place on top of a stable subgrade material. The typical details included in the plans show Tensar InterAx NX650 being installed between the subgrade and the aggregate base course. Mirafi RS580i will not be allowed to be used as an alternative material to the Tensar InterAx NX650 in this situation. Question 7: With regards to the use of separator fabric and geognd in the excavation of unsuitable materials, can Mirafi RS580i be used in place of the Tensar InterAx NX650' Answer 7: To be clear, the removal of the 2 feet of subgrade material is, not considered unsuitable matenals excavation If there are areas where it becomes necessary to perform unsuitable materials excavation, the plans currently show a contingency item (Mirafi FW-300) as the separator fabric Depending on the circumstance, it may be possible to use to use Mirafi RS580i as a separator fabric in lieu of the contingency The decision on what kind of material is needed to help stabilize an unsuitable materials area will be determined on a case by case basis Question 8: The pre -bid meeting agenda did not have a section outlining the changes that the County has done to Section 412, Portland Cement Concrete pavement Is it possible to have a summary of the changes that were done to Section 412? Answer 8: A summary of the changes that the County has made to,:Section 412 is included in the meeting minutes from the meeting Changes that were done to the pre - bid meeting agenda have been soon in the meeting minutes in red Prepared By Clay Kimmi, P E , Senior Engineer 2. Mandatory Pre -Bid Meeting Minutes GR-56 - WCR 6/13 Roundabout Project October 17 2024 Changes discussed during the pre -bid meeting are shown in = below. 1. Sign -in Sheet -- In order to submit a proposal, you must be on the sign -in sheet. 2. Project Description/Location a. Located at CR 6 and CR 13 intersection b. The project in general consists of the demolition of the existing intersection, construction of a new roundabout at the intersection, excavation and embankment, HMA paving, removal relocation a private water line, installation of drainage features, and erosion control. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, erosion control, and installation of various sized culverts. c. All bidders must meet the requirements of the 2023 version of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction and the Weld County Revisions to those specifications to bid this project. 3. Project Engineering a. Design was provided by Weld County Public Works Engineering. b. Materials Owner Acceptance testing will be arranged by Weld County and will be conducted by Ground Engineering. c. Process Control testing by the Contractor is mandatory for this project. Refer to the Weld County Revision to Section 106 information regarding testing requirements and qualifications for the testing company and their testers. d. Construction administration and inspections will be provided by Weld County Staff. 4. Bidding Requirements a. For the purposes of this project, the terms "proposal" and "bid" are used interchangeably. b. All proposals must be emailed to bids@weld.gov. c. Proposal deadline is November 4, 2024 at 10 am. If required, interviews will be on November 25, 2024 at times to be determined. d. Note the insurance requirements for the job are shown in Schedule F of the bid documents. i. "Weld County, its elected officials, and its employees" must be included as additional insureds. e. Forms required at bid time are shown in Schedule H of the bid documents. f. The Best Value Delivery Method is being used to select a contractor to build the project. See Schedule D of the bid documents for more information. g Proposals shall follow the submittal requirements provided in the RFQ/RFP documents See Schedule D for the submittal requirements h Make sure to submit the proposal in the required format and include all of the required forms Failure to follow the format or to provide the required forms shall result in the proposals being designated as a non -responsive proposal Non -responsive proposals will not be evaluated or scored The proposal is limited to 20 pages not including the bid proposal forms, front and back covers, blank separator pages Schedules can be on an 11x17 page which will be counted as 1 page All other 11 x 17 pages will be counted as 2 pages iii Other pages are to be 8 5 x 11 A double side page will count as 2 pages iv Text font size is 12 points or larger II 5 Bid Documents a Bid documents can be downloaded from the BidNet website b Bid documents include the RFP, project specifications, plans, geotech reports, samples of contract and associated forms, and addendums c All of the forms in Schedule E shall be returned with the RFP response 6 Bid Tabulation a Bid tabulation is found on pages 19 through 22 of the bid documents b The option to choose fuel and asphalt cement cost adjustment are found on page 23 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 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 puce will result in the proposal deemed incomplete and it will declared as a non- responsive proposal 7 Project Timeline Mandatory Pre -Bid Meeting Final Date for Questions Final Addendum Posted RFQ/RFP Due at Purchasing Interviews (If Required) Anticipated Bid Award by BOCC Anticipated Contract Signed by BOCC Anticipated Notice to Proceed Anticipated Completion Date October 17, 2024 at 10 AM October 28, 2024 at 7 AM October 29, 2024 at 5 PM November 4, 2024 at 10 AM November 25, 2024 at TBD December 11, 2024 January 8, 2025 January 9, 2025 October 10, 2025 8 Plans a Construction plans are posted on BidNet included as a separate document b. Geotech and Asphalt Design reports are included as a separate document c. The 2025 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 d Landowner and utility coordination is going to be critical. i. Landowners have been paid the temporary construction easements (TCE) shown on the plans. If you have to go outside of the TCEs, you must have written permission from the landowner and Weld County has to have a copy of the permission form or agreement. ii. Landowners and farmers shall have access to their homes and fields at all times. You may have to construct temporary accesses so the landowners and farmers can get in and out of their fields and homes. iii. Utilities are expected to be relocated by the time construction starts but there may be a little bit of overlap between the utility companies and the contractor. 9. Construction Phasing a. Proposed phasing plans have been included in the Commencement and Completion Section of the Project Special Revisions and may be modified with prior approval from Weld County. A version of your phasing plan shall be included with the RFP response. i. Phase 1 — Milestone Completion Date — May 2, 2025. Includes Mobilization Including Setup for Construction Trailer, Soils Lab Trailer, and Concrete Lab, Close WCR 6 and WCR 13 and Setup Detour Traffic Control, Relocate private Gutierrez access, Install Erosion Control — Initial, Remove and Stockpile Topsoil, Remove HMA Surface, Remove ABC, Remove 2 feet of Subgrade Material, and Remove Dirt for Detention Pond ii. Phase 2 — Milestone Completion Date — July 11, 2025. Includes Install Erosion Control — Interim, Import and Place R40 Material for Roadway Embankment, Install Mountain View Water Company Water (MVWC) Line, Remove Existing and Previously Abandoned MVWC Water Line, Remove Existing Pipes, and Install Drainage Facilities including Ditches, Pipe, & Structures iii. Phase 3 — Milestone Completion Date — September 19, 2025. Includes Final Subgrade Grading, Install Tensar Geogrid, Install ABC, Install PCCP & HMA Tie-ins, Complete HMA Mill & Overlay, Complete Shouldering, and Complete Signing and Striping iv. Phase 4 — Milestone Completion Date — October 10, 2025. Includes Seeding, Install Erosion Control — Final, Removal of Initial and Interim Erosion Control, Fencing, Substantial Completion, Punchlist, and Final Acceptance b Road closures have to be approved by the BOCC We have to have two weeks' notice prior to the start of any closure The closures will require MHTs to be approved prior to the closure request being taken to the Board c Weld County has anticipated a full road closure from the starLof construction to October 10, 2025 However, the bidders are advised that Weld County expects to open the road well in advance of October 10, 2025 10 General Project Submittals by Contractor a Submittals for all materials to be used on the project i Refer to the Weld County Revision to Section 105, Table 105-1 and 105- 1a for a list of submittals that are required The items highlighted in blue are required to be submitted and approved prior to the start of construction b Materials Certifications (COCs, CTRs, etc) will be required with each pay application c Baseline Construction Schedule has to be submitted and approved prior to the start of construction activities i Monthly schedule updates have to be included with each pay application Three week look ahead schedules will be required with each weekly progress meeting d Mix designs for asphalt and concrete have to be submitted timely so your paving schedules are not impacted i Mix designs have to be approved a minimum of 2 weeks before the start of paving operations It will take 4 — 6 weeks to obtain approvals for the HMA and PCCP mix designs Check tests have to be completed a minimum of 2 weeks before the start of paving operations 11 Davis Bacon Wages/DBE/OJT This project does not require Davis Bacon wages, disadvantaged business enterprise, or on the job training 12 Force Accounts a There are six force accounts that will be included in the project i Minor Contract Revision ii Asphalt Cement Cost Adjustment — If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid This choice cannot be changed after the bid is opened Fuel Cost Adjustment — If you want this, you must check,the appropriate line in the bid tabulation at the time you place your bid This choice cannot be changed after the bid is opened iv Erosion Control v PCCP Smoothness Incentive vi PCCP Incentive b Force account items must have the written approval of the County Project ManaOr prior to any force account work being started c This project does not have smoothness or quality incentives for HMA paving However, all requirements for smoothness and quality shall be required d There is no incentive for pavement thickness on PCCP 13 Commencement and Completion of Work a Project is a completion date contract i October 10, 2025 is the completion date ii See the Section 212, Seeding, Fertilizer, Soil Conditioner, and Sodding Project Special Revision for seeding window dates III No weather days or less than full-time charged days will be granted b Working hours are sunrise to 1/2 hour before sunset, Monday through Friday, excluding holidays If you want or need to work outside of these hours, you have to have written authorization from the Engineer c The construction schedule shall include all of the salient features listed in the Commencement and Completion Standard Special Provision of the bid documents d Method statements for all of the salient features shall be provided i Table 105-1 a of the Project Revisions 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 The Weld County Revision to Section 108 03(j) lists the information that shall be included in the method statements 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 See the Weld County Revision to Section 630 and the Project Special for Traffic Control ! General b Traffic control is a lump sum item, with only flagging, variable message boards, and concrete barricades being paid for separately, so bid accordingly 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 Utilities include CenturyLink, Mountain View Water District, and Poudre Valley Rural Electric Association Contact,'nformation has been provided in the project special b Utility coordination is outlined in section 105 11 of the Specifications c Contractor shall be responsible for protection of all existing utilities and coordination with the affected companies during construction d Most of the required relocation work is anticipated to be complete prior to construction PVREA has been relocated The Mountain View Water District's line will be relocated by the Contractor CenturyLink has been notified of the need for their relocation 16 Revisions to Section 101 - Definitions a Note how Weld County has revised certain definitions b Note the holidays that are observed by Weld County No work will be allowed on holidays 17 Revisions to Section 102 — Bidding Requirements and Conditions a Note the information included in this revision b In addition to this section, the bidding requirements are outlined in more detail on pages 2 through 16 of the bid documents c Bidders should be on CDOT's prequalified list Bidders shall also be in good standing with the federal government's System of Award Management (SAM) d Weld County does not warrant any of the CAD data provided to the Contractor The CAD data is for information purposes only and may not be used in relation to any requests for additional time or compensation AutoCAD data will be provided following the pre -bid meeting See Addendum 1 for more information 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 and to the nearest intersections are the responsibility of the Contractor Snow removal has be done within 24 hours of the storm 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. For Weld County a working drawing is equivalent to a shop drawing and will be reviewed under the same requirements as a shop drawing. c. Revised section 105.02(f) to require as -built drawings from the Contractor prior to final payment. In addition to the Weld County revision, CDOT Section 105.08 requires as -built plans using a template provided by the Engineer. i. 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. ii. Weld County will provide the AutoCAD drawings and associated files as the template at the time of award. iii. The requirement for an as -constructed survey are also outlined in Section 625.04. The as -constructed survey has to be completed per the CDOT Survey Manual, Chapter 6, Section 6.14 d. Added section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. i. See Table 105-1 a for items requiring a submittal. This is in addition to the CDOT items shown in Table 105-1. ii. There is also a $500/day/submittal pay reduction that will be assessed if the Contractor fails to submit the materials for review and approval. iii. Note that Table 105-1 a lists the items which require a method statement. iv. Items required prior to construction are highlighted in blue. If you have questions about the applicability of a submittal requirement, communicate with the Engineer. e. Revised section 105.03 paragraph 5 to essentially require that all work pass or it will be removed and replaced. f Revised section 105.03 paragraph 7 to require Process Control testing at the rates and with the procedures outlined in the Specifications. g. Price Reduction Factors in section 105.03 have been revised. h. Added section 105.03(c) to provide process control plan and documentation requirements for embankment. i Section 105.05(g) removes the quality incentive for HMA. j Revised Section 105.06 to state the lower tolerance limit is 615 psi (flexural strength) k. Section 106.05 has been extensively modified so make sure the bidder understands the specifications before submitting the bid. Revised section 105.09 Order of Precedence. m. Added section 105.10 to require the Contractor to provide meeting agendas, minutes, and attendance sheets for all meetings. i. The Contractor shall have a dedicated superintendent and project manager with authorization to act for the Contractor on site at all times. Failure to do so will result in a suspension of work on the project and contract time will continue. ii. Pay deductions will follow the Liquidated Damage Table in section 108.09. 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 n Replaced Section 105 12, Cooperation between Contractors i Contractor, not Weld County, is responsible for managing, subcontractors at all tier levels Ties liquidated damages to the Contractor for their subcontractors missing milestone dates o Added subsection 105 21(b) which explains how Final Acceptance is issued p CDOT will not participate in disputes 21 Revisions to Section 106 — Control of Material a A form 1425 is required for each supplier that provides $10,000 or more of materials b A Form 205 is required for all subcontractors including trucking who are working on the project and for suppliers who spend 20% or more of their time per week on the project , c Revised section 106 041 to include testing requirements and frequencies from earthwork items such as Section 203, 206, 304, 306, and 603 See tables 106- 1a, 106-1b, and 106-1c d Revised section 106 05(a) with requirements for projects with more than 5000 tons of HMA i Process control is mandatory ii Requires that a check test program be successfully completed e Revised section 106 06(a) to require process control testing i A Process Control Manager is required when PCCP is being placed The PC manager shall meet the requirements of Section 106 06(a)(4) Note the requirements for required equipment in Section 106 06(a)(6) Note the requirements for providing proper curing of beams and cylinders in Section 106 06(a)(6) f Revised section 106 11 to state that Buy America requirements are not applicable to this project g Added section 106 14 regarding the use of trade names and approved equals h Added section 106 15 outlining how process control testing will be paid for in relation to Sections 203, 206, 304, 306, and 603 i Process control test results have to be provided to Weld County within 24 hours of the field or lab test has been completed It is not acceptable to provide test results once per week Pay deduction of $300/sample or test will be assessed if the PC testing is not completed per Table 106-1a, 1 b, and 1c Continued failure to provide PC testing will result in theF 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 Added ection 106 16 outlining how the process control on pay items 203, 206, 304, 3Q6, and 603 will be paid for 22 Revisions t Section 107 — Legal Relations and Responsibility to Public a Added a paragraph to 107 02 for the requirement of a zoning permit for a manufactured home for any construction trailers or cargo containers used for offices An electrical permit will be required regardless of if the trailer and/or cargo ontainers are hooked up to generators or line power b Revise i section 107 16 for insurance requirements and additional insured parties c Revised ;section 107 18, Act of God Clause — Contractor shall repair all work damaged by act of God at no cost to the County No change order will be issued for change in site conditions due to act of God d Revised section 107 20 to require a County ROW permit for the project e Revised section 107 26(c) - CDPHE permit to be obtained by the Contractor in conjunction with Weld County and then transferred to the County at the end of the project f Revised ection 107 26(d) to make Contractor responsible for any and all fines levied by CDPHE for violations of the permit incurred while the project is being worked 'on I 23 Revisions t 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 stateme is 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 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 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 i I j Revised section 108 08(b) to define the completion date contract and no weather days allowed k Revised section 108 09 with a new Liquidated Damages table which is different than CDOT's I Revised section 108 09 to include a paragraph to require the submission of all paperwork required to closeout a project within 20 days after Notice of Final Acceptance m Added section 108 12 which outlines how pay reductions will be assessed to the contractor 24 Revisions to Section 109 — Measurement and Payment a Added paragraphs to section 109 01 regarding price reductions for failure to provide tickets within 48 hours of placement b Added paragraphs to section 109 01 that identifies what work is considered incidental to various pay items c Revised section 109 06(a) to make retainage 5% of the value of completed work i Will be held on every pay application ii No release of retainage until Final Acceptance d Revised section 106 06(h) to include the prompt payment form and project schedule update for each pay application Prompt payment will be strictly enforced e Revised section 106 06(h) to include a flow chart describing prompt payment f Revised section 109 07 to state that stockpiled materials will ' not be paid for unless approved by the Engineer 25 Revision to Section 201 — Clearing and Grubbing a Revision to section 201 02 to specify what is considered part of clearing and grubbing " b Revision to section 201 04 to require dump fees to be included in clearing and grubbing 26 Revision to Section 202 — Removal of Structures and Obstructions a Revised section 202 01 to define what is included in the removal of structures and obstructions b Revised section 202 07 to outline what is required for the removal of pavements, sidewalks, and curbs c Replaced section 202 09 with requirements for planing the asphalt mat All asphalt millings and chunks shall become the property of the Contractor 27 Revision to Section 203 — Excavation and Embankment a This project requires the removal of 2 feet of material below the roadway way due to the presence of high sulfate materials The material removed becomes the property of the Contractor and cannot be used within the roadway embankment The high sulfate material shall be removed by the Contractor b Replaced section 203 02 with new definitions for unclassified excavation, unclassified excavation (Complete in Place), and removal of unsuitable material c Revised section 203 03 to specify the minimum R -value for embankment materials is 40 d Revised section 203 03, paragraph 9 to require that imported materials be the same 4ilfate class as specified in the plans or the sulfate exposure class for pipes has to be changed at no additional cost to the project e Revised section 203 04 to require machine control on all earthwork activities f 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 Requires the subgrade to be scarified to a depth of 8 inches and recompacted with appropriate moisture and density controls This will be required on all pipes as well g Revised section 203 07 to clarify the methodology which will be allowed for compaction on various soil types h Revised section 203 07 to define how embankment has to be placed in areas that are to be excavated for pipes Revised section 203 08 with requirements for proof rolling Note the requirement for water truck (18 kip loading per axle proof rolling equipment) to be onsite at all times j Revised section 203 11 and 203 12 to clarify how items are paid for 28 Revision to Section 206 — Excavation and Backfill for Structures a Revised section 206 01 to include items that are included in the work b Revised section 206 02(a) for Structure Backfill (Flow -Fill) c Replaced section 206 02(a)(2) with Weld County's mix design requirements for flowfill i Minimum strength of flowfill at 28 days is between 800 and 1,000 psi d Revised section 206 02(a)(3) to include a requirement to match the sulfate exposure class of imported materials to the sulfate exposure class of the pipes e Replaced a paragraph in section 206 03 to clarify requirements for placing and compacflng structure 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 02 includes the requirement for testing onsite and imported topsoil by an independent laboratory that participates in the National Association for Proficiency Testing i Prior to placing topsoil, the Contractor has to use a rod penetrometer to ensure the subgrade soil has been properly prepared c Section 207 03 requires a pre -vegetation meeting prior to the placement of topsoil d Section 207 04 has revised requirements for topsoil stockpiling e Section 207 05 specifies how the subgrade is to be prepared pnor to the placement of topsoil f Section 207 06 specifies how the topsoil and seeding media are to be placed g Section 207 07 and 207 08 cover how topsoil will be paid for 30 Revision to Section 208 — Erosion Control a Replaced entire section of 208 with the new Weld County Revision that incorporates the CDPHE Stormwater Construction Permit (CDPS-SCP) b Make sure to read and understand this specification because lit will be strictly enforced Failure to perform erosion control per this specification will result in liquidated damages and stoppage of work This means that„erosion control trumps all other activities that the Contractor may be performing c Off -site water has to be diverted through or around the project at the expense of the contractor If offsite water including irrigation water, the Contractor will have to treat it and send it through control measures prior to it leaving the site d Sediment and pollutants leaving the site have to be self -reported to the CDPHE e A SWMP Administrator or an Erosion Control Inspector (ECI),, shall be onsite every day to perform daily inspections, keep the SWMP up to date, and maintenance on the control measures There has to be a SWMP Administrator or ECI dedicated 100% to the project These people have to be capable of installing, maintaining, and repairing control measures The Contractor shall ensure the SWMP Administrator or ECI has the resources to re,'spond 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 SWMP Administrator & ECI cannot be the Contractor's superintendent Weld County will pay for Erosion Control Management on a daily basis, Monday -Friday, excluding holidays f Revised section 208 01 to include phasing plans for implementing control measures g Revised section 208 01 to add portions of the CDPS-CSP including definitions h Revised section 208 02(c) to include a new definition of temporary berms i Revised section 208 02(k) to prohibit the use of plastic swimming pools as a concrete washout j Revised section 208 03 to outline who has to attend the Environmental Pre - construction meeting k Revised section 208 03 to include portions of the CDPS-SCP 'regarding what the SWMP has to include I Revised section 208 03(c)(1) to reflect additional requirement from the CDPS- SCP m Revised section 208 03(c)(2)(1) to reflect additional duties of the ECI n Revised section 208 03(d) to reflect additional documentation that is required by the CDPS-SCP 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 t"he 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 Note this is also required in section 107 25 of the specifications Item 18 has been revised to reflect requirements from the CDPS-SCP for permanent water quality plan sheets o Revised section 208 04(e) to include additional requirements for interim stabilization and final stabilization p Replaced section 208 04(f) to update maintenance responsibilities q Revised section 208 05 to include additional requirements including i Failures are paid for at the Contractor's expense ii Cleanout requirements for the various control measures iii Concrete washouts have to be lined even if they are more than 5 feet above groundwater iv The use of pre -fabricated VTPs are required A submittal is required for rjeview and approval prior to deliver to the site Revised section 208 09 to clarify the regulatory mechanism used for the SWMPI s Added section 208 09(f) to specify when Weld County will perform the routine water quality audits t Revised section 208 11 to outline the requirements for getting paid for erosion control ,management time u Added a paragraph to section 208 11 requiring the SWMP Notebook to be kept up to date There will be pay reductions for each incident when the SWMP Notebook is out of date by more than one week 31 Revision to Section 210 — Water and Dust Palliatives a Dust control has to be used on the site to keep dust down Water is incidental to the cost of the project 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 sodding specification b Revised section 212 01 to inform the Contractor that multiple seeding operatio'ts should be anticipated Plan for multiple seeding mobilizations because the Contractor has to reseed areas as they go For instance, once the grading work around the detention pond is complete, that area will have to be reseeded. c Revised section 212 02 to include the seed mix required for this project Note that WB-Cedar wheat or an approved equivalent has to be used as a nurse crop J k d Revised section 212 02 to include fertilization as identified by the testing performed by a soil testing Laboratory Plan accordingly because it can take more than 6 weeks to get the analysis back from the lab. '' e Revised section 212 02(c) to include a requirement for the use ,of mechanically applied compost the topsoil prior to the seeding operation f Revised section 212 03 with the required submittals for the seeding g Revised section 212 04 with the seeding windows used by Weld County h Replaces section 212 05 with the requirements for seeding used by Weld County Revised section 212 05(b) to state that hydraulic seeding is not allowed unless approved by the Engineer Section 212 06 outlines when temporary seeding is to occur Revised section 212 09 to state items which are incidental t9 the seed cost unless called out as individual pay items in the contract documents For this project, only the biotic soil amendments have been called out as a separate pay item For this project, fertilizers, elemental sulfur, and mycorrhizae are 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 34 Revision to Section 216 — Soil Retention Covering a Replaced section 216 01 which identifies what is included in the specification b Replaced Table 216-2 with requirements used by Weld County c Revised section 216 02(f) to outline the requirements for staples d Revised section 216 07 to state how soil retention coverings are paid for 35 Revision to Section 217 — Herbicide Treatment a Revised section 217 03 to describe when herbicide treatment is to be performed by the Contractor. b Revised section 217 05 to make herbicide treatment incidental' to the work 36 Revision to Sections 304 and 703 — Aggregate Base Course a Revised section 304 01 to include the various kinds of base course in this project b Revised section 304 02 to outline the requirements for the materials c Revised section 304 03 to prohibit the use of commercial mineral fillers in the materials d Revised section 304 04 to require shouldering materials to be' placed without dumping the material on the roadway e Revised section 304 06 to require the shoulder be compacted to a minimum of 95% of the modified proctor f Revised section 304 07 to outline how aggregate base course will be paid for g Revised Table 703-2 to include plasticity and LA abrasion requirements 37. Revision to Section 401 — Plant Mix Pavements — General a. Revised section 401.02(a) to include a job -mix formula for pavement that has been tested by a laboratory and approved by Weld County. Basically, requires a Form 43. b. Revised section 401.02(c) to allow up to 20 percent RAP in the HMA mix design. c. Revised section 401.12 to require machine control for the base grades and no trimming machines are allowed without written approval from the engineer. All base grade elevations shall be within 0.04 feet of the plan elevation. All grades have to be checked before any asphalt is allowed to be placed. d. Revised section 401.17 to include requirements for the use of pneumatic tire rollers and steel wheel rollers. 38. Revision to Section 403 — Hot Mix Asphalt a. Revised section 403.01 to clarify how the asphalt mix designs are to be submitted. Includes how the check testing program has to be done. b. Revised Table 403-1 to specify the requirements for 100 gyration asphalt. c. Revised Table 403-2 for the minimum voids allowed in the mineral aggregates. d. Revised Section 403.02 with more requirements for HMA paving and process control testing. e. Revised Section 403.03 to require HMA paving to be complete to full thickness prior to the end of the paving season. f. Section 403.05 has been replaced with Weld County requirements for how payment will be made. 39. Revision to Section 411 — Bituminous Materials a. Replaced section 411.05 stating that bituminous materials are not measured and paid for separately but are incidental to the unit prices for HMA. 40. Revision to Section s 412 — Portland Cement Concrete Paving a. Revised section 412.01 to require a minimum of 65% machine placed PCCP. b. Revised section 412.03 to set the lower tolerance limit for PCCP at 615 psi (Flexural Strength) c. Revised section 412.03 to set the plan value for PCCP at 650 psi (Flexural Strength) d. Revised section 412.04 to outline the requirements for mix designs and proportioning. i. Set maximum for fly ash to 20% Class F fly ash. ii. Using flexural strength to determine acceptance of PCCP. e Revised section 412.05 to outline the need for a Process Control Manager to be onsite during PCCP work. f Revised section 412.07 to require slip -form and stringless paving. g. Revised section 412.08 to require a tolerance of 0.04 feet for the subgrade and the use of machine control grading. h. Revised section 412.10 to require a rubber tracked placer (RTP) when using dowel bar baskets and the use of welded wire mesh in the areas that are oddly shaped. i. Revised section 412.13(b) requirements for longitudinal weakened plane joints. � Revised section 412.14 for curing and sealing compounds. k. Revised section 412.16 regarding how defective concrete pavement is to be repaired. Revised section 412.21 to require PCCP that does not meet thickness requirements to be removed and replaced at the Contractor's cost and added clarification that PCCP thickness would not have an incentive. m. Revised section 412.23 to outline how PCCP will be paid for. n. Revised section 412.23 to outline addition items that are incidental to PCCP. 41. Revision to Sections 420 and 712 — Geosynthetics a. Revised section 420.06 to provide the requirements for the geotextiles to be placed under riprap. b. Revised section 420.07 with the requirements for using geotextiles as separator fabrics. c. Revised section 420.09 to outline how geotextiles will be measured. d. Revised section 712.08 and Tables 712-2a and 712-2b to include the specifications for Mirafi FW-300 and Mirafi RS580i. Revised section 420.11 to outline what is included in the work. e Revised section 420.12 to include the specifications for Tensar InterAx NX650 in table 420-2. f Revised section 420.13 to outline the construction requirements for placing the Tensar. g. Revised sections 420.14 and 420.15 to describe how the Tensar will be measured and paid for. 42. Revision to Section 506 — Riprap a. Revised section 506.01 to require Mirafi FW-300 under the riprap used on the project. FW-300 is incidental to the riprap. b. Revised section 506.01 to describe soil riprap. c. Revised section 506.02 to the materials required for soil riprap. d. Revised section 506.03 to describe how soil riprap materials are to be placed. e. Revised section 506.05 to describe how riprap and soil riprap will be paid for. 43. Revision to Section 601 - Structural Concrete a. Revised section 601.01 to prohibit the use of ACI-318 during disputes. b. Revised Table 601 4 to require that BZ mixes be 4,500 psi at 28 days. c. Revised section 601.03 to identify the structural concrete coating colors and textures. d. Revised section 601.04 with sulfate resistance requirements for concrete. e. Revised section 601.12(o) to require compressive strength cylinder breaks. f. Revised section 601.17(a) outlines how concrete will be tested for acceptance. g. Replaced section 601.17(c) to state that structural concrete either meets the strength or is to be replaced at the County's sole discretion. h. Revised Table 601-3 with pay reduction factors in the event the Engineer allows the concrete to remain. 44. Revision to Section 602 - Reinforcing Steel a. Revised section 602.02 to say that epoxy coated reinforcing steel cannot be substituted for stainless, continuous hop dipped galvanized, zinc coated, and chromium reinforcing steel. b. Revised section 602.08 to require the welded wire mesh to be incidental to the work. c. Refer to the revision to Section 709 for dowel bars. 45. Revision to Section 603 - Culverts and Sewers a. Revised section 603.02 with requirements for culverts to meet the sulfate exposure class of the embankment materials surrounding it. b. Revised section 603.02 to require that corrugated steel pipe be aluminized. c. Revised section 603.04 to outline the requirements for placing pipe in embankment materials. d. Revised section 603.05 to outline the requirements for bedding around pipes. e. Revised section 603.06 to modify how pipes are placed. f. Revised section 603.07 to require concrete collars around non-standard joints. g. Revised section 603.09 to require flowfill to be used as backfill around culverts. 46. Revision to Section 605 - Subsurface Drains a. Revised section 605.07 to make the geotextile incidental to the subsurface drains. 47. Revision to Section 607 — Fences a. Revised section 607.03 to call out the CDOT M&S Standards for the barbed wire fence with metal posts. 48. Revision to Section 609 - Curb and Gutter a. Revision to 609.03 has been completely revised. Please make sure to read and understand this revision. 49. Revision to Section 612 — Delineators and Reflectors a. Revision to section 612.02(a) to include the technical specifications for the delineators that Weld County uses. b. Revision to section 612.02(b) to include the technical specifications for the reflective elements that Weld County uses. c. Revision :o section 612.05 to state that post bases are incidental to the sign posts. 50. Revision to Section 613 and 715 — Lighting a. Updated the requirements for using conduit for street lighting. 51 Revision to Section 614 — Traffic Control Devices a Revised section 614 02 to include technical requirements for the sign post hardware b Revised to section 614 09 requires sign posts in concrete or HMA to be either placed inside PVC pipe sleeves or be in cored holes c Revised to section 614 13 to outline how hardware is paid for 52 Revision to Section 619 — Water Lines a Deleted and replaced the entire section with the County's requirements for the water line installation 53 Revision to Section 620 — Field Facilities a Revised section 620 01 to require a Zoning Permit for a Manufactured Home (ZPMH) from the Planning Department for field offices Also requires an electrical permit for connection to a generator or line power b Revised section 620 02(b) to provide Weld County's specifications for a field office i The County's office trailer is to be used on the project Contractor to move the office to and from the project site Contractor to provide all items identified in the M&S Standards and in the specifications (office setup, cleaning services, trash services, office copier, paper, drinking water, power, sanitary, parking, etc ) c Revised section 620 03 to provide Weld County's specifications for a field laboratory d Revised section 620 06 to include a pay deduction if the field office is not set up prior to the start of construction activities e Revised section 620 08 to make permits incidental to the work 54 Revision to Section 622 — Bollards a Updated the section to add requirements for bollards 55 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 56 Revision to Section 626 — Mobilization a Revised section 626 01 to include miscellaneous items that have to be included in the mobilization cost 57 Revision to Section 627 — Pavement Marking a Revised section 627 13 to include pavement marking pay items 58 Revision to Section 629 — Survey Monumentation a Revised section 629 03 to indicate who is required at the presurvey construction meeting 59 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 flagging and variable message boards are going to be paid lump sum on this project 60 Revision to Section 632 — Night Work Lighting a Addedthis revision to outline the requirements for lighting at night b Night work is not anticipated for this project so this specification section is only added as a contingency 61 Revision to Section 709 — Reinforcing Steel and Wire Rope a Revised the requirements for dowel bars and tie bars b Revised the requirements for welded wire mesh 62 Questions? a Addendum 1 will be posted following this meeting It will include the agenda, meeting notes, questions and answers that were provided during the meeting, and attendance list It will be posted to BidNet b All questions after the Pre -Bid meeting must be submitted in writing to Clay Kimmi at ckimmi(&,weld goy and copied to bids@weld gov c Deadline for asking questions is 7 a m , October 28, 2024 d Final Addendum will be posted by 5 p m on October 2, 2024 3. Mandatory Pre -Bid Meeting Attendance List Name Company Phone Number E-mail Clay Weld County Public Works 970-400-3471 ckimmi@weld.gov Kimmi Don Dunker Weld County Public Works 970-400-3749 ddunker@weld.gov Ryan Axtman Weld County Public Works 970-400-3743 raxtman@weld.gov Rodney Schneider Weld County Public Works 970-400-3701 rschneider@weld.gov Mike McNish Kraemer NA 303-901-8899 mmcnish@kraemerna.com Ryan Trujillo Kraemer NA 303-419-8042 rtruillio@kraemerna.com Greg Barnes WW Clyde 303-328-1237 gbarnes@wwwclyde.net Cameron Thompson WW Clyde 661-212-2321 ctohmpson@wwclyde.net David Naibauer Kraemer NA 303-419-8059 dnaibauer@kraemerna.com Tyler Rue Kraemer NA 303-419-8053 true@kraemerna.com Lyman Wilkinson Elite Surface Infrastructure 303-841-0292 lyman.wilkinson@elitesi.com John Grubesic FNF Construction 303-419-7079 jrubesic@fnfinc.com Gary Richardson Asphalt Specialties 303-289-8555 garyr@asphaltspecialties.com Jose Silva Silva Construction 303-710-0573 Isilva@silvaconstco.com Amber Guerrero Silva Construction 720-281-8347 aguerreroasilvaconstco.com Chris Tofano Ferguson Waterworks 702-425-2961 christopher.tofano@ferguson.com Alex Tovar Chato's Concrete LLC 720-334-2297 alex@chatosconcrete.com Greg Richardson Graham 720-301-0783 coloradobids@grahamus.com Travis Coulter Flatiron 970-295-9420 tcoulter@flatironcorp.com Alan Escarcenga Jalisco International 720-618-7277 bids@jalisco.org Toby Taylor Weld County Purchasing 790-400-8859 ttaylor@weld.gov 4. Revision to Paragraph 1 Section 105 — Control of Work of Section 105 07 shall be deleted and replaced with the following 105.07 Conformity to Roadway Smoothness Criteria Roadway smoothness testing and corrective work shall be performed as described below The pavement smoothness category shall be MRI Category B unless shown otherwise on the plans 5. Revision to Section 202 — Removal of Structures Section 202 01 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, ground signs, mailboxes, miscellaneous concrete debris, and all other obstructions 'Ithat are not designated or permitted to remain It shall also include salvaging, stockpiling and loading salvable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal,of concrete and asphalt to a neat line Except in areas to be excavated, the resulting, trenches, holes, and pits shall be backfilled This work also consists of plugging and abandoning water wells as designated in the Contract Materials removed and not designated in the Contract to be salvaged or incorporated into the work shall become the property of the Contractor This work includes saw cutting and removal of the existing asphalt mat f(full depth removal) by the methods outlined on the Plans and in the specifications The materials shall become the property of the Contractor The existing asphalt mat vanes in thickness as shown on the plans and in the project geotechnical report The Contractor shall take possession of all asphalt millings generated from the 2 inch mill and overlay area Section 202 09, paragraphs 1 and 2 shall be deleted and replaced with the following 202.09 Removal of Asphalt Mat -(Planing). The Contractor shall not commence planing operations until the hot mix asphalt (HMA) mix design (Form 43) has been approved and signed by the Engineer The existing asphalt shall be removed in thickness not to exceed two (2) inches The Contractor shall remove the existing asphalt layers in a manner which minimizes the contamination of the milled asphalt with the underlying materials such as aggregate base course (ABC) and/or subgrade materials 6. Applicable Water Line Details TEE WYE CROSS WITH DEAD END BRANCHES DEAD END NOTES 1 SEE TABLE ON W -2B OF THRUST BLOCK DETAILS FOR MINIMUM AREA OF CONCRETE TO BEAR ON UNDISTURBED EARTH 2 POLYETHYLENE BOND BREAKER SHALL BE INSTALLED BETWEEN ALL FITTINGS AND CONCRETE BEND -HORIZONTAL OR BOTTOM OF VERTICAL TEE W/DEAD END ON RUN REDUCER TRENCH WIDTH AS SPECIFIED SECTION (TYPICAL) UNDISTURBED LEARTH VARIES REFER TO EQUATION ON DETAIL W-4 reeley HORIZONTAL THRUST BLOCKS DETAIL W -2A DATE JANUARY 2023 SCALE N TS Diagram 1 Detail W -2A — Horizontal Thrust Blocks THRUST 3lOCK BEARING AREAS (SQ-FT) FOR INTERNAL STATIC PRESSURE OF 150 PSI, DIP I.D., SOIL BEARING CAPACITY OF 1000 PSF AND 1.5 SAFETY FACTOR (S.F.) PIPE SIZE 90° BEND 45" BEND 22W BEND 11A" BEND DEAD ENDS, VALVES & TEES, PLUGGED CROSS BRANCHES 4'' 3.3 2.5 1.3 0.6 3.3 6" 112 5.5 2.8 1.4 7.2 8' 13.3 9.9 5.0 2.5 12.9 12" 319 21.6 11.0 5.5 28.2 16" 715 38.2 19.5 9.8 49.9 20" SPECIAL DESIGN REQUIRED 24" UNDISTURBED EARTH [FT2] = W [FT] X H [FT] THRUST FORCE FOR REDUCERS [LB] =TEST PRESSURE [PSI] X (A_ ;,E [IN2] -A:,;,�, [IN`]) GRAVITY BLOCK SIZE FOR REDUCERS [FT''] =0.225 X (A, ,,E [IN2] -AsimAL, [INS]) NOTES: 1. POLYETHYLENE BOND BREAKER SHALL BE INSTALLED BETWEEN ALL FITTINGS AND CONCRETE. 2. ALL THRUST BLOCKING SHALL BE CAST -IN -PLACE CONCRETE WITH A MINIMUM YIELD 28 DAY STRENGTH OF 2500 P.S.I. 3. THRUST BLOCKING SHALL BE CAST AGAINST UNDISTURBED SOIL. FORMS SHALL BE USED AS REQUIRED TO OBTAIN ADEQUATE BEARING AREA AND TO CONFINE THE CONCRETE. THRUST BLOCKING SHALL BEAR ON THE FITTING OR END CAP ONLY AND WILL NOT BE ALLOWED TO SP LL OVER THE JOINT OR AGAINST THE PIPE. 4. THE CITY MAY REQUIRE LARGER THRUST BLOCKS THAN SPECIFIED IF SOILS ARE DETERMINED TO PROVIDE LESS THAN 1000 PSF BEARING CAPACITY. 5. IN THE ABSENCE OF SOIL BEARING CAPACITY INFORMATION USE 1000 PSF. 6. NO LESS THAN 150 PSI TEST PRESSURE SHALL BE USED FOR THRUST BLOCK CALCULATIONS. 7. BEARING AREAS FOR AN./ PRESSURE AND SOIL BEARING CAPACITY MAY BE OBTAINED BY MULTIPLYING THE TABULATED BEARING AREAS BY A CORRECTION FACTOR "F": F= (ACTUAL SPECIFIED TEST PRESSURE IN PSI)/(150 PSI) (ACTUAL SOIL BEARING CAPACITY IN PSF)/(1000 PSF) 8. EXAMPLE: CALCULATE THE BEARING AREA FOR 8"-90° BEND WITH A TEST PRESSURE OF 200 PSI AND SOIL BEARING CAPACITY OF 3000 PSF. FROM TABLE BEARING AREA = 18.3 SF (200 PSI)/(150 PSI) F 0.44 (3000 PSF)/(1000 PSF) REQUIRED BEARING AREA ON UNDISTURBED SOIL = (0.44)(18.3 SF) = 8.1 SF .A� Greeley HORIZONTAL THRUST BLOCKS DETAIL W -2B DATE: JANUARY 2023 SCALE: N.T.S. Diagram 2: Detail W -2B — Horizontal Thrust Blocks A TRENCH BOTTOM NO 5 REBAR TOP OF VERTICAL BEND ANCHOR BAR POLYETHYLENE BOND BREAKER REFER TO NOTE 2 FOR MIN ANCHOR BAR HOOK LENGTH ANCHOR BAR BENT OVER VALVE (2 REQUIRED) p4 11 VOL OF GRAVITY BLOCK BELOW UNDISTURBED EARTH VALVE (GATE OR BUTTERFLY) VOL OF GRAVITY CONCRETE BLOCK (CU FT) PIPE SIZE BENDS 45" 22)" 11W/a 4" 167 85 43 6" 369 188 95 8" 659 336 169 12" 144 1 73 4 36 9 16" 2545 1297 652 20" SPECIAL DESIGN REQUIRED 24' NOTES SECTION A -A (�OD+12" I REFERTONOTE2 ff MIN "1 MIN ANCHOR BAR EM BE DM ENT LENGTH 6" MIN REDUCER 1 POLYETHYLENE BOND BREAKER SHALL BE INSTALLED BETWEEN ALL FITTINGS AND CONCRETE 2 ALL ANCHOR BARS SHALL BE EPDXY COATED NO 5 REBAR AND SHALL BE EMBEDDED IN CONCRETE TO WITHIN 6" OF END OF CONCRETE BLOCK AND SHALL HAVE MINIMUM 6" HOOK LENGTH GRAVITY CONCRETE BLOCK SIZES SHOWN IN TABLE ARE BASED ON 150 LB/FT' DENSITY FOR CONCRETE, 150 PSI TEST PRESSURE, AN D A SAFETY FACTOR OF 15 GRAVITY BLOCK SIZE [FT ] _ SAFETY FACTOR X THRUST FORCE [LB] DENSITY OF BLOCK MATERIAL [LB/F131 THRUST FORCE FOR REDUCERS [LB] =TEST PRESSURE [PSI) X (ALARGE [INZ] -A,, ALL [IN`]) GRAVITY BLOCK SIZE FOR REDUCERS [RI =1 5 X (AGE [IN`] -A000 [INZ]) a C Gree1y GRAVITY THRUST BLOCKS DETAIL W-3 DATE JANUARY 2023 SCALE N T S Diagram 3 Detail W-3 — Gravity Thrust Blocks INSTALL JOINT RESTRAINTS AS NECESSARY TO 7 OBTAIN REQUIRED LENGTH OF RESTRAINED PIPE (TYPO = ALL) PC C_ DEAD ENDS OR INLINE VALVES DEAD D OR INLINE VENALVE REDUCER DI PIPE (POLYETHYLENE -ENCASED) MINIMUM RESTRAINED PIPE - IN LENGTHS OF FEET DEAD PIPE SIZES (D") BENDS (LR) TEE ENDS/ REDUCERS (5) INLINE VALVES (NC) RUN BRANCH 115 22l" 45� 90" (LE) BEND BEND BEND BEND 4" 4" 5 I 5 10 15 5 50 4" I 40 6" 6" 5 I 5 10 20 5 70 4" 65 8" 6" 5 40 8" 5 10 15 30 15 90 4" 5 115 6" 5 95 12" 8" 5 70 12" 5 10 20 40 55 130 5 155 6" 5 140 16" 8" 5 120 12" 24 70 16" 5 10 20 50 90 165 NOTES 1 RESTRAINED LENGTHS SHOWN IN CHARTS ARE MINIMUM LENGTHS 2 RESTRAINT SYSTEMS ON PIPE LARGER THAN 16 -INCH DIAMETER SHALL BE DESIGNED FOR CONDITIONS EXISTING AT INSTALLATION SITE 3 THE CHARTS ARE BASED ON THE FOLLOWING ASSUMPTIONS A 150 PSI TEST PRESSURE B 15 SAFETY FACTOR C 4 -FT BURY DEPTH D SOIL TYPE ML, AS DEFINED BY AW WA M23 AND M41 E TRENCH TYPE #4, AS DEFINED BY AWWA M23 AND M41 4 THE DESIGN ENGINEER IS RESPONSIBLE FOR VERIFYING THE ACTUAL SITE CONDITIONS WITH RESPECT TO THE ASSUMPTIONS LISTED ABOVE 5 IF LENGTHS CANNOT BE MET FOR DEAD ENDS AND/OR TEES, DESIGN ENGINEER SHALL SPECIFY RESTRAINED LENGTHS OR A COMBINATION OF THRUST BLOCKS AND RESTRAINTS 6 BOTH ENDS OF INLINE VALVES SHALL BE RESTRAINED AT THE SPECIFIED RESTRAINT LENGTH (LR) SHOWN IN TABLE arid reelel HORIZONTAL PIPE RESTRAINT DETAIL W -4A DATE JANUARY 2023 SCALE N T S Diagram 4 Detail W -4A — Horizontal Pipe Restraint V-0" MIN. VERTICAL OFFSET VERTICAL LOWERING RESTRAIN ALL JOINTS RESTRAIN ALL JOINTS DI PIPE LENGTHS (POLYETHYLENE OF RESTRAINED -ENCASED): PIPE MINIMUM - IN FEET SIZES PIPE (D") VERTICAL BENDS 1114 BEND 22Y: BEND 45° BEND L• L2 L: L- L L2 4" 5 5 10 5 25 5 6" 10 5 15 5 30 10 8" 10 5 20 5 40 10 12" 15 5 30 10 55 15 16" 20 5 35 10 70 20 NOTES: 1. RESTRAINED LENGTHS SHOWN IN CHARTS ARE MINIMUM LENGTHS. 2. RESTRAINT SYSTEMS ON PIPE LARGER THAN 16 -INCH DIAMETER SHALL BE DESIGNED FOR CONDITIONS EXISTING AT INSTALLATION SITE. 3. THE CHARTS ARE BASED ON THE FOLLOWING ASSUMPTIONS: A. 150 PSI TEST PRESSURE B. 1.5 SAFETY FACTOR C. 4 -FT BURY DEPTH D. SOIL TYPE: ML, AS DEFINED BY AWWA M23 AND M41 E. TRENCH TYPE: #4, AS DEFINED BY AWWA M23 AND M41 4. THE DESIGN ENGINEER IS RESPONSIBLE FOR VERIFYING THE ACTUAL SITE CONDITIONS WITH RESPECTTO THE ASSUMPTIONS LISTED ABOVE. 5. IF LENGTHS CANNOT BE MET FOR DEAD ENDS AND/OR TEES. DESIGN ENGINEER SHALL SPECIFY RESTRAINED LENGTHS OR A COMBINATION OF THRUST BLOCKS AND RESTRAINTS. an�r� v v\ Greeley VERTICAL PIPE RESTRAINT DETAIL W -4B DATE: JANUARY 2023 SCALE: N.T.S. Diagram 5: Detail W -4B — Vertical Pipe Restraint ELEVATION VIEW NOTES 1 ALL FOUR VERTICAL 45 -DEGREE BENDS SHALL BE RESTRAINED BY MECHANICALJOINT RESTRAINTS AND THRUST BLOCKS PER THE LATEST REVISION OF VU&S THRUST BLOCK DETAILS ALL BURIED PIPE, FITTINGS, AND APPURTENANCES SHALL BE RESTRAINED AND INSTALLED PER WATER & SEWER (W&S) SPECIFICATIONS, LATEST REVISION 2 INSTALL TRACER WIRE ACCORDING TO WATER & SEWER SPECIFICATIONS AND STANDARD UTILITY LOCATING ("UL") DETAILS, LATEST REVISION OF EACH 3 MINIMUM CLEARANCE FROM CONFLICTING UTILITY SHALL BE NO LESS THAN 18 INCHES AT THE NEAREST DIMENSION OR ENCASED PER DETAIL ,:?VS -3 4 INSULATION BOARD ABOVE THE WATERLINE IS REQUIRED IF THE WATER LINE CROSSES WITHIN 4 FEET OF STORMWATER CROSSINGS OR 0THERIOPEN-AIR CONDUITS IN SUCH CASES, INSULATION BOARD SHALL EXTEND 5, HORIZONTALLY ON EITHER SIDE OF THE CROSSING CONDUIT PLACEMENT SHALL BE IN ACCORDANCE WITH THE SEPARATE TRENCH CROSS SECTION DETAIL AND W&S SPECIFICATIONS, LATEST REVISION OF EACH at,N. ureeldy VERTICAL PIPE LOWERING DETAIL W-5 DATE JANUARY 2023 SCALE N T S Diagram 6 Detail W-5 — Vertical Pipe Lowering tt4 CIRCULAR REBAR 3" FROM TOP OF COLLAR PAVEMENT�� BASE COURSE OR ti FLOWABLE FILL I I=111, ; ,11 COMPACTED SUBGRADE (SEE STREET SPECIFICATIONS) LID CONCRETE COLLAR FINISHED GRADE I '-I I I-1' VALVE BOX (12" MINIMUM THICKNESS) VALVE BOX LID (SEE ADJACENT DETAIL) FINISHED GRADE -1I1- CONCRETE COLLAR (SEE NOTE 1) 6" MAIN VALVE IN STREET VALVE BOX PER SPECIFICATION TRACER WIRE (SEE NOTE 9) .7- THRUST BLOCK & ANCHOR BARS (PER THRUST BLOCK DETAILS) If NOTES 1 VALVE BOX SHALL BE PLACED IN A CONCRETE COLLAR AT THE SURFACE FOR STABILIZATION REFER TO STREETS STANDARD DETAILS, LATEST REVISION, FOR VALVE BOXES LOCATED IN PUBLIC STREETS AND ROADWAYS (S-33) 2 VALVE BOX SHALL BE CENTERED & PLUMB OVER THE OPERATING NUT 3 OPERATING NUT ON BURIED VALVES SHALL BE BETWEEN 4' & 6' BELOW FINISHED GRADE EXTENSION REQUIRED IF DEEPER THAN 6' TO BRING THE OPERATING NUT TO THE SPECIFIED RANGE 4 PROVIDE POLYETHYLENE BOND BREAKER BETWEEN ALL PIPE/FITTINGS AND POURED CONCRETE 5 ALL BURIED VALVES, FITTINGS, AND APPURTENANCES SHALL BE RESTRAINEDAND INSTALLED PER WATER & SEWER (W&S) SPECIFICATIONS (SPECIFICATIONS), LATEST REVISION 6 ALL BURIED VALVES TO BE INSTALLED ACCORDING TO W&S THRUST BLOCK DETAILS AND SPECIFICATIONS, LATEST REVISION OF EACH 7 BEDDING AND BACKFILL AROUND VALVE SHALL BE PLACED PER W&S SPECIFICATIONS, LATEST REVISION 8 INSTALL TEST STATION AND TRACER WIRE ACCORDING TOW&S SPECIFICATIONS AND W&S UTILITY LOCATING ("UL") STANDARD DETAILS, LATEST REVISION OF EACH 9 UNLESS OTHERWISE SPECIFIED, THIS DETAIL ALSO APPLIES TO BOTH POTABLE WATER AND NON -POTABLE IRRUGATION STANDARD VALVES Greeley' STANDARD VALVE & RISER ASSEMBLY DETAIL W-19 DATE JANUARY 2023 - SCALE N T S Diagram 7 Detail W-19 — Standard Valve and Riser Assembly FIRE HYDRANT TRACER W IRE Ri TAPE WIPE TD TOP OF PIPE {SEEHYDRANi NOTE 2J T�7STATON �ACCE55 BOk ISFE II\®1 HYOgANT NCIIE AJ -TRA[Ep GROUN I:tICiD WIRE (SEE GENERAL NCRE SJ 77 hIIN IB FS4l SFE FIRC HYDRANTTEA STATION DETAIL GROUNDING ROD {SEE GENERAL NOTE s) FIRE HYDRANT & STANDARD IAEA TEST STATION DETAIL GPOUND GOLATION SNITCH (SEE HYOflhNT NOTE AJ COIL?A E%TAA CATHODE AND ANODE W IRES INSIDE ACCESS ROK PEP MFR SPECIFICATIONS (SEE HIDRANT NOTE 4J SEE H /OMNT NOTE 3 TRACER W IREACCESS BO% (SEE HYDRANT NOTE 4) CATHODETRA j �NJDDE LNNE TO LNRE WATEq MAIN GROUNDING ROD 1 REFER TO RELATED DETAIL FIRE HYDRANT DETAIL LLTEST REMSION FOR FIRE HYDRANT INSTALLATON STANDARD DRALVING 2 REFER TO GENERAL NOTES FOA ADOITONAL TRACER WIRE REgUIREMENT5 & GRADE SURROUNDING TRACER WIRE ACCESS BO%SHALLSLOPEPWAY F0.UM LLDAT214 MINIMUM GRADE FIgE HYDRANTTEST STATION ALCESSBOx SHALLBECOPPERHEAD SNAAEPITACCESS POINT W1TH TWO TERMINAL SWTTCHPBLE LID OP APPROVED EQDAL reeley CURB STOP TEST STATION DETAIL lALYE BOx UOTREAD WATERR JTEST` ^c FT (UNEARI TRACER WipE CATHODELOOPLOOSELYSECURED SECUREDTO CURB STOP P9% VALVE%EYGVIDE ORCUR65TOP FOx UPPER HALFOFASTANOARDVYLVEBO% SHALL EN PLACED OVER THE N qB STOP 00% AlID7RABCR WIRE 2 UXDFRNOOpCUh15TANCES SHALAm FILL MATE0.lAL BE PIACEP INSIDE THE VALV E ilarillEEIE;AgtER 3DE LOOP I2 h1A%BELOLYER INSIDE THEVALVE BOY4 TAPING WTERlAL FOqLONG CURB STOP AS TAPPER ALONG PIPE DATE JANUARY 2023 TRACER WIRE AROUND VAULTS TRACER LNRE CONNECTION SEE STANDARD hIFR TRPLER LNRE (SEEGENEPAL TFSi STATION CONNECEION ISEE NOEE TJ DETAIL GENERAL NOTE7} TRACERsTgitSPWYEDJ PLAN VIEW OFFSET FOR CLARITY VAULT TRACER WIRE NOTES L REFER TO RELATED DETPILSW SD W 11 ANOW IS FO0. METER VAU LT DETAILS AND REgUIgEMENT5 2 REFER TO GENERAL NOTES FOR A0DITIONALTgACEA WIRE REQUIREMENTS TRPE TRACEp IMRE TO TOP OF PIPE LSEE GENERAL NOTE 71 WATER MAIN TRACER WIRE AND UTILITY LOCATING SAMPLE PLAN OF WATER MAIN TRACER WIRE ABOVE GROUND TEST STATON AND GflOUNDACCE55 C. BO%INSIDEYALYE BDx {SEE FIRE HYORANTTRACER"- WIRE DETAIL & GENERAL NOTE 2) SERVICE TRACER WIRE L"EE GENERAL NOTE BIB MAINLINE TEST STATION ACCESS BO%& GROUNDING POD ON EDGE CI 0.0N {SEE GENERAL NOTE 41 IATEpAL � I WgTER 4 WAY MAIN CONNEROfl ORTVO TRACER ifYP) I MAIN I 1 AYCOI TORSWITHSHORT WIRE �� 8 (TYPJ I AIMPER wIRF GROUNDING ROU (SEE�Tr / W WpTER- I —� GEPJEgAL NOTE 5J WATER! AAAIN �TRA[[R WIRE (TYP) hVJN CROSS jttP) f• MAWTVADLLATERALLUGCONNECTO0. {SEE GENERAL NOTES G & 71 `TEST STATION TRACER WIRE COILANOUND �CUPBSTOP BO%LSEEGEN EZ`r TE31 �nlaac�no r.vnl LEGEND DATER MAN + DRNCIh IUGACSIUM TRACCRNIRCACCCSSBD%UDDSCCDIL CRDIINDING RCD(TYD) © FAOUND CURBSIOP FCp ABD JC GROUhD — — — TgNEp 5�IRE NIIBSTOPINPJ LCCES]I WMERS-- a FIREHYDRWAT(r. EI'L TAFCL CFICCTSBOx(ABDYCGROU" LC AC[[TS B0.Y / GROUNDNG RCDJ GENERAL NOTES 1 TRAQ0. WIRE DEPICTED OFFSET FROM PIPE FOR CLARITY TFACFR WIRE SHALL BE INSTALLED ON TOP OF PIPE IN ACCOPOANCE W ITN THE WATER & SEWER UTILITY LOCATING DETAIL ULfi AFJO WATER R SEWER CONSTRUCTION SPECIFILATIDNS lATE57 REVISION OF EACH TRACER WTREPCCESS IN THE FORM OF ATESTSTATION ACCESS BO%FROM A CITY APPROVED MFR MUST BE PROVIDEDANOGROUNDEDAi EYFRY FIRE HYDPAHi REFER TO WATER&SEWER SPECIFICATONS LATEST PEVGION POII PpODULT AND MANUPRCTUREq RE[DRIMEunannrvc pND R[QUIREMENTS DOPED AROUND THE CURB STOP BO%SHALL BE PLACED F.REFER TO F.&S SERVICE LATERAL UTIIRY LOCATING 1DITIONAL INSTALLATION REgl11gEMENTi :E LATERALS OR HYDRANTS TRACER WIRE SS MUST DETAIL UL -1 SCALE N T S LEGEND NP- NON POTABLE MAIN/ SERVICE WATER MAIN/ SERVICE - - TRACER WIRE MAIN/SERVICE SAN SEWER MAIN/ SERVICE --- PROPERTY LINE EDGE OF CONCRETE/ PAVEMENT GAS SERVICE ELECTRIC SERVICE DRIVE-IN MAGNESIUM GROUNDING ROD (TYP1 STRUCTURE / ' PROPER,/ LINE SS CLEANOUT 3 SIDEWALK' 10' MIN d 55 SERVICE LINE A e E In C' SERVICE I -\ METER I ,TREELAWN CURB & GUTTERS 5' MIN FROM LIP OF STREET GUTTER SS SS 10 MIN CLEARANCE FROM UTILITIES w 4 - CONNECT TO MAINLINE TRACER WIRE (SEE NOTE 10) 5 MIN 4, - Ns 4 SSJ , EXISTING 55 I MIN SERVICE LINE EXISTING WATER SERVICE LINE SS SERVICE TEST STATION AT STRUCTURE (SEE NOTE B 11 CURB STOP& SERVICE TEST STATION (SEE NOTE 71) CURB STOP INSIDE STANDARD CAST IRON VALVE BOX IN TREELAW N OR t1' FROM PROPERTY LINE (SEE DETAIL W-9) WATER & NON -POTABLE IRRIGATION SERVICE LINE WATER & NON -POTABLE SERVICE TEST STATION AT STRUCTURE (SEE NOTE72) EXTEND NON -POTABLE 2' MIN SERVICE LINE TO STRUCTURE AND GROUNDING ROD SURFACE SEUIOTE 91 NOTES 1 ALL BURIED PIPE, VALVES, AND APPURTENANCES SHALL BE INSTALLED ACCORDING TO THE CITY OF GREELEY WATER & SEWER DETAILS AND SPECIFICATIONS LATEST REVISION TRACER WIRE IS REQUIRED FOR ALL SERVICE PIPES (WATER, SEWER, NON -POTABLE) TRACER WIRE IS ONLY DEPICTED AWAY FROM PIPE IN ABOVE DRAWING FOR CLARI, REFER TO GENERAL NOTES ON WATER & SEWER DETAIL UL -6, LATEST REVISION, FOR ADDITIONAL TRACER WIRE INSTALLATION, TAPING, CONNECTION, SPLICING AND GROUNDING RECLUIREMENTS FOR FUTURE CONNECTION SERVICE STUBS DEVELOPER SHALL PROVIDE A MINIMUM OF 2 FEETOF WIRE VVRAPPED AND TAPED TO MARKER POSTAT PROPERTY LINE (PROPERTY BUILDER SHALL SPLICE TO THIS TRACER WIRE COIL AT LATER DATE) REFER TO WATER & SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR APPROVED TRACER WIRE GROUNDING ROD, TEST STATION, AND MISC PRODUCT MFR p 7 WATER & NON -POTABLE SERVICE TEST STATIONS/TRACER ACCESS 7 1 TEST STATION (AT CURB STOP) TAPE TRACER WIRE TO CURB STOP BOXAND RUN TO SURFACE SECURE A 8 TWO FOOT (LINEAR) COIL OF TRACER WIRE AT THE TOP OF THE CURB STOP BOX, AND PLACE THE UPPER HALF OF A STANDARD VALVE BOX AROUND THE CURB STOP AND TEST STATION 7 2 PROPERTY OWNER TEST STATION AT STRUCTURE TERMINATE TRACER WIRE AT STRUCTURE WITH AN APPROVED TEST STATION ACCESS BOX FROM AN APPROVED MFR, MOUNTED TO STRUCTURE 7 3 SEE W&S DETAIL UL -4, LATEST REVISION, FOR ADDITIONAL DETAILS SANITARY SEWER SERVICE TEST STATIONS/TRACER ACCESS 81 PROPERTY OWNER TEST STATION AT STRUCTURE TERMINATE TRACER WIRE AT STRUCTURE WITH AN APPROVED TEST STATION ACCESS BO, FROM AN APPROVED MFR, MOUNTED TO THE STRUCTURE B 2 SEE W&S DETAIL UL -5, LATEST REVISION FOR ADDITIONAL DETAILS 9 ALL SANITARY SEWER SERVICE LATERAL TRACER WIRES SHALL TERMINATE WITHIN 2FT OF THE SS MAIN WITH AN APPROVED 15 LB DRIVE-IN MAGNESIUM GROUNDING ROD 10 ALL WATER SERVICE LATERAL TRACER WIRES SHALL BE CONNECTED TO MAINLINE TRACER WITHOUT CUTTING / SPLICING THE MAINLINE TRACER WIRE ACCORDING TO WATER & SEWER DETAIL UL -6, LATEST REVISION at�Ac7 N Greeley (TYP) SERVICE LATERAL UTILITY LOCATING PLAN DETAIL UL -3 DATE JANUARY 2023 SCALE N T Diagram 9 Detail UL -3 Typical Service Lateral Utility Locating Plan E E U 92 O a CD C r 7O C) !ln 0QIAJOS Je eM O 0) CQ a CD a i CI) 0 W O 0) 0 CD k WATER MAIN a I I i ROW OR EXCLUSIVE EASEMENT PROPERTY LINE SEE W&S DETAIL W-6 CORPORATION I STOP 1 I- SEE "TEST STATION AT CURB STOP" DETAIL s: I.in. _j L CONNECT SERVICE LATERAL TRACER WIRE TO MAINLINE TRACER (SEE NOTE 5) MFTFR PI1 FLOW VARYING WIDTH UTILITY EASEMENT TRACER WIRE DISPLAYED OFFSET FOR CLARITY f TERMINATE SERVICE LATERAL TRACER WIRE AT STRUCTURE (SEE "TEST STATION AT STRUCTURE" DETAIL) TRACER WIRE INSTALLATION PLAN VIEW ROW OR EXCLUSIVE EASEMENT PROPERTY LINE SEE "TEST STATION AT CURB STOP" DETAIL PAVEMENT -rn-s WALK �I II SEE W&S DETAIL W-6 TAPE TRACER WIRE TO TOP OF PIPE AND TO CURB STOP BOX (SEE NOTE 2) WATER MAIN' CONNECT SERVICE LATERAL TRACER WIRE TO MAINLINE TRACER WIRE (SEE NOTE 5). METER PIT PER DETAIL -� W-7 1.1 L_kJ • • • am ., _ ii..10117. VARYING WIDTH UTILITY EASEMENT SEE "TEST STATION AT STRUCTU RE" DETAIL I . r FLOW -e - a DEVELOPER TO INSTALL TRACER WIRE AND TEST STATION (SEE NOTE 3) a reeli! PROPERTY BUILDER TO INSTALL TRACER WIRE (SEE NOTE 4) ELEVATION VIEW STRUCTURE WATER SERVICE TEST STATION DETAIL a o%nk ,nnn-nacaa \ ' 9 aoci occaa innnn-nnrnf ,.((I Om AJis •4 y'i "(annaancnnt� I1 000a000 oY'. \ goaanac,s trr.-7-71-Erin 12" MAX. (SEE NOTE 3) UPPER HALF-•�-i OF STANDARD VALVE BOX DEVELOPER INSTALLATION (SEE NOTE 3 CURB STOP (SEE NOTE 1) t • CURB STOP VALVE BOX LID TO READ: "WATER / TEST" 2 FT (LINEAR) TRACER WIRE CATHODE LOOP LOOSELY SECURED TO CURB STOP BOX CURB STOP BOX rarer (SEE NOTE 1) t MOUNTABLE TEST STATION ACCESS BOX FROM APPROVED MFR (SEE NOTE 4) -1TI-I i l= TRACER WIRE PROPERTY BUILDER SPLICE AND INSTALLATION (SEE NOTE 4) i i STRUCTURE TEST STATION AT CURB STOP TEST STATION AT STRUCTURE NOTES: 1. REFER TO RELATED WATER & SEWER DETAILS W-6 THROUGH W-11, LATEST REVISION OF EACH, FOR WATER SERVICE LATERAL AND METER INSTALLATION DETAILS. 2. REFER TO RELATED SERVICE LATERAL TRACER WIRE DETAIL UL -3, AND GENERAL TRACER WIRE NOTES ON UL -6, LATEST REVISION OF EACH, FOR ADDITIONAL TRACER WIRE TAPING, SPLICING, CONNECTING, AND GROUNDING DETAILS. 3. UTILITY DEVELOPER TO INSTALL TRACER WIRE ON MAIN AND UP TO TEST STATION AT CURB STOP ON THE EDGE OF ROW. PROVIDE 2 FT (LINEAR) OF EXCESS TRACER WIRE, SECURED AT THE TOP OF THE CURB STOP BOX, AND PLACE THE UPPER HALF OF A STANDARD VALVE BOX AROUND THE CURB STOP AND TEST STATION. FOR NEW DEVELOPMENT, UTILITY DEVELOPER SHALL PROVIDE A MINIMUM 2 FT COIL AT MARKER POST IF PRIOR TO CURB STOP INSTALLATION. 4. PROPERTY BUILDER TO SPLICE SERVICE TRACER WIRE TO TEST STATION TRACER WIRE AND INSTALL UP TO STRUCTURE, TERMINATING DIRECTLY ABOVE THE SERVICE LATERAL AT THE STRUCTURE WITH AN APPROVED ACCESS BOX FROM AN APPROVED MFR AND INSTALLED IN ACCORDANCE WITH MFR SPECIFICATIONS. REFER TO WATER & SEWER SPECIFICATIONS, LATEST REVISION, FOR APPROVED MFR. 5. ALL MAINLINE TRACER WIRE CONNECTIONS SHALL BE INSTALLED PER LATEST REVISION OF WATER & SEWER SPECIFICATIONS. MAINLINE TRACER SHALL NOT BE CUT OR SPLICED IN ANY WAY (SEE NOTE 3). (TYP) WATER SERVICE UTILITY LOCATING DETAIL SECTION & TEST STATION DETAIL UL -4 DATE: JANUARY 2023 SCALE: N.T.S. Diagram 11 Detail UL -6 — Tracer Wire General Notes TRACER WIRE NOTES 1 LOCATING MUST MEET REQUIREMENTS OF SENATE BILL 18-167 OR ANY UPDATE 2 TRACER WIRE SHALL BE LOCATED ON TOP OF PIPE, TAPED EVERY 3 TO FEET MAX AND EACH SIDE OF EVERY JOINT, FITTING, AND VALVE 3 TRACER WIRE IS REQUIRED FOR ALL WATER SERVICE LATERALS, NON -POTABLE IRRIGATION SERVICE LATERALS, ALL SANITARY SEWER LATERALS, ALL WATER MAINS, AND ALL NON -POTABLE IRRIGATION MAINS 4 TWO UNDERGROUND WIRE SPLICES ARE ALLOWED PER SERVICE, SHALL HAVE LOCKABLE CONNECTIONS SPECIFICALLY DESIGNED FOR DIRECT BURIAL AND DIELECTRIC SILICONE GEL FILLED OR APPROVED EQUAL 5 REFER TO WATER & SEWER SPECIFICATIONS, LATEST REVISION, FOR TRACER WIRE GAUGE, MATERIAL, AND COATING REQUIREMENTS 6 TRACER WIRE SYSTEMS MUST BE INSTALLED AS A SINGLE CONTINUOUS WIRE, EXCEPT WHERE USING APPROVED CONNECTORS NO LOOPING OR COILING OF WIRE AROUND THE PIPE IS ALLOWED 7 ALL WATER SERVICE LATERAL TRACER WIRES SHALLBE CONNECTED TO MAINLINE TRACER USING AN APPROVED MAINLINE TO LATERAL LUG CONNECTOR WITHOUT CUTTING / SPLICING THE MAINLINE TRACER WIRE 8 ALL MAINLINE TRACER WIRE BRANCHES SHALL BE MADE WITH AN APPROVED MAINLINE TO MAINUNE LUG CONNECTOR WITHOUT CUTTING /SPLICING EITHER MAINLINE TRACER WIRE 9 REFER TO WATER 8, SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR APPROVED TRACER WIRE MFR AND ADDITIONAL INSTALLATION REQUIREMENTS TEST STATIONS 1 TRACER WIRE SHALL BE ACCESSIBLE AT LEAST ONCE EVERY 1,000 FT MAX 2 TEST STATION SHALL NOT BE FURTHER THAN 1,000 FT FROM AN APPROVED "FAR -END" GROUNDING ROD THIS GROUNDING ROD MUST MEET WATER & SEWER CONSTRUCTION SPECIFICATIONS AND DESIGN CRITERIA STATED IN THE GROUNDING NOTES 3 TEST STATION MAY EITHER BE IN THE FORM OF CATHODE WIRE LOOP ACCESSIBLE FROM FINAL GRADE SURFACE OR AN APPROVED TEST STATION ACCESS BOX FROM AN APPROVED MFR EITHER TEST STATION FORM SHALL BE WITHIN THE FAR -END GROUNDING INTERVAL REQUIREMENT, AND MEET WATER & SEWER TRACER WIRE CONSTRUCTION SPECIFICATIONS AND DETAILS, LATEST REVISION OF EACH 4 GROUND SURROUNDING TEST STATION ACCESS BOXES SHALL SLOPE AWAY FROM LID AT 2, MINIMUM GRADE GROUNDING NOTES 1 ALL SANITARY SEWER SERVICE LATERAL TRACER WIRES SHALL TERMINATE WITHIN 2 FT OF THE SS MAIN WITH AN APPROVED DRIVE-IN MAGNESIUM GROUNDING ROD SINGLE GROUNDING ROD MAY BE UTILIZED FOR UP TO 3 SEWER SERVICES MAX ' 2 MAINLINE TRACER WIRE MUST BE GROUNDED AT EVERY DEAD END/STUB, AND ALONG CONTINUOUS RUNS AT MAXIMUM OF 2,000 FT INTERVALS WITH A 1 5 LB DRIVE-IN MAGNESIUM GROUNDING ROD PER MFR REQUIREMENTS PLACEMENT OF GROUNDING ROD SHALL BE INSTALLED IN SUCH A WAY THAT ALLOWS FOR PROPER WIRE LOCATING WITHOUTA LOSS OR DETERIORATION OF LOW FREQUENCY SIGNAL (512 HZ) FOR DISTANCES IN EXCESS OF 1,000 FT 3 IF GROUNDING ROD IS TOO CLOSE TO A TESTSTATION THAT IT INTERFERES WITH PROPER LOCATING, THE GROUNDING ROD MUST BE SWITCH -ABLE IN ORDER TO TEMPORARILY DEACTIVATE THE INTERFERING GROUND SIGNAL IN THE VICINITY SUCH A TEST STATION SHALL BE IN THE FORM OF A TEST STATION ACCESS BOX FROM A CITY APPROVED MFR 4 REFER TO WATER & SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR APPROVED GROUNDING ROD MFR AND ADDITIONAL REQUIREMENTS TRACER WIRE GENERAL NOTES DETAIL UL -6 DATE JANUARY 2023 , SCALE N T S Addendum # 2 — Final Addendum Solicitation Request Number 2400134 WCR 6/13 Roundabout Project This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat T is document passes the accessibility check provided by Microsoft WORD and Adobe Acrob t The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT 1 Contractor Questions and Responses 2 Bid Tabulation (Revised 10-28-2024) 3 Revised Plan Sheets 4 Revision to Section 709 All other terms al conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must ac nowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name ' Date of Signature Signature Name Title Addendum #2 Date October 28, 2024 1. CONTRACTOR QUESTIONS AND RESPONSES Question 1: Will the concrete be purchased by the Contractor or by Weld County? Answer 1' The contractor will be responsible for supplying the concrete needed for the concrete paving Question 2 Please confirm that the rock fill contingency items (203-00500,203-00600) are meant to be associated with item 203-00050 Unsuitable (Muck)(Contingency)7 Answer 1: Item 203-00050, Unsuitable Material (Muck)(Contingency) will be used to pay for the volume of material removed and transported away from the site Items 203-00500, Rock Fill (57-67)(Contingency) and 203-00510 Rock Fill (3 inch minus)(Contingency) will be used to pay for the respective matenals that are used to backfill' the unsuitable materials area '' Question 3: Please confirm that the InterAx NX 650 Geogrid to be used with 203-00050 Unsuitable (Muck)(Contingency) will not be reimbursed under item 420-00300 Geotextile (Reinforcement)(Tensar InterAx NX 650)? Answer 3: The Tensar InterAx N650 will not be paid for separately when used in conjunction with the rock fill contingency items The only time the Tenser, InterAx NX650 material will be paid for separately is when it is placed between the subgrade and the Aggregate Base Course Question 4: What depth of Filter Material (CLASS A) is to be used for the Riprap Detail on sheet 178 of the plans'? Answer 4: The depth of filter material (Class A) to be used under the rIprap shall be a minimum of 8 inches thick Question 5: The plan sheets state that all manholes and inlets are to be cast in place Please confirm whether or not precast elements will be acceptable'? Answer 5: Manholes and inlets that are less than 4 5 feet deep shall be cast in place Manholes and inlets greater than 4 5 feet deep may be precast Steps shall be cast into manholes, type D inlets, and type R inlets regardless of depth Manholes,and Inlets shall be constructed in accordance with CDOT's M-604 Standard and the City of Greeley Combo Inlet Standard shown on page 157 of the plans Question 6: My company wants to provide a proposal on the public information for the WCR 6/13 Roundabout project Where can additional information be found so a proposal can be provided'? Answer 6: The WCR 6/13 Roundabout project is a heavy civil construction project Weld County is not accepting proposals to provide public information on the project Only companies that were at the mandatory pre -proposal meeting will be allowed to submit proposals Question 7: Sheet 272 -285 Waterline Replacement Plan and Bid Form Item 619-75032 Gate Valves (4 Inch) (MJ x MJ) The bid form indicates that there are four gate valves while the waterline plans have a total of five two on the connection to existing lines and an additional three along the new line Which is correct? Answer 7• There are 5 gate vales A new bid tabulation is attached to this Addendum Question 8 Sheet 272 -285 Waterline Replacement Plan and Bid Form Item 619-706045 Fittings (4 Inch) (MJ x MJ) The bid form indicates that there are four fittings while the waterline plans have a total of five two 90 -degree elbows at the connection to existing lines and another 90 and two additional fittings along the new line Which is correct'? Answer 8. There are 7 fittings for the new waterline A new bid tabulation is attached to this Addendum Question 9: Sheet 13, Quantity Tabulation 1, Rip Rap Quantities The table shows that rip rap should be placed at STA's 214+06, 120+63 and 121+56 Each of these outfalls flows into the new pond structure directly into trickle channels Is Rip Rap Required at these locations'? Answer 9 For bidding purposes assume there will be riprap on the outlet of the pipes listed above Question 10 Sheet 13, Quantity Tabulation 1, Roadway Quantities and Bid Form Item304-06000, Class 6 Aggregate Base The table shows a quantity of 13,343 Tons while the bid form has 11,456 Which is correct'? Answer 10: Note that the quantity tabulations on sheets 13 — 24 are provided as a courtesy to the biiIders If there are discrepancies between these sheets and the rest of the plans, the Engineer will determine which takes precedence in their sole discretion Quantity Tabulation 1 on sheet 13 is the correct quantity The bid tabulation for has been updated and is attached to this Addendum Question 11: Sheet 14, Quantity Tabulation 2, Concrete Structure Quantities The table shows FES #18 while the bid form has a total of 16 flared end sections Where is FES 18 located and is theiLe a toe wall associated with it? Answer 11' Note that the quantity tabulations on sheets 13 — 24 are provided as a courtesy to the bidders If there are discrepancies between these sheets and the rest of the plans, the Engineer will determine which takes precedence in their sole discretion There are 16 flared end sections FES#18 was inadvertently left in the summary sheet for concrete structure quantities Question 12' Sheet 14, Quantity Tabulation 2, Concrete Structure Quantities The dimensions, length, for the toe walls at FES 8 & 12 does not match the dimensions shown on the plans Which dimension is correct for the toe walls'? Answer 12: The toe wall for FES#8 should be 9 60 ft wide x 3 feet deep x 8 inches thick The toe wall for FES#12 should be 6 00 feet wide x 3 feet deep x 8 inches thick Question 13: Sheet 14, Quantity Tabulation 2, Concrete Structure Quantities The table shows FES #6 However, the plans do not show at FES but a pipe end terminating in the pond outlet structure Should there be a toe wall at this location'? Answer 13: It should also be noted that FES#6 should be labeled as Pipe End #6 in the Concrete Structure Quantities tabulation Yes, a toe wall shall be located under end of Pipe End #6 Question 14: The documents indicate that the contract completion date'will be adjusted based upon the contractor's schedule Will the interim milestones also be adjusted in the contract to reflect those shown in the contractor's schedule as well'? Answer 14: Yes, the milestone dates will be modified to match the Contractor's schedule prior to the baseline schedule being approved by the Engineer Question 15:Weld County Special Provisions, Section 709 indicates that tie bars shall conform to AASHTO A775 and shall be grade 40 epoxy coated and deformed Coated ends shall be coated with epoxy paint prior to installation In addition, the section says Simplex Time Capsule tie bars are examples of a product that meets this specification The specification appears to indicate that tie bars will be coated with normal green epoxy while also saying that Simplex Time Capsule will allow comply with the specification Are tie bars coated with normal green epoxy acceptable'? Answer 15: Yes, tie bars coated with the normal green epoxy are acceptable so long as they do not have nicks or pieces of epoxy missing The only areas in the PCCP where the normal green epoxy tie bars are allowed will be the tie bars Other rebar used in concrete structures shall be epoxy coated The special provisions to Section 709 has been revised and is attached to this Addendum Question 16: Bid Form Item 700-70016 F/A Fuel Cost Adjustment shows a quantity of 10 for the force account while the unit price and extended price are both $15,000 00 Should the quantity be 1 FA'? Answer 16: The quantity should be a force account However, in order for the force account to be used, the bidder must select the option to take the fuel costadjustment and payment will be based on the formulas included in the specifications Question 17: Sheets 64-72, Removal Plans Associated with the water line removal there is a note that says, "Remove existing water line once valves have been installed for new water line and backfill with flowfill " Is the trench where the water line is, removed to be backfilled with flowfill or is the note referring to the requirement in the water plans to flowfill 5 LF on each side of the new valve installation'? Answer 17: When the water line is removed, it the trench that is left shall be backfilled and compacted to meet the compaction requirements on the project The note on the removals sheet is referring to the flowfill that is required for 5 feet each side of the new valve installations 2. Bid Tabulation (Revised 10-28-2024 Item No. 201-00000 202-00030 202-00035 202-00220 202-00240 202-00810 202-01000 203-00000 203-00050 203-00060 203-00500 203-00510 203-01100 203-01500 203-01594 203-01597 203-02330 207-00205 207-00210 208-00002 208-00020 208-00035 208-00045 208-00051 208-00075 208-00103 208-00105 208-00106 208-00207 Item Description CLEARING AND GRUBBING REMOVAL OF PIPE (WATER) REMOVAL OF PIPE REMOVAL OF ASPHALT MAT (FULL DEPTH_REMOVAL) REMOVAL -OF ASPHALT MAT (PLANING) (2 INCH -MILL) - REMOVAL OF GROUND SIGN REMOVAL OF FENCE UNCLASSIFIED EXCAVATION UNSUITABLE MATERIAL (MUCK) (CONTINGENCY) EMBANKMENT MATERIAL ROCK FILL (57-67) (CONTINGENCY) ROCK FILL (3 INCH MINUS) (CONTINGENCY) PROOF ROLLING BLADING COMBINATION LOADER UTILITY POTHOLING LABORER TOPSOIL (REDISTRIBUTE) (9 INCHES) STOCKPILE TOPSOIL EROSION LOG TYPE 1 (12 INCH) SILT FENCE AGGREGATE BAG CONCRETE WASHOUT STRUCTURE (LINED) STORM DRAIN INLET PROTECTION (TYPE 1) PRE -FABRICATED VEHICLE TRACKING PAD REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) SWEEPING EROSION CONTROL MANAGEMENT (ECM) Unit LS LF LF SY Proposal Quantity 1 4,564 203 22,202 Unit Price ($) Total Price ($) SY - EACH LF CY CY CY CY CY HOUR HOUR HOUR HOUR HOUR CY CY LF LF LF EACH LF EACH HOUR HOUR HOUR DAY 1,600 14 3,157 34,552 7,977 25,401 3,626 3,626 60 40 40 100 80 12,835 16,325 8,730 1,000 2,000 2 272 4 40 40 160 150 Item No. 208-00300 210-00010 212-00702 212-00706 213-00002 216-00201 304-06000 403-33841 403-34851 412-00801 412-00900 412-00901 420-00132 420-00300 506-00030 506-00212 506-00412 601-03000 602-00020 603-01180 603-02180 603-02180 603=02240 603-02240 603-02300 603-05018 Item Description TEMPORARY BERM RESET MAILBOX STRUCTURE BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) SEEDING (NATIVE)(DRILL) MULCHING (WEED FREE HAY) SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE CLASS 1) AGGREGATE BASE COURSE (CLASS 6) (VIRGIN) HOT MIX ASPHALT (GRADING S)(100)(PG64-22) HOT MIX ASPHALT (GRADING SX)(100)(PG64-28) CONCRETE PAVEMENT (8 INCH) (SPECIAL, OMAHA TAN) CONCRETE PAVEMENT (9 INCH) CONCRETE PAVEMENT (9 INCH) (SPECIAL, DAVIS RED) GEOTEXTILE (SEPARATOR) (MIRAFI FW 300) (CONTINGENCY) GEOTEXTILE (REINFORCEMENT) (TENSAR INTERAX NX 650) GROUTED RIPRAP (12 INCH) RIPRAP (12 INCH) SOIL RIPRAP (12 INCH) CONCRETE CLASS D REINFORCING STEEL (EPDXY COATED) 18 IN RCP 23x14 IN HERCP 23x14 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 30x19-1N-HERCP- - 30x19 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 38x24 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 18 IN REINFORCED CONCRETE END SECTION Unit LF EACH LBS ACRE ACRE SY TON TON TON SY SY SY SY SY CY CY CY CY LBS LF LF LF LF LF LF EACH Proposal Quantity 8,519 1 53,010 11 78 11 78 40,270 13,343 2,684 1,048 2,808 25,677 585 8,000 36,371 170 259 26 64 1,419 683 88 86 267 40 380 4 Unit Price ($) Total Pric ($) Item No. Item Description Unit Quantity Proposal Unit Price ($) Total Price( ($) 603-05118 23x14 IN REINFORCED CONCRETE END SECTION ELLIPTICAL EACH 2 603-05124 30x19 IN REINFORCED CONCRETE END SECTION ELLIPTICAL EACH 5 603-05130 38x24 IN REINFORCED CONCRETE END SECTION_ ELLIPTICAL EACH 5 604-00505 INLET CDOT TYPE D EACH 1 604-14005 INLET DOUBLE COMBO (5 FOOT DEEP) EACH 6 604-19205 INLET TYPE R L 10 FT (5 FT DEEP) EACH 1 604-19305 INLET TYPE R L15 (5 FT DEEP) EACH 1 604-30005 MANHOLE (6' DIAMETER, 6 5 FOOT DEEP) EACH 5 607-01010 FENCE BARBED WIRE WITH METAL POSTS (SPECIAL) LF 3,136 607-11525 FENCE (PLASTIC) LF 1,000 607-11530 FENCE (SPECIAL) (SMOOTH WIRE) LF 1,213 607-11581 FENCE (TEMPORARY)(SPECIAL) LF 4,349 609-20010 CURB TYPE 2 (SECTION B) LF 314 609-20011 CURB TYPE 2 (SECTION M) LF 408 609-21010 CURB AND GUTTER TYPE 2 (SECTION I -B) LF 2,759 609-21020 CURB AND GUTTER TYPE 2 (SECTION II -B) LF 5,514 609-71001 CONCRETE APRON AT END OF CURB AND GUTTER TO GROUTED RIPRAP EACH 8 612-00042 DELINEATOR (FLEXIBLE, TYPE II) (SHUR-FLEX) EACH 75 612-00043 DELINEATOR (FLEXIBLE, TYPE III) (SHUR-FLEX) EACH 15 613-00400 4 INCH ELECTRICAL CONDUIT LF 401 614-00011 SIGN PANEL (CLASS I) SF 105 614-00012 SIGN PANEL (CLASS II) SF 284 614-00218 STEEL SIGN POST (2.25 x 2 25 INCH SQUARE TUBING) LF 588 619-06045 FITTINGS (4 INCH) (MJ x MJ) EACH 7 619-50320 4 INCH PLASTIC PIPE (WATERLINE) (C900) (DR14) LF 1,880 619-50326 DISINFECTION AND HYDROSTATIC TESTING LS 1 Item No. 619-75032 620-00002 620-00012 620-00020 622-00270 625-00000 626-00000 627-00005 627-01011 627-30205 629-01005 630-00000 630-00016 630-10122 630-80375 700-70010 700-70013 700-70016 700-70018 700-70019 700-70380 927-00170 Item Description GATE VALVES (4 INCH) (MJ x MJ) FIELD OFFICE (CLASS 2) FIELD LABORATORY (CLASS 2) SANITARY FACILITY BOLLARD CONSTRUCTION SURVEYING MOBILIZATION EPDXY PAVEMENT MARKING (MODIFIED) PREFORMED PLASTIC PAVEMENT MARKING TYPE II (INLAID) PREFORMED THERMOPLASTIC PAVEMENT MARKING TYPE I (INLAID) SURVEY MONUMENT (TYPE 5) FLAGGING TRAFFIC CONTROL (SPECIAL) VARIABLE MESSAGE BOARD CONCRETE BARRIER (FURNISH AND INSTALL) F/A MINOR CONTRACT REVISIONS F/A CONCRETE PAVEMENT INCENTIVE F/A FUEL COST ADJUSTMENT F/A PCCP SMOOTHNESS INCENTIVE F/A ASPHALT CEMENT COST ADJUSTMENT F/A EROSION CONTROL PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, AND 603 Unit EACH EACH EACH EACH EACH LS LS GAL SF SF EACH HOUR LS EACH LF FA FA FA FA FA FA DAY Proposal Quantity 5 1 1 1 12 1 1 86 5,899 1,049 1 400 1 8 160 1 1 1 1 1 1 150 Unit Price ($) $800,000 00 $83,000 00 $60,000 00 $72,000 00 $15,000 00 $150,000 00 Total Pric $800,000 00 $83,00 $60,00 $72,000 00 0 00 0 00 $15,009 00 $150,000 00 Table Note Include all Force Account (F/A) items and amounts in the total Proposal amount TOTAL PROPOSAL (WRITTEN WORDS) Total Proposal Amount ($) 3. Revised Plan Sheets BID NUMBER CONTRACT ITEM NUMBER CONTRACT ITEM UNIT PLAN QUANTITY AS BUILT QUANTITY BID NUMBER CONTRACT ITEM NUMBER CONTRACT ITEM UNIT PLAN QUANTITY AS BUILT QUANTITY 1 201-00000 CLEARING AND GRUBBING LS 1 56 603-05118 23x14 IN REINFORCED CONCRETE END SECTION E:UPTICAt EACH 2 2 202-00035 REMOVAL OF PIPE LF 203 57 603-05124 30x 191N REINFORCED CONCRETE END SECTION ELLIPTICAL EACH S 3 202-00220 REMOVAL OF ASPHALT MAT (FULL DEPTH REMOVAL) 5Y 22202 58 603-Ln10 38x24 IN REINFORCED CONCRETE END SECTION ELLIPTICAL EACH 5 4 202-00240 REMOVAL OF ASPHALT MATlPLANING) (2 INCH MILL SY 1600 59 604-00505 INLET CJOT TYPE 0 EACH 1 5 202-00810 REMOVAL OF GROUND SIGN EACH 14 60 604.14005 INLET DOUBLE COMBO (5 FOOT DEEP) EACH - 6 6 202-01000 REMOVAL OF FENCE LF 3157 61 604.19205 INLET TYPE R L 10 FT (S FT DEEP) EACH 1 7 202.00030 REMOVAL OF PIPE (WATER) L: 4564 62 604-19305 INLET TYPE R L15 (5 FT DEEP) EACH 1 8 203-00000 UNCLASSIFIED EXCAVATION CY 34552 63 604-30005 MANHOLE (6 DIAMETER. 6.5 FOOT DEEP) _ EACH 5 9 203-00050 UNSUITABLE MATERIAL (MUCK) (CONTINGENCY) CY 7977 64 60701010 FENCE BARBED WIRE WITH METAL POSTS (SPECIAL) 3136 LF 10 203-00060 EMBANKMENT MATERIAL CY 25401 65 607.11525 FENCE (PLASTICL LF 1000 _ 11 203.00500 ROCK FILL (57-67) (CONTINGENCY) CY 3626 66 607-11530 _ FENCE (SPECIAL) (SMOOTH WIRE) 1213 LF 12 203-00510 ROCK FILL (3 INCH MINUS) (CONTINGENCY) CY 3626 67 607-11581 FENCE (TEMPORARY)(SPECIAL) LF 4349 13 _ 203-01500 B ADING HOUR 40 68 609-20010 CURB TYPE 2 (SECTION B) LF 314 _ 14 203-01594 COMBINATION LOADER HOUR 40 69 609.20011 CURB TYPE 2 M ~- _ _ (SECTION _ _ _ lF 408 15 203-01100 PROOF ROLLING HOUR 60 70 609 21010 CURB AND GUTTER TYPE 2 (SECTION I -B) 5 2759 16 203-01597 UTILITY POTHOLING HOUR 100 71 609-21020 CURB AND GUTTER TYPE 1 (SECTION II -B) IS 5514 17 203-02330 LABORER HOUR 80 72 609.71001 CONCRETE APRON AT END OF CURB AND GUTTER TO GROUTED RIPRAP EACH 8 18 207-00205 TOPSOIL (REDISTRIBUTE) (9 INCHES) CY 12835 73 612.00042 DELINEATOR TYPE II) 19 207-00210 (FLEXIBLE, (SHUR-FLEX) EACH 75 STOCKPILE TOPSOIL CY 1632S 74 612-00043 DEL NEATOR TYPE III) 20 208.00002 EROSION (FLEXIBLE, ISHUR-FLEX) EACH 15 LOG TYPE 1(12 INCH) LF 8730 75 613-00400 4 INCH ELECTRICAL CONDUIT 21 - _ LF 401 208-00020 SILT FENCE LF 1000 76 614-00011 SIGN PANEL (CLASS I) SF _ __ 22 105 208.00035 AGGREGATE BAG LF 2000 /7 614-00012 SIGN PANEL II) (CLASS SF 284 23 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EACH 2 78 614-00218 STEEL SIGN POST 2.25 INCH SQUARE TUBING' 24 20800051 STORM _ - -- (2.25 x if 588 DRAIN INLET PROTECTION (TYPE 1) LF 272 79 619.06045 FITTINGS INCH) 25 208-00075 PRE (4 (MI x MI) EACH -FABRICATED VEHICLE TRACKING PAD EACII 4 80 619-50326 DISINFECTION AND TESTING 26 208-00103 REMOVAL HYDROSTATIC LS 1 AND DISPOSAL OF SEDIMENT (LABOR) HOUR 40 81 619-50320 4INCH PLASTIC PIPE 27 208.00105 REMOVAL (WATERLINE) (C900) (DR14) Lf 1880 AND DISPOSAL OF SEDIMENT (EQUIPMENT) HOUR 40 82 619-75032 GATE VALVES INCH) NU! 5 1 28 208-00106 SWEEPING (4 (MI x EACH HOUR 160 83 620.00002 FIELD OFFICE (CLASS 2) 29 208-00207 EROSION EACH 1 CONTROL MANAGEMENT (ECM) DAY 150 84 620-00012 FIELD 30 208-00300 TEMPORARY BERM LABORATORY (CLASS 2) EACH 1 IT 8519 85 620-00020 SANITARY FACIUTY 31 210-00010 RESET MAILBOX EACH 1 STRUCTURE EACH 1 86 622-00270 BOLLARD 32 212-00702 BIOTIC SOIL AMENDMENTS EACH 12 (BIOTIC EARTH BLACK) LBS. 53010 87 623-00000 33 212-00706 SEEDING P CONSTRUCTION SURVEYING LS 1 (NATIVE.)DRILL ACRE 11.78 88 62600000 -, 34 213-00002 MULCHING FREE HAY) _ MOBIUZATION LS 1 (WEED ACRE 11.78 89 627-00005 EPDXY PAVEMENT 35 216-00201 SOIL RETENTION BLANKET MARKING (MODIFIED) GAL 86 (STRAW -COCONUT) (BIODEGRADABLE CLASS 1) SY 40270 90 627-D1011 PREFORMED 36 304-06000 AGGREGATE BASE COURSE 6) PLASTIC PAVEMENT MARKING TYPE II (INLAID) SF 5899 (CLASS (VIRGIN) TON 13343 91 37 403-33841 HOT MIX ASPHALT 5)(100)(PG64-22) 627-30205 PREFORMED THERMOPLASTIC PAVEMENT MARKING TYPE I (INLAID) SF 1049 (GRADING TON 2684 _ 38 403-34851 HOT MIX ASPHALT (GRADING SX)(100)(PG64-28) 92 629-01005 SURVEY MONUMENT ('TYPE S) EACH 1 TON 1048 93 39 412-00801 CONCRETE PAVEMENT (8 INCH} OMAHA TAN) 630-00000 FLAGGING HOUR 400 (SPECIAL, SY 2808 94 630-00016 TRAFFIC CONTROL (SPECIAL) LS 1 40 412-00900 CONCRETE PAVEMENT (9INCH) _ SY 25677 _ 95 630-10122 VARIABLE MESSAGE BOARD EACH 8 41 412-00901 CONCRETE PAVEMENT (9 INCH) DAVIS RED) (SPECIAL, SY 585 42 420-00132 GEOTEXTILE (SEPARATOR) FW 300) 96 630-80375 CONCRETE BARRIER (FURNISH AND INSTALL) LF 160 (MIRAFI (CONTINGENCY) SY 8000 97 43 420-00300 GEOTEXTILE (REINFORCEMENT) INTERAX 700-70010 F/A MINOR CONTRACT REVISIONS FA $800,000.00 (TENSAR NX 6501_ SY 36371 ~ 44 506-00030 _ GROUTED RIPRAP INCH) 98 700-70013 F jA CONCRETE PAVEMENT INCENTIVE FA $83,000.00 (12 CY 170 45 506-00212 RIPRAP 112 INCH) 99 700-70016 F/A FUEL COST ADJUSTMENT FA $60,000.00 CY 259 46 506-00412 SOIL RIPRAP INCH 100 700.70018 F/A PCCP SMOOTHNESS INCENTIVE FA S72,000.00 (12 CY 26 47 601-03000 CONCRETE CLASS 0 - . 101 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA $15,000.00 CY 64102 48 602-00020 REINFORCING STEEL COATED) 70x70380 F/A EROSION CONTROL FA $150,000.00 (EPDXY 1.BS. 1419 103 49 603-01180 181N RCP 927.00270 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, AND 603 DAY 150 LE 683 50 623-02180 23x14IN HERCP IF 88 Note: Due to the diverse information conveyed in even the most basic plan set, it is not currently 51 603-02180 - U 23x14IN HERCP (SPECIAL) (STRENGTHASS4)technologically feasible to like 52 603-02240 30x19IN II£RCP267 L`FE make items a plan sheet accessible. To assist those needing 53 603-02240 30x19 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 40 accommodation for reviewing the plan sheets, please contact the Weld County Project Manager. 54 603-02300 38x24 IN HERCP (SPECIAL) (STRENGTH CLASS 4) _ LF 380 55 603-05018 18IN REINFORCED CONCRETE END SECTION LACH 4 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR SUMMARY 6 AND WCR 13 OF QUANTITIES INTER. Project No./Code Creation Date. 8(23/2021 Initials. MDL Date Comments Initials. - PHD .-: PUBLIC WORKS DEPARTMENT No Revisions. Last Modified Date: 9/16/2024 Initials. MDL - - FAQ Pal w RQJECTs_oes+ohwuoa,=_ MNe-v tewaocwc7{gN owns -- S 1111 H. STREET P.O. BOX 758 Revd Designer. M LaPORTE GR 56 -0 .PI - r ' GREEELEY CO 808320758 (970) 358-4000 FAX (970) 304-6x97 CrawuigF@et4ame: QUANTITIES -GENERAL WCRt3-WcRt3.DWG - •PHONE Detailer M LaPORTE 1 Vold Sheet Number 12 01 285 AutoCAC Version 2019 Scaly: AS NOTED Units. Enplisn ts: - -• Sheet Subset 5 Sheet Subset CONCRETE STRUCTURE QUANTITIES LOCATION LENGTH WIDTH HEIGHT CONCRETE CLASS D (CU YD) (601-03000) REINFORCING STEEL (LBS) (602-00000) TYPE STRUCTURE FES #1. TOE WALL 8.50 0.67 3.00 0.63 49.54 FES #2 TOE WALL 7.00 0.67 3.00 0.52 39.46 FES #3 TOE WALL 7.50 0.67 3.00 0.56 43.72 FES #4 TOE WALL 7.50 0.67 3.00 056 43.72 FES #5 TOE WALL 7.50 0.67 3.00 0.56 43.72 PIPE END #6 TOE WALL 7.50 0.67 3.00 0.56 43.72 FES 47 TOE WALL 7.50 0.67 3.00 0.56 43.72 FES #8 TOE WALL 9 fi0 0.67 3.00 0.56 43.72 FES #9 TOE WALL 9.60 0.67 3.00 0.71 55.68 FES #10 TOE WALL 9.60 0.67 3.00 0.71 55.68 FES #11 TOE WALL 9.60 0.67 3.00 0.71 55.68 FES #12 TOE WAR 600 0.67 3.00 0.71 55.68 FES #13 TOE WALL 6.00 0.67 3.00 0.44 33.64 FES 014 TOE WALL 6.00 0.67 3.00 0.44 33.64 FES #15 TOE WALL 6.00 0.67 3.00 0.44 _ 33.64 FES #16 TOE WALL 6.00 0.67 3.00 0.44 33.64 FES #17 TOE WALL 6.00 0.67 3.00 0.44 33.64 FES 018 TOE WALL 6.00 0.67 3.00 0.44 33.64 POND BERM OVERFLOW WEIR 33.00 0.67 5.00 3.33 327.68 OUTLET PIPE OUTLET STRUCTURE 8.00 4.33 3.17 2.30 247.19 POND BOTTOM TRICKLE PAN 224.98 3.00 0.67 16.67 STA 211+62 CONCRETE DITCH 110.40 14.30 0.50 29.24 CONTINGENCIES (5%) 1.61 67.54 63.14 1418.26 TOTALS I TABULATION OF REMOVAL OF GROUND SIGNS SIGN STATION OFFSET SIDE REMOVAL OF SIGN (EACH) (202-00810) STOP AHEAD SIGN 117+82.31 21.07 RT 1 SPEED LIMIT 55 SIGN 120+02.74 24.22 LT 1 STOP SIGN 122+55.42 30.82 RT 1 STREET SIGN 122+55.42 30.82 FIT 1 STOP SIGN 12.3+76.59 38.58 LT 1 SPEED LIMIT 55 SIGN 125+75.54 16.17 RT 1 208+97.84 46.2 RT 1 INTERSECTION AHEAD SIGN RIGHT TURN SIGN 211+17.51 58.23 RT 1 SPEED LIMIT 55 SIGN 212+03.96 17.89 LT 1 RIGHT TURN SIGN 215+32.99 75.27 RT 1 RIGHT TURN SIGN 217+19.85 40.64 LT 1 RIGHT TURN SIGN 220+83.05 28.96 LT 1 SPEED LIMIT 55 SIGN 221+24.80 47.82 RT 1 INTERSECTION AHEAD SIGN 224+01.20 29.1 LT 1 PROJECT TOTALS 14 Note: Due to the diverse information conveyed in even the most basic plan set, it is not currently technologically feasible to make items like a plan sheet accessible. To assist those needing accommodation for reviewing the plan sheets, please contact the Weld County Project Manager. TABULATION OF CURB AND GUTTER QUANTITIES LOCATION STA TO STA AND SIDE OF ROAD CURB AND CURB AND CURB TYPE 2 (SECTION 8) (LF) (609 20010) CURB TYPE 2 (SECTION M) (LF) (609 20011) GUTTER TYPE 2 (SECTION II -B) (INFLOW) (LF) L6609.21020) GUTTER TYPE 2 (SECTION I -B) (OUTFLOW) (LF) (609-21010) WCR 6 SOUTHWEST STA 116+00 TO STA 122+24.29 RIGHT 624 WCR 13 SOUTHWEST STA 208+OOTO STA 215+39.79 LEFT 759 WCR 13 SOUTHEAST STA 208+00TO STA 21.5+56.93 RIGHT 755 WCR 6 SOUTHEAST STA 123+86.28 TO STA 130+00 RIGHT 632 WCR 6 NORTHEAST STA 123+72.69 TO STA 130+00 LEFT 626 WCR 13 NORTHEAST STA 217+19.76 TO STA 224+50 RIGHT 751 WCR 6 NORTHWEST STA 116+00 TO STA 122+06.90 LEFT 629 WCR 13 NORTHWEST STA 217+10.08 TO STA 224+50 LEFT _ 739 SPLITTER ISLAND WEST WCR 6- WEST 707 SPLITTER ISLAND SOUTH _ _ WCR 13 - SOUTH 684 SPLITTER ISLAND EAST WCR 6 - EAST 684 SPLITTER ISLAND NORTH WCR 13- NORTH 684 CENTER VERTICAL FACE CURB CENTER MEDIAN 314 CENTER MOUNTABLE CURB CENTER TRUCK APRON 408 TOTAL 1 5514 2759 314 408 Computer File Information Creation Date 8/23/2021 Initials MDL Last 14odifiel Date 9/16/2024 fn uals MDL Full a1h. M''PireiLL Its DE61ti14WYC1itilUh DO:US Drawing File Name QUANTITIES-GENERAL_WCR6-WCR13 DWG A..ItoCAD Vets lap 2019 Scale AS NOTED tin is E NtIrsh Index of Revisions Date Comments Initials WELD COUNTY TABULATION OF REMOVAL OF PIPES STATION OFFSET SIDE TYPE OF REMOVAL OF PIPE (LN FT) CULVERT (202-00035) 122+64.77 2.62 LT 24 INCH RCP 94 126+30.04 23.40 LT 12 INCH CMP 24 211+67.27 17.24 RT 30 INCH RCP 85 PROJECT TOTALS 203 TABULATION OF REMOVAL OF FENCE REMOVAL OF BEGIN STATION END STATION SIDE FENCE (LN FT) (202-01000) 113+58.69 122+46.47 RT 887.78 123+85.60 133+41.79 RT _ 956.19 203+02.21 216+14.54 RT 1312.33 PROJECT TOTALS 3156.30 PROPOSED FENCE BARBED WIRE WITH METAL POSTS (SPECIAL) 607-01010) LOCATION BEGINNING STATION ENDING STATION LENGTH SOUTH WEST CORNER WCR 6 STA 110+58.28 RIGHT WCR 13 STA 203+36.30 LIFT 1947 SOUTH FAST CORNER WCR 6 STA 124+03.29 RIGHT WCR 6 STA 133+77.01 RIGHT 1040 CONTINGENCIES (5%) 149 TOTAL 3136 PROPOSED FENCE (SPECIAL) (607-11530) LOCATION BEGINNING STATION ENDING STATION LENGTH SOUTH EAST CORNER WCR 13 STA 203+02.21 RIGHT _ WCR 13 STA 214+49.93 RIGHT 1155 CONTINGENCIES (5%) 58 TOTAL 1213 PROPOSED FENCE (TEMPORARY)(SPECIAL) (607-11581) LOCATION BEGINNING STATION ENDING STATION LENGTH SOUTH WEST CORNER WCR 6 STA 110+58.28 RIGHT WCR 13 STA 203+36.30 LEFT 1947 SOUTH EAST CORNER WCR 6 STA 124+03.29 RIGHT WCR 6 STA 133+77.01 RIGHT 1040 SOUTH EAST CORNER WCR 13 STA 203+02.21 RIGHT WCR 13 STA 214+49.93 RIGHT 1155 CON fINGENCIES (5%) 207 TOTAL 4349 As Constructed ■ PUBLIC WORKS DEPARTMENT 1111 H. STREET P O BOX 758 GREELEY, CO 80632-0758 PHONE: (970) 356-4000 FAX (970) 304.8497 No Revisions WCR 6 AND WCR 13 INTER. TABULATIONS 2 Project No /Code Revised Designer M LaPORTE Vold: Detailer M LaPORTE Sheet Scbset 7 Sheet Suosel GR-56 4 Sheet Number 14 of 285 I GROUT NOTES MATERIAL SPECIFICATIONS 1. ALL GROUT SHALL HAVE A MINIMUM 28 -DAY COMPRESSIVE STRENGTH EQUAL TO 3200 PSI. 2. ONE CUBIC YARD OF GROUT SHALL HAVE A MINIMUM OF SIX (6) SACKS OF TYPE II PORTLAND CEMENT. 3. A MAXIMUM OF 25% TYPE F FLY ASH MAY BE SUBSTITUTED FOR THE PORTLAND CEMENT 4. FOR TYPE A GROUT, THE AGGREGATE SHALL BE COMPRISED OF 70% NATURAL SAND (FINES) AND 30% 3/8 -INCH ROCK (COARSE). 5. FOR TYPE B GROUT, THE AGGREGATE SHALL BE COMPRISED OF 3/4 -INCH MAXIMUM GRAVEL, STRUCTURAL CONCRETE AGGREGATE. 6. TYPE B GROUT SHALL BE USED IN STREAMS WITH SIGNIFICANT PERENNIAL FLOWS. 7. THE GROUT SLUMP SHALL BE 4 -INCHES TO 6 -INCHES. 8. AIR ENTRAINMENT SHALL BE 5.5% TO 7.5%. 9. TO CONTROL SHRINKAGE AND CRACKING, 1.5 POUNDS OF FIBERMESH, OR EQUIVALENT, SHALL BE USED PER CUBIC YARD OF GROUT. 10. COLOR ADDITIVE IN REQUIRED AMOUNTS SHALL BE USED WHEN SO SPECIFIED BY CONTRACT. PLACEMENT SPECIFICATIONS 1. ALL TYPE A GROUT SHALL BE DELIVERED BY MEANS OF A LOW PRESSURE (LESS THAN 10 PSI) GROUT PUMP USING A 2 -INCH DIAMETER NOZZLE. 2. ALL TYPE B GROUT SHALL BE DELIVERED BY MEANS OF A LOW PRESSURE (LESS THAN 10 PSI) CONCRETE PUMP USING A 3 -INCH DIAMETER NO77LE, 3. FULL DEPTH PENETRATION OF THE GROUT INTO THE BOULDER VOIDS SHALL BE ACHIEVED BY INJECTING GROUT STARTING WITH THE NOZZLE NEAR THE BOTTOM AND RAISING IT AS GROUT FILLS, WHILE VIBRATING GROUT INTO PLACE USING A PENCIL VIBRATOR. 4. AFTER GROUT PLACEMENT, EXPOSED BOULDER FACES SHALL BE CLEANED WITH A WET BROOM. 5. ALL GROUT BETWEEN BOULDERS SHALL BE TREATED WITH A BROOM FINISH. 6. ALL FINISHED GROUT SURFACES SHALL BE SPRAYED WITH A CLEAR LIQUID MEMBRANE CURING COMPOUND AS SPECIFIED IN ASTM C-309. 7. SPECIAL PROCEDURES SHALL BE REQUIRED FOR GROUT PLACEMENT WHEN THE AIR TEMPERATURES ARE LESS THAN 40'- F OR GREATER THAN 90° F. CONTRACTOR SHALL OBTAIN PRIOR APPROVAL FROM THE DESIGN ENGINEER OF THE PROCEDURES TO BE USED FOR PROTECTING THE GROUT. 8. CLEAN BOULDERS BY BRUSHING AND WASHING BEFORE GROUTING. Computer File Information Creation Darn 8/23/2071 Initials: MDL Last Mod:fiod Date: 9/16/2024 Initials. MDL Full Path M tiiaoacTs_DEsiorimita f 3Ana M1:R81PROOt,GTION DIGS Drawing File Name' RIPRAP DETAILS WCR6-WCR13 OWG A,tOCAD Version. 2019 ale. AS NOTED Units English Index of Revisions Date Comments_ Initials PLACE BOULDERS AS TIGHTLY AS POSSIBLE WITH THE REWIRED BOULDER MEICNT------- VET TICAL AND VOWS FOR GROUTING MINIMIZED TOP OF ROCK LAYER SNOMWN- ON PROFILE AND SECTIONS TOP 1/2 OF BOULUERSTOP OF GROW-, TC REMNN CLEAN AND FREE OF CROU PLACE GROUT IN A MANNER THAT FIt,`S ALL VOIDS TO THE SPECtriE0 GHOUL THICKNESS PREPARE SUBCRAWE PER I HL SPLLU ILA I TUNS V7 q BEFORE GROUT(NG, CLEAN ALL DIRT AND MATERIALS FROM ROCK THAT COULD PREVENT THE GROUT FROM BONONG TO ROCK. GROUTED BOULDER PLACEMENT DETAILzI L�J NTS GROUTED RIPRAP DETAIL NOT 1 0 SCALE FINISHED GRADE - ELEVATION (PLANS) SLOPE VARIES (SEE PLANS) PROVIDE MIRAFI FW I)0 FABRIC BENEATH RIPRAP, INSTALL PER MANUFACTURER'S RECOMMENDATIONS COST SUBSIDIARY TO RIPRAP BID ITEM) FILTER MATERIAL(CLASS A), inches thick; (COST IS SUBSIDIARY IO RIPRAP BID ITEM) NOTES: 1 RIPRAP DETAILS ARE APPLICABLE TO AREAS SHOWN ON PLANS AT STORM LINES AND FES. REFER TO PLANS FOR ACTUAL LOCATION AND LIMITS. 2 PLACE RIPRAP TO RESULT IN SECURELY INTERLOCKED ROCK AT THE DESIGN THICKNESS AND GRADE COMPACT AND LEVEL TO ELIMINATE ALL VOIDS RIPRAP DETAIL NOT TO SCALE WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREEt EY, CO. 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 As Constructed No Revisions WCR 6 AND WCR 13 INTER. RIPRAP DETAILS 1 Sheet Subset Project No./Code GR-5G Sneet Number 178 of 285 4. Revision of Section 709 — Reinforcing Steel and Wire Rope Section 709 of the Standard Specifications is hereby revised for this projectas follows Subsection 709.01 shall be deleted and replaced with the following: 709.01 Reinforcing Steel. Reinforcing steel shall conform to the requirements of the following specifications Deformed and Plain Billet -Steel Bars for Concrete Reinforcement Axle -steel Deformed and Plain Bars for Concrete Reinforcement Low -Alloy Steel Deformed Bars for Concrete Reinforcement [to be Welded] Fabricated Deformed Steel Bar Mats for Concrete Reinforcement Steel Welded Wire Fabric, Plain for Concrete Reinforcement , Steel Welded Wire Fabric, Deformed for Concrete Reinforcement Epoxy Coated Reinforcing Bars Zinc -Coated (Galvanized) Steel Bars for Concrete Reinforcement Deformed and Plain Stainless Steel Bars for Concrete Reinforcement ;I Deformed and Plain, Low -Carbon, Chromium, Steel Bars for Concrete Reinforcement Continuous Hot -Dip Galvanized Steel Bars for Concrete Reinforcement ASTM A615 ASTM A996 ASTM A706 ASTM A184 AASHTO M336 AASHTO M336 ASTM A775 ASTM A767 ASTM A955 ASTM A1035 ASTM A1094 Unless otherwise designated, bars conforming to ASTM A615 and ASTM A996 shall be furnished in Grade 60 In ASTM A184, bar material conforming to ASTM A616 will not be permitted In ASTM A955, bar material shall be furnished in Grade 75 unless otherwise designated In ASTM A1035, bar material of Type CL will not be permitted unless designated in the plans or otherwise approved by the Engineer Subsection 709.03 shall be deleted and replaced with the following: 709.03 Dowel Bars and Tie Bars. Tie bars for longitudinal and transverse toints shall conform to AASHTO A775 and shall be grade 40 epoxy -coated and deformed No cold or wet patching will be allowed Tie bar length and diameter shall be designated on the plans'Any cut ends shall be coated with epoxy paint prior to installation Dowel bars for transverse joints shall conform to ASTM A934 for FBE coating's Dowel bars shall be a solid carbon steel round bar and shall conform to ASTM A615, grade 60 for the bar core material Dowel bars shall be saw cut with all sharp edges removed Dower bars shall be fully encapsulated with a corrosion resistant, multi -layered FBE coating applied at a minimum thickness of 20 mils and purple in color No cold or wet patching will be allowed Bar length and diameter shall be designated on the plans Dowel bar used in the contraction baskets shall meet requirements as above Dowels to be used in the baskets shall be prepared for welding The areas where the dowel will be attached to the basket frame shall b* ground and cleaned before welding Burning through the FBE coating on the dowels to weld tide dowels to the frames shall not be permitted After the dowels are welded into the wire frame, the entire wire basket shall be fully coated with a multi -layered FBE applied as above Wires stall be a minimum of 3/8" thick unless otherwise specified All wire intersections shall be resistance welded The dowel bars shall be arc or resistance welded to the basket on alternating ends of the dowel Tolerances are ±1/4" unless otherwise specified Baskets shall be manufactured so the dowels are horizontal and parallel to the basket Dowel bar baskets shall not be shortened or cut unless approved by the Engineer in writing Simplex Time Capsule dowel bars and dowel baskets are examples of a product that meets this specification Subsection 709.04 shall be added and shall state the following: 709.04 Welded Wire Mesh. Welded Wire Mesh (WWM) shall be used to reinforce concrete panels that are smaller than 12 feet x 15 feet and/or panels that are oddly shaped (i e , not rectangular) WWM shall conform to ASTM A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete and ASTM A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete WWM shall be galvanized, 10 gauge wire with 6 inch x 6 inch square openings End of Section REPLACE ZONE ABOVE GROUNDWATER BARRIER WITH NATIVE BACKFILL OR SELECT MATERIAL AS REQUIRED KEY INTO UNDISTURBED SOIL (SIDES & BOTTOM OF TRENCH) i TRENCH WIDTH 1 LIMITS OF EXCAVATED TRENCH III III 1 .. • TYPICAL TRENCH WIDTH SECTION A -A 1' MIN. KEY OUTSIDE BEDDING PIPE BEDDING ZONE MATERIAL A 4--- A*a 2' MIN. PLAN VIEW EXTEND BARRIER ABOVE PIPE BEDDING ZONE MATERIALS BY 12" NOTES: 1. REFER TO WATER & SEWER (W&S) DEPARTMENT CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) FOR GROUNDWATER BARRIER MATERIAL AND COMPACTION REQUIREMENTS 2. LOCATE GROUNDWATER BARRIERS PER ACCEPTED CONSTRUCTION DRAWINGS AND SPECIFICATIONS. 3. GROUNDWATER BARRIER TO BE CONCRETE, BENTONITE, CLSM CONCRETE, OR OTHER CITY APPROVED MATERIAL. REFER TO SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. GROUNDWATER BARRIER SIDE OF EXCAVATED TRENCH • Greeley GROUNDWATER BARRIER DETAIL WS -1 DATE: JANUARY 2023 SCALE: N.T.S. BACKFILL ZONE INSTALLATION IN UNDEVELOPED AREA SLOPE OR TRENC-I BOX AS REQUIRED BY OSHA OR GOVERNINGIAGENCY (SEE NOTE 4) ADD MARKING TAPE 18" ABOVE TOP OF PIPE TAPE SHALL BE SPECIFIC TO UTILITY BEING INSTALLED \ 6" MIN INSTALLATION IN EXISTING STREET \\\I\\\\\\\\V l- Ili�ll 111 TRENCH WIDTH -Ml 12„ 12„ I, I \ MIN _PIPE MIN 18" 18" a MAX O D MAX BEDDING ZONE '! STABILIZATION MATERIAL DEPTH AS REQUIRED TO OBTAIN A STABLE SUBGRADE (SEE NOTE 3) NOTES i 'II SEE NOTE 2 INSULATION BOARD AS REQUIRED BY CITY INSPECTOR AND/OR AS SHOWN ON CONSTRUCTION DRAWINGS (SEE NOTE 5) D A TRACER WIRE (SEE NOTE 6) INSTALL GEOTEXTILE BETWEEN PIPE BEDDING AND STABILIZATION MATERIAL 1 REFER TO WATER & SEWER (W&S) DEPARTMENT CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) FOR STABILIZATION, GEOTEXTILE, BEDDING, BACKFILL MATERIAL, COMPACTION, AND MARKING TAPE REQUIREMENTS FOR ANY CONFLICT BETWEEN WATER AND SEWER AND PUBLIC WORKS BACKFILL MATERIAL SPECIFICATIONS AND COMPACTION REQUIREMENTS, THE MORE STRINGENT SPECIFICATION SHALL APPLY 2 REFER TO STREETS DETAIL S-31 "EXISTING STREET PAVEMENT PATCH DETAIL FOR ASPHALT & CONCRETE", CURRENT VERSION, FOR STREET CUT REQUIREMENTS 3 AN OVER EXCAVATED TRENCH SHALL BE BACKFILLED AND COMPACTED WITH STABILIZATION OR BEDDING MATERIALS (AS PER SPECIFICATIONS) UNDER THE DIRECTION OF THE CITY 4 TRENCHES SHALL BE,SHORED, BRACED, OR SHEETED PER OSHA REQUIREMENT AND AS NECESSARY FOR THE SAFETY AND PROTECTION OF PERSONNELAND OTHER UTILITIES 5 INSULATION BOARD SHALL BE 2" THICK MINIMUM, CONSISTING OF TWO BOARDS (1" MINIMUM PER BOARD) WITH OFFSET JOINTS PLACED ACROSS FULL TRENCH WIDTH REFER TO SPECIFICATIONS 6 INSTALL TRACER WIRE ACCORDING TO SPECIFICATIONS AND W&S UTILITY LOCATING ("UL") DETAILS, LATEST REVISION OF EACH TRENCH CROSS SECTION ley DATE JANUARY 2023 DETAIL WS -2 SCALE N T S CATHODIC TEST STATION DETAIL NOTES 1 CASING PIPE CASING SPACERS AND END SEALS TO BE INSTALLED PER WATER & SEWER (W&S) DEPARTMENT CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) 2 RECOMMENDED CASING SPACER POSITIONING PI An FOX 12 DIAMETER AND SMALLER CARRIER PIPES USE 8 CASING SPACER BANDWIDTH 4 FOR CARRIER PIPES LARGER THAN 12 DIAMETER USE 12 CASING SPACER BANDWIDTH CASING SPACERS TO BE IN THE CENTER RESTRAINED POSITION 6 REFER TO SPECIFICATIONS LATEST REVISION FOR PIPE CASING SIZES AND MATERIALS ALL BORINGS & ENCASEMENTS WILL REQUIRE WATERTIGHT END SEALS AS SHOW N AND GROUT FILLED ANNULAR SPACE RESTRAINTSARE REQUIREDTONOTOVER INSERTPIPEAND ALLOWS FOR INSTALLATION OR REMOVAL OF PIPING BRICK END S DATE JANUARY 2023 CATHODIC PROTECTION NOTES CATHODIC PROTECTION SHALL ONLY BE REQUIRED FOR DIP AND STEEL PIPES INSTALL THE ANODES vERilfAl LY OR HORRONTALLY ELOW THE ES MUST BE PLACED :KFILL SUCH AS SAND 3 IN]IALLA 17 L9 HIGH POTENTIAL MAGNESIUM L CASING PIPES 4 STATION TEST WIRES TO :E THHN/THWH S 15,12ILAMIN=I OF2FT SLACK ATEACH END OF WIRES 6 BE CAUTIOUS DURING BACKFILLING TO NOT DAMAGE OR STRESS WIRES OR CONNECTIONS 6'TO 8' 1" MIN CASING PIPE 1 MIN GAP CASING SPACER CARRIER PIPE RUNNER FOR CARRIER PIPES 4"-12" PIPE BELL CASING PIPE +4 15 FOR CARRIER PIPES I5"&16" SECTION A -A l' TO 2' 6'TO 8' RESTRAINED CARRIER PIPE E CASING SPACER D A ELEVATION VIEW CASING PIPE) /' BORING AND ENCASEMENTS DETAIL WS -3 BANDWIDTH SCALE N T S ACTIVE WATER LINE CAP AND PLUG PIPE REMOVED DURING CONSTRUCTION r■ ONCRETE THRUST BLOCKS EXISTING WATER MAIN ABANDONMENT DETAIL - EXISTING PIPE TO BE ABANDONED IN PLACE PLUG WITH EXCESS CONCRETE EXISTING WATER MAIN REMOVE 1' OF SERVICE AFTER CLOSING CORP STOP EXISTING WATER SERVICE ABANDONMENT DETAIL CAP SERVICE LINE WITH PLUGGED TUBE NUT CLOSE CORP STOP CRIMP BACK SERVICE LINE EXISTING WATER SERVICE LINE NOTES WATER MAIN ABANDONMENT 1 EXISTING WATER MAINS ABANDONED SHALL BE PLUGGED AND CAPPED AT NEAREST VALVE OR TEE OF ACTIVE WATER LINE AND SHALL HAVE CONCRETE TH_ RUST BLOCK SIZED FOR DEAD_ENDS REFERENCED IN DETAILS W2A AND W2B 2 WATER MAIN ABANDONMENT MUST BE SCHEDULED WITH THE CITY 72 HOURS IN ADVANCE AT 970-350-9320 WATER SERVICE ABANDONMENT 1 EXISTING WATER SERVICES THAT ARE TO BE ABANDONED SHALL BE ABANDONED AT THE MAIN 2 SERVICE SHALL HAVE THE CORPORATION STOP CLOSED 3 PLUGGED TUBE NUT SHALL BE INSTALLED NEAREST TO THE CORPORATION STOP 4 THE END FURTHEST FROM THE CORPORATION STOP SHALL BE CRIMPED BACK 5 REMOVE CURB STOP AT PROPERTY LINE 6 IF THE SERVICE TO BE ABANDONED WAS DIRECTLY TAPPED ONTO THE MAIN, THE SERVICE MUST BE ABANDONED AT THE MAIN WITH THE SERVICE PIPE REMOVED AND A STAINLESS STEEL ROMAC REPAIR BAND PLACED OVER THE TAP 7 WATER SERVICE ABANDONMENT MUST BE SCHEDULED WITH THE CITY 72 HOURS IN ADVANCE AT 970-350-9320 EXISTING WATER SERVICE & MAIN ABANDONMENT DETAIL WS -5 DATE JANUARY 2023 SCALE N T S LENGTH AS REQUIRED PER DESIGN (SEE NOTE 9) ONE 4-W" PUMPER z NOZZLE CONNECTION • (FACING PUBLIC ROW OR REQUIRED FIRE 2 ACCESS ROAD) 6" MAIN VALVE IN STREET VALVE BOX (REFER TO STANDARD VALVE AND RISER ASSEMBLY DETAIL) J_ O z WATER MAIN THRUST BLOCK (REFER TO DETAILS) NOTES ANCHORING SWIVEL TEE FINISHED GRADE TRACER WIRE (SEE NOTE 8) PRECAST CONCRETE BLOCK SEE NOTE 4 FOR EXTENDING 1CUYDMIN 1" TO 2" CLEAN, CRUSHED GRAVEL OR STONE 3' ELEVATION VIEW TWO 2-W' CONNECTIONS (ONE EACH SIDE) BREAKAWAY FLANGE WITH BREAKAWAY BOLTS 12" MIN 18 MAX TRACER WIRE TEST STATION (SEE NOTE 8) DO NOT BLOCK HYDRANT DRAIN ,DRAIN GRAVEL TO BE PLACED A MIN 6" ABOVE -II- ,FLANGE COVER DRAIN PIT WITH 'POLYETHYLENE OR FELT SHEET THRUST BLOCK 0 fn z g 1 MINIMUM DEPTH OF BURY 5'-6' FROM FINISHED GRADE TO TOP OF PIPE 2 PROVIDE POLYETHYLENE BOND BREAKER BETWEEN ALL PIPE/FITTINGS AND POURED CONCRETE 3 FIRE HYDRANTS MUST BE PURCHASED FROM W&S OPERATIONS WITH A MINIMUM 48 HOUR NOTICE CALL TO ORDER 970-350-9320 4 ONLY A SINGLE FIRE HYDRANT EXTENSION IS PERMITTED FIRE HYDRANT EXTENSION MAYBE UP TO 36" (MAX) PER WATER & SEWER SPECIFICATIONS (W&S) 5 GRADELOK EXTENSIONS WILL BE ALLOWED FOR UP TO 2' MAXIMUM ELEVATION ADJUSTMENTS ANY OTHER EXTENSIONS MUST BE APPROVED BY W&S DEPARTMENT 6 ALL BURIED VALVES, FITTINGS, AND APPURTENANCES SHALL BE RESTRAINED AND INSTALLED PER W&S SPECIFICATIONS, LATEST REVISION 7 EITHER D I P OR PVC IS ACCEPTABLE FOR HYDRANT LATERAL PIPE MATERIAL 8 BEDDING AND BACKFILL SHALL BE PLACED PER W&S SPECIFICATIONS 9 INSTALL TEST STATION AND TRACER WIRE ACCORDING TO W&S SPECIFICATIONS AND UTILITY LOCATING ("UL") STANDARD DETAILS, LATEST REVISION OF EACH 10 HYDRANT DISTANCE FROM MAIN SHALL BE SUCH THAT THE MINIMUM FIRE FLOW AND PRESSURE MEETS WATER & SEWER DESIGN CRITERIA, LATEST REVISION THE MAXIMUM DISTANCE A HYDRANT MAYBE FROM THE MAIN SHALL NOT EXCEED 150 FT UNLESS FURTHER HYDRAULIC ANALYSIS IS PERFORMED AND APPROVED BY THE CITY OF GREELEY WATER &'SEWER DEPARTMENT FIRE HYDRANT ASSEMBLY' DETAIL W-1 DATE JANUARY 2023 il SCALE N T S TEE II►I 1- 'LU II 111 WYE CROSS WITH DEAD END BRANCHES PLUG OR LINE CAP —iii 1111-ITi ff1h hhunT I I Iiil_III- -41 ¶1' 1= = = I I II ��� I I_ III III II -III-IIr--,' DEAD END NOTES: 1. SEE TABLE ON W -2B OF THRUST BLOCK DETAILS FOR MINIMUM AREA OF CONCRETE TO BEAR ON UNDISTURBED EARTH. 2. POLYETHYLENE BOND BREAKER SHALL BE INSTALLED BETWEEN ALL FITT NGS AND CONCRETE. BEND -HORIZONTAL OR BOTTOM OF VERTICAL I -I 1=11 I=I I X 111 I 111 II, II, , W TEE W/DEAD END ON RUN is 111�'IJ. l —I!,! I 1u7, III — III =1 11=11 II w v i ( 1- - TT III=1 ,- REDUCER TRENCH he-- WIDTH AS --el SPECIFIED 1II ''l LUNDISTURBED EARTH VARIES REFER TO EQUATION ON DETAIL W-4 SECTION (TYPICAL) ?3reeley HORIZONTAL THRUST BLOCKS DETAIL W -2A DATE: JANUARY 2023 SCALE: N.T.S. THRUST BLOCK BEARING AREAS (SQ-FT) FOR INTERNAL STATIC PRESSURE OF 150 PSI, DIP I D , SOIL BEARING CAPACITY OF 1000 PSF AND 1 5 SAFETY FACTOR (S F.) PIPE SIZE 90° BEND 45° BEND 2Zi° BEND DON BEND DEAD ENDS, VALVES 8L TEES, PLUGGED CROSS BRANCHES 4" 33 25 13 06 33 6" 102 55 28 14 72 8" 183 99 50 25 129 12" 399 216 110 55 282 16" 705 382 195 98 499 20" SPECIAL DESIGN REQUIRED 24" UNDISTURBED EARTH [FT2] = W [FT] X H [FT] THRUST FORCE FOR REDUCERS [LB] =TEST PRESSURE [PSI] X (AL,RGE [INZ]-ASMALL [IN2]) GRAVITY BLOCK SIZE FOR REDUCERS [FT2] =0 225 X (ALARGE [INZ] - ASMALL [INS]) NOTES 1 POLYETHYLENE BOND BREAKER SHALL BE INSTALLED BETWEEN ALL FITTINGS AND CONCRETE 2 ALL THRUST BLOCKING SHALL BE CAST -IN -PLACE CONCRETE WITH A MINIMUM YIELD 28 DAY STRENGTH OF 2500 P S I 3 THRUST BLOCKING SHALL BE CAST AGAINST UNDISTURBED SOIL FORMS SHALL BE USED AS REQUIRED TO OBTAIN ADEQUATE BEARING AREA AND TO CONFINE THE CONCRETE THRUST BLOCKING SHALL BEAR ON THE FITTING OR END CAP ONLY AND WILL NOT BE ALLOWED TO SPILL OVER THE JOINT OR AGAINST THE PIPE 4 THE CITY MAY REQUIRE LARGER THRUST BLOCKS THAN SPECIFIED IF SOILS ARE DETERMINED TO PROVIDE LESS THAN 1000 PSF BEARING CAPACITY 5 IN THE ABSENCE OF SOIL BEARING CAPACITY INFORMATION USE 1000 PSF 6 NO LESS THAN 150 PSI TEST PRESSURE SHALL BE USED FOR THRUST BLOCK CALCULATIONS 7 BEARING AREAS FOR ANY PRESSURE AND SOIL BEARING CAPACITY MAY BE OBTAINED BY MULTIPLYING THE TABULATED BEARING AREAS BY A CORRECTION FACTOR "F" F- (ACTUAL SPECIFIED TEST PRESSURE IN PSI)/(150 PSI) (ACTUAL SOIL BEARING CAPACITY IN PSF)/(1000 PSF) 8 EXAMPLE CALCULATE THE BEARING AREA FOR 8"-90° BEND WITH A TEST PRESSURE OF 200 PSI AND SOIL BEARING CAPACITY OF 3000 PSF FROM TABLE BEARING AREA = 18 3 SF F _ (200 P51)/(150 PSI) - 0 44 (3000 PSF)/(1000 PSF) REQUIRED BEARING AREA ON UNDISTURBED SOIL= (0 44)(18 3 SF) = 8 1 SF HORIZONTAL THRUST BLOCKS DETAIL W -2B DATE JANUARY 2023 SCALE N T S NO 5 REBAR TRENCH BOTTOM A TOP OF VERTICAL BEND [�OD+12",J REFER TONOTE2 f MIN ��II MIN ANCHOR BAR EMBEDMENT LENGTH ANCHOR BAR POLYETHYLENE BOND BREAKER i REFER TO NOTE 2 FOR MIN ANCHOR BAR HOOK LENGTH ANCHOR BAR BENT OVER VALVE (2 REQUIRED) 1 11=_ I I Ir VOL OF GRAVITY BLOCK -II BELOW UNDISTURBED EARTH VALVE (GATE OR BUTTERFLY) VOL OF GRAVITY CONCRETE BLOCK (CU FT) PIPE SIZE BENDS 45° 22 W 112/x' 4" 167 85 43 6" 369 188 95 8" 659 336 169 12" 1441 73 4 36 9 16" 2545 1297 652 20" SPECIAL DESIGN REQUIRED 24" SECTION A -A JEf- I .=1I ILL ITI I I -1I I -I" REDUCER NOTES 6" MIN VARIES BASED ON GRAVITY BLOCK SIZE IN EQUATION BELOW FULLY ENCASED WITH CONCRETE 1 POLYETHYLENE BOND BREAKER SHALL BE INSTALLED BETWEEN ALL FITTINGS AND CONCRETE 2 ALL ANCHOR BARS SHALL BE EPDXY COATED NO 5 REBAR AND SHALL BE EMBEDDED IN CONCRETE TO WITHIN 6" OF END OF CONCRETE BLOCK AND SHALL HAVE MINIMUM 6" HOOK LENGTH GRAVITY CONCRETE BLOCK SIZES SHOWN IN TABLE ARE BASED ON 150 LB/FT3 DENSITY FOR CONCRETE, 150 PSI TEST PRESSURE, AND A SAFETY FACTOR OF 15 GRAVITY BLOCK SIZE [FT3] = SAFETY FACTOR X THRUST FORCE [LB] DENSITY OF BLOCK MATERIAL [LB/FT3] THRJST FORCE FOR REDUCERS [LB] =TEST PRESSURE [PSI] X (ALARGE [IN2] - ',SMALL [IN2]) GRAVITY BLOCK SIZE FOR REDUCERS [FT3] =15 X (ALARGE [IN2] - ASMALL [IN2]) GRAVITY THRUST BLOCKS DETAIL W-3 DATE JANUARY 2023 SCALE N T S INSi - uNI mtS l fcA1N I S AS NELESSARYTO OBTAIN REQUIRED LENGTH OF RESTRAINED PIPE MP OF ALL) C LR 1 DEAD ENDS OR INLINE VALVES BEND DEAD END OR INLINE VALVE REDUCER DI PIPE (POLYETHYLENE -ENCASED) MINIMUM LENGTHS OF RESTRAINED PIPE - IN FEET PIPE SIZES (D") BENDS (LA) TEE (II DEAD ENDS/ INLINE VALVES IL I REDUCERS (gyp) RUN BRANCH 11�° BEND 22�z° BEND 45° BEND 90° BEND 4" 4" 5 5 10 15 5 50 6" 4" 5 40 6" 5 5 10 20 5 70 8" 4" 5 65 6" 5 40 8" 5 10 15 30 15 90 12" 4" - - 5 115 6" 5 95 8" 5 70 12" 5 10 20 40 55 130 16" 4" 5 155 6" 5 140 8" 5 120 12" 24 70 16" 5 10 20 50 90 165 NOTES 1 RESTRAINED,LENGTHS SHOWN IN CHARTS ARE MINIMUM LENGTHS 2 RESTRAINT SYSTEMS ON PIPE LARGER THAN 16 -INCH DIAMETER SHALL BE DESIGNED FOR CONDITIONS EXISTING AT INSTALLATION SITE 3 THE CHARTS'ARE BASED ON THE FOLLOWING ASSUMPTIONS A 150 PSI TEST PRESSURE B 15 SAFETY FACTOR C 4 -FT BURY DEPTH D SOIL TYPE ML, AS DEFINED BY AWWA M23 AND M41 E TRENCH TYPE #4, AS DEFINED BY AWWA K/I23 AND M41 4 THE DESIGN ENGINEER IS RESPONSIBLE FOR VERIFYING THE ACTUAL SITE ,ON DITIONS WITH RESPECT TO THE ASSUMPTIONS LISTED ABOVE 5 IF LENGTHS CANNOT BE MET FOR DEAD ENDS AND/OR TEES, DESIGN ENGINEER SHALL SPECIFY RESTRAINED LENGTHS OR A COMBINATION OF THRUST BLOCKS AND RESTRAINTS 6 BOTH ENDS OF INLINE VALVES SHALL BE RESTRAINED AT THE SPECIFIED RESTRAINT LENGTH (LR) SHOWN IN TABLE ready HORIZONTAL PIPE RESTRAINT DETAIL W -4A DATE JANUARY 2023 SCALE N T S L3 1'-0" MIN J _ VERTICAL OFFSET RESTRAIN ALL JOINTS 1 VERTICAL LOWERING Li RESTRAIN ALL - JOINTS DI PIPE (POLYETHYLENE LENGTHS OF RESTRAINED -ENCASED) MINIMUM PIPE - IN FEET PIPE SIZES 1O") VERTICAL BENDS 11W BEND 22W BEND 45° BEND Li L2 L2 L2 Li L2 4" 5 5 10 5 25 5 6" 10 5 15 5 30 10 8" 10 5 20 5 40 10 12" 15 5 I 30 10 55 15 16" 20 5 35 10 70 20 NOTES 1 RESTRAINED LENGTHS SHOWN IN CHARTS ARE MINIMUM LENGTHS 2 RESTRAINT SYSTEMS ON PIPE LARGER THAN 16 -INCH DIAMETER SHALL BE DESIGNED FOR CONDITIONS EXISTING AT INSTALLATION SITE 3 THE CHARTS ARE BASED ON THE FOLLOWING ASSUMPTIONS A 150 PSI TEST PRESSURE B 15 SAFETY FACTOR C 4 -FT BURY DEPTH D SOIL TYPE ML, AS DEFINED BY AWWA M23 AND M41 E TRENCH TYPE #4, AS DEFINED BY AWWA M23 AND M41 4 THE DESIGN ENGINEER IS RESPONSIBLE FOR VERIFYING THE ACTUAL SITE CONDITIONS WITH RESPECT TO THE ASSUMPTIONS LISTED ABOVE 5 IF LENGTHS CANNOT BE MET FOR DEAD ENDS AND/OR TEES, DESIGN ENGINEER SHALL SPECIFY RESTRAINED LENGTHS OR A COMBINATION OF THRUST BLOCKS AND RESTRAINTS reeley VERTICAL PIPE RESTRAINT DETAIL W -4B DATE JANUARY 2023 SCALE N T S RESTRAINED D I P OR PVC FINISHED GRADE g 4b 7n -I I 1=I ' i -111-I I I -II -II -I- I -II-I I I -I I I -I 11=1 I I 11-III=1 I I1111 1111=I I I=111-111-1111 1111, ; III -III- -111-111- -I I II iI I II II I I-11 i CONFLICTING UTILITY -I 11- COVER . -I 11=1 I I -I 11=1 I I-IIIII-II-I-II_ -III-I 11-d II -I1 - III -I 111=111- VARIES 45° BEND 1I- MJ RESTRAINT (SEE NOTE 1) t t '" WATER LINE _ I I° 45° BEND 45° BEND- h • ° I 45° BEND , MINN III III REFER TO THRUST MJ RESTRAINT (SEE NOTE 1) ° • - . I BLOCK DETAIL �h O D ELEVATIONVIEWVIEW NOTES 1 ALL FOUR VERTICAL 45 -DEGREE BENDS SHALL BE RESTRAINED BY MECHANICAL JOINT RESTRAINTS AND THRUST BLOCKS PER THE LATEST REVISION OF W&S THRUST BLOCK DETAILS ALL BURIED PIPE, FITTINGS, AND APPURTENANCES SHALL BE RESTRAINED AND INSTALLED PER WATER & SEWER (W&S) SPECIFICATIONS, LATEST REVISION 2 INSTALL TRACER WIRE ACCORDING TO WATER & SEWER SPECIFICATIONS AND STANDARD UTILITY LOCATING ("UL") DETAILS, LATEST REVISION OF EACH 3 MINIMUM CLEARANCE FROM CONFLICTING UTILITY SHALL BE NO LESS THAN 18 INCHES AT THE NEAREST DIMENSION OR ENCASED PER DETAIL WS -3 4 INSULATION BOARD ABOVE THE WATERLINE IS REQUIRED IF THE WATER LINE CROSSES WITHIN 4 FEET OF STORMWATER CROSSINGS OR OTHER OPEN-AIR CONDUITS IN SUCH CASES, INSULATION BOARD SHALL EXTEND 5 FT HORIZONTALLY ON EITHER SIDE OF THE CROSSING CONDUIT PLACEMENT SHALL BE IN ACCORDANCE WITH THE SEPARATE TRENCH CROSS SECTION DETAIL AND W&S SPECIFICATIONS, LATEST REVISION OF EACH , reelsY VERTICAL PIPE LOWERING: DETAIL W-5 DATE JANUARY 2023 SCALE N T S TAPPING SADDLE• SERVICE PIPE SHALL MATCH TOP OF MAIN SERVICE PIPE STIFFENER PIPE INSERT CORPORATION STOP WATER MAIN TAPPING SADDLE ELEVATION VIEW TO CURBSTOP TYPE OF PIPE AND SIZE OF TAP PIPE SIZE CAST IRON DUCTILE IRON PVC C-900 3/4" 1 1" 11/2" 2" 3"&4" 3/4" 1" 11/2" 2" 3"&4" < 2" > 2" " 4" 5 ! 5 _ NO NO TSV S S NO „NO TSV S TSV 6" S SS S TSV S S S S TSV S TSV 8" S S S S TSV S S S S TSV S TSV 12" 5 5 5 5 TSV S S S S TSV S TSV 16" 555S 5 S TSV S S SS TSV N/A N/A "5" - TAPPING SADDLE REQUIRED, ALL SADDLES SHALL HAVE AWWA TAPER THREADS "NO" - NO TAP PERMITTED WITH OR WITHOUT A SADDLE, A TEE CONNECTION MAY BE PERMITTED IF SPECIFICALLY AUTHORIZED BY THE WATER DEPARTMENT "TSV" - TAPPING SLEEVE AND VALVE REQUIRED "N/A" - NOTAPPLICABLE NOTES 1 REFERENCE CITY OF GREELEY, WATER & SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR TAPPING SADDLE SPECIFICATIONS 2 EXISTING STEEL MAINS, TWELVE INCHES (12") IN DIAMETER OR LESS, SHALL BE TAPPED USING A CITY ACCEPTED TAPPING SADDLE 3 ALL BURIED PIPE, FITTINGS, VALVES, AND APPURTENANCES SHALL BE RESTRAINED AND INSTALLED PER CITY OF GREELEY WATER & SEWER SPECIFICATIONS, LATEST REVISION 4 INSTALL TRACER WIRE ACCORDING TO CITY OF GREELEY WATER & SEWER SPECIFICATIONS AND W&S UTILITY LOCATING ("UL") STANDARD DETAILS, LATEST REVISION OF EACH 5 REFER TO CITY OF GREELEY WATER AND SEWER SPECIFICATIONS, LATEST REVISION, FOR PRODUCT AND MFR SPECIFICATIONS 6 THIS DETAIL ALSO APPLIES TO NON -POTABLE IRRIGATION SERVICE CONNECTIONS TO NON -POTABLE IRRIGATION MAINS 7 SERVICE TAPS ON WATER MAINS LARGER THAN 16" MAY BE CONSIDERED UNDER CERTAIN CIRCUMSTANCES WITH SPECIAL DESIGN ON A CASE -BY -CASE SCENARIO 8 FOR ANY NEW WATER SERVICES TAPPING INTO EXISTING MAINS THE CONTRACTOR SHALL NOTIFY THE CITY 72 HOURS PRIOR AT 970-350-9320 WATER SERVICE CONNECTION DETAIL W-6 DATE JANUARY 2023 SCALE N T S INSTALL TOP V2" ABOVE FINAL GRADE 2' MAX. HE L J/ r T� FLOW 1 COPPER SETTER C904 PEX OR COPPER SERVICE PIPE (SEE NOTE 6) reeley IN GROUND SURROUNDING METER PIT SHALL SLOPE AWAY FROM LID AT 2% MINIMUM GRADE NO FILL DIRT INSIDE PIT • •a 20" I.D. OUT CUTOUT TYP. F 4'-0" A -t TYPE "K" COPPER TUBING NOT LESS THAN 51-0" FLOW 5'-0" NOTES: 1. METER MUST BE PURCHASED FROM THE WATER & SEWER (W&S) DEPARTMENT NO EXCEPTIONS. 2. NOT FOR INSTALLATION IN ROADWAYS, DRIVEWAYS, OR PARKING AREAS. 3. IF SURFACE IS NOT TO FINAL GRADE AT TIME OF INSTALLATION OF METER, OR GRADE CHANGES AFTER INSTALLATION, PROPERTY OWNER MUST ADJUST PIT TO MEET DEPTH AND SPECIFICATIONS. 4. NO CONCRETE FLOOR SHALL BE POURED IN METER PIT. 5. IF PRESSURE REDUCING VALVE AND/OR BACKFLOW DEVICE IS REQUIRED BY PLUMBING CODE, IT SHALL BE INSTALLED DOWNSTREAM OF METER PER BUILDING AND PLUMBING CODE. 6. COPPER SHALL NOT SHOW ANY VISIBLE SIGNS OF CRIMPING AND SHALL BE INSTALLED FROM CURB STOP TO 5 FEET PAST METER PIT. 7. FOR ADDITIONAL METER INSTALLATION REQUIREMENTS, REFER TO METER INSTALLATION NOTES ON CITY OF GREELEY W&S DETAIL W-15, LATEST REVISION. 8. REFER TO CITY OF GREELEY W&S DETAIL W-9A/W-9B AND CONSTRUCTION SPECIFICATIONS, LATEST REVISION OF EACH, FOR CURB STOP, BOX, AND SERVICE PIPE REQUIREMENTS. IF CROSS -LINKED C904 PEX SERVICE LINE USED FROM CORP STOP TO CURB STOP THE PEX LINE MUST BE UPSIZED TO NEXT PIPE SIZE FROM METER SIZE TO REDUCE LOSS OF PRESSURE. 9. FOR PRODUCT AND MANUFACTURER SPECIFICATIONS, REFER TO CURRENT VERSION OF CITY OF GREELEY W&S CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS), LATEST REVISION. 10. ALL BURIED PIPE, FITTINGS, VALVES, AND APPURTENANCES SHALL BE INSTALLED AND RESTRAINED IN ACCORDANCE WITH WATER & SEWER DEPARTMENT SPECIFICATIONS, LATEST REVISION. 11.INSTALL TRACER WIRE ACCORDING TO CITY OF GREELEY W&S SPECIFICATIONS AND STANDARD DETAILS, LATEST REVISION. SERVICE PIPE ELEVATION VIEW LEGEND 1 CURB STOP VALVE & SERVICE BOX (SEE NOTE 8) 2 UPPER HALF OF STANDARD VALVE BOX (INSTALLED PER SPECIFICATIONS) 3 %a" OR 1" SERVICE PIPE (MATCH SERVICE PIPE I.D.) (SEE NOTE 8) 4 BRICK SUPPORT (PLACE ON UNDISTURBED SOIL) 5 TRACER WIRE (SEE NOTE 11) 6 COPPER METER SETTER (MFR PER SPECIFICATIONS) 7 METER UNIT (ORDER FROM CITY OF GREELEY METER SHOP) 8 COMPOSITE DOUBLE LID CONE OR APPROVED EQUAL (MFR PER SPECIFICATIONS) 9 STANDARD FORGED BRASS WATERWORKS PENTAGON HEAD WITH LOCKING SCREW 10 METER ENDPOINT RADIO TRANSMITTER (RT UNIT) 11 TYPE K COPPER MATCHING METER SIZE • OUTSIDE SETTING FOR 3/4" & 1" POTABLE WATER METER DETAIL W-7 DATE: JANUARY 2023 SCALE: N.T.S. 24" 2' MAX STEPS 12"OC C904 PEX OR COPPER SERVICE PIPE (SEE NOTE 7) 12 _ NHOLE-OUTSI DIAMETER PLAN VIEW ANHOLE COVER (SEE NOTE 6) 1 -Iii" OR 2" SERVICE PIPE (MATCH SERVICE PIPE I D ) (SEE NOTE 7) TYPE "K" COPPER TUBING ELEVATION VIEW 11 FLOW 12" MIN 18" MAX 2" MIN 5 INSULATION BOARD 6 z� to io SERVICE PIPE (SEE NOTE 7) 12" REBAR #4@18"OC REBAR H12"-.1 THREE#6 BASE BEAM DETAIL NOTES 1 METER MUST BE PURCHASED FROM THE WATER & SEWER (W&S) DEPARTMENT NO EXCEPTIONS 2 FOR PRODUCT AND MANUFACTURER SPECIFICATIONS, REFER TO CURRENT VERSION OF CITY OF GREELEY W&S CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) 3 REFER TO W&S DETAIL W-16, LATEST REVISION, FOR ADDITIONAL METER INSTALLATION AND VAULT REQUIREMENTS 4 ALL VAULTS, BURIED PIPE, FITTINGS, VALVES, AND APPURTENANCES SHALL MEET CITY OF GREELEY W&S SPECIFICATIONS, LATEST REVISION NO CONCRETE FLOOR SHALL BE POURED IN METER VAULT 24" MANHOLE COVER SHALL BE A WORM LOCK LID MARKED "WATER", REFER TO CITY OF GREELEY W&S SPECIFICATIONS, LATEST REVISION, FOR SPECIFIC MANHOLE COVER MFR AND PRODUCT INFORMATION 7 REFER TO CITY OF GREELEY W&S DETAIL W-9A/W-98 AND CONSTRUCTION SPECIFICATIONS, LATEST REVISION OF EACH, FOR CURB STOP, BOX, AND SERVICE PIPE REQUIREMENTS IF CROSS -LINKED C904 PEX SERVICE LINE USED FROM CORP STOP TO CURB STOP THE PEX LINE MUST BE UPSIZED TO NEXT PIPE SIZE FROM METER SIZE TO REDUCE LOSS OF PRESSURE 8 INSTALL TRACER WIRE ACCORDING TO CITY OF GREELEY W&S SPECIFICATIONS AND STANDARD DETAILS, LATEST REVISION LEGEND CURB STOP VALVE AND SERVICE BOX UPPER HALF OF STANDARD VALVE BOX (INSTALLED PER SPECIFICATIONS) 3 4 BRICK SUPPORT (PLACED ON UNDISTURBED SOIL OR 1-1" STABILIZATION ROCK) TRACER WIRE (SEE NOTE 8) METER UNIT (ORDER'FROM CITY OF GREELEY METER SHOP) (SEE NOTES 1 & 2) COPPER METER SETTER (MFR PER SPECIFICATIONS) 48" DIAMETER OR SQUARE CONCRETE MANHOLE (SEE NOTE 4 FOR PRE -CAST) METER ENDPOINT RADIO TRANSMITTER (RT UNIT) 6" MIN OF SUBGRADE MATERIAL UNDER GRADE BEAM AND INSIDE VAULT PER SPECIFICATION CONCRETE MANHOLE BASE BEAM (SEE BASE BEAM DETAIL) 5 6 8 10 11 12 APPROVED RUBBER SEAL ON PIPE BARREL AT WALL PENETRATION PER SPECIFICATION OUTSIDE SETTING FOR 1-1/2" & 2" POTABLE WATER METER DETAIL W-8 DATE JANUARY 2023 SCALE N T S ROW OR EXCLUSIVE WATER EASEMENT C904 PEX OR COPPER SERVICE PIPE FROM MAIN TO CURB STOP (SEE NOTE 9) SET OFF PAVEMENT AS FAR AS POSSIBLE PAVEMENT CONNECT SERVICE TO WATER MAIN PER DETAIL W-6 TRACER WIRE (SEE NOTE 7) CORPORATION' L - _STOP - J WATER MAIN NOTES 2' MAX LANDSCAPE PKWY MATCH METER SIZE FROM CURB STOP TO 5' OUTSIDE OF METER BOX CITY'S RESPONSIBILITY (SEE NOTE 2) SEE NOTE 1� TYPE "K" COPPER SERVICE PIPE SERVICE PIPE (SEE NOTE 11) (SEE NOTE 10) METER PIT PER PROPERTY LINE OR -,DETAIL W-7 WATER EASEMENT BOUNDARY VARYING WIDTH UTILITY EASEMENT 1 WALK ELEVATION VIEW PROPERTY OWNER'S RESPONSIBILITY (SEE NOTE 2) 1 PLACEMENT OF CURB STOP SERVICE BOX MAY VARY FROM LANDSCAPE PARKWAY OR A MAXIMUM OF±1 FOOT OF THE PROPERTY LINE ANY VARIANCE OF LOCATION OF CURB STOP MUST BE APPROVED PRIOR TO CONSTRUCTION SEE DESIGN CRITERIA, LATEST REVISION, FOR METER PIT LOCATION 2 WATER DEPARTMENT'S RESPONSIBILITY SHALL BE THE WATER MAIN, THE METER INSIDE THE METER PIT, THE CORPORATION STOP, AND SERVICE PIPING FROM THE WATER MAIN UP TO DOWNSTREAM OF METER PROPERTY OWNER'S RESPONSIBILITY SHALL INCLUDE EVERYTHING DOWNSTREAM OF METER STRUCTURE 3 SHOULD ANY SITUATION ARISE OTHER THAN SHOWN CONCERNING THE DEPTH OR OBSTRUCTION OF SERVICE LINE OR THE PLACEMENT OF THE METER PIT OR STOP BOX, CALL (970) 350-9317 AND ASK FOR METER SERVICES DIVISION 4 REFER TO WATER & SEWER (W&S) STANDARD DRAWINGS AND CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) FOR METER INSTALLATION REQUIREMENTS 5 CURB STOP IS TO BE MINNEAPOLIS PATTERN OR APPROVED EQUAL 6 CURB STOP MUST BE INSTALLED WITH EITHER PLASTIC OR STAINLESS STEEL PIPE INSERTS TO ENSURE PROPER COMPRESSION FITTING ON C904 CROSS -LINKED PEX PIPE 7 INSTALL TRACER WIRE ACCORDING TO CITY OF GREELEY W&S SPECIFICATIONS AND STANDARD DETAILS, LATEST REVISION 8 ALL BURIED PIPE, FITTINGS, VALVES, AND APPURTENANCES SHALL BE INSTALLED AND RESTRAINED IN ACCORDANCE WITH W&S SPECIFICATIONS, LATEST REVISION 9 COPPER OR C904 CROSS -LINKED PEX SERVICE LINE SHALL BE INSTALLED FROM THE CORPORATION STOP TO CURB STOP REFER TO W&S CONSTRUCTION SPECIFICATIONS FOR APPROVED SERVICE PIPE PRODUCT AND MFR REQUIREMENTS 10 FROM 5 FT PAST THE METER PITON THE OWNER SIDE UP TO BUILDING STRUCTURE SHALL BE IN ACCORDANCE WITH BUILDING CODE AND DRINKING WATER REQUIREMENTS 13 TYPE "K" COPPER SHALL BE PLACED FROM THE CURB STOP, THROUGH THE METER PIT, AND UP TO 5 FEET PAST THE METER PITON CUSTOMER SIDE 14 ALL SERVICE PIPE SHALL BE SIZED ACCORDING TO SERVICE TAP INSIDE DIAMETER AND MUST COMPLY WITH AWWA C904 SEE W&S DESIGN CRITERIA, LATEST REVISION 15 UPPER HALF OF STANDARD VALVE BOX SHALL BE PLACED OVER CURB STOP AND TRACER WIRE TEST STATION LOOP ACCORDING TO W&S SPECIFICATIONS, LATEST REVISION cefi\ reelel POTABLE WATER SERVICE LINE, STOP BOX & METER INSTALLATION (INSIDE LANDSCAPE PARKWAY) DETAIL W -9A DATE JANUARY 2023 SCALE N T S PAVEMENT f1OW OR EXCLUSIVE WATER EASEMENT Pf7ERTY LINE OR WATER EASEMENT BOUNDARY SEE NOTE 1 C904 PEX OR COPPER SERVICE PIPE FROM MAIN TO CURB STOP (SEE NOTE 9) WALK -I 11 -iii -I i I I ICI I (- UPPER HALF OF STANDARD VALVE BOX (SEE NOTE 13) CONNTO WATERECT MAINSERPERVICE DETAIL W-6 TRACER WIRE (SEE NOTE 7) L CURB STOP & SERVICE BOX TYPE "K" COPPER SERVICE PIPE (SEE NOTE 11) METER PIT PER 2, DETAIL W-7 MAX VARYING WIDTH UTILITY EASEMENT CORPORATION - MATCH METER SIZE FROM STOP CURB STOP TO 5' OUTSIDE - WATER MAIIN OF METER BOX NOTES CITY'S RESPONSIBILITY (SEE NOTE 2) ELEVATION VIEW SERVICE PIPE (SEE NOTE 10) �-I_ -III_ FLOW PROPERTY OWNER'S RESPONSIBILITY (SEE NOTE 2) 1 PLACEMENT OF CURBS OP SERVICE BOX MAY VARY FROM LANDSCAPE PARKWAY OR A MAXIMUM OF ±1 FOOT OF THE PROPERTY LINE ANY VARIANCE O LOCATION OF CURB STOP MUST BE APPROVED PRIOR TO CONSTRUCTION SEE DESIGN CRITERIA, LATEST REVISION, FOR METER IT LOCATION 2 WATER DEPARTMENT'S RESPONSIBILITY SHALL BE THE WATER MAIN, THE METER INSIDE THE METER PIT, THE CORPORATION STOP, AND SERVICE PIPING FROM THE WATER MAIN UP TO DOWNSTREAM OF METER PROPERTY OWNER'S RESPONSIBILITY SHALL INCLUDE EVERYTHING EiOWNSTREAM OF METER STRUCTURE 3 SHOULD ANY SITUATION ARISE OTHER THAN SHOWN CONCERNING THE DEPTH OR OBSTRUCTION OF SERVICE LINE OR THE PLACEMENT OF THE METER PIT OR STOP BOX, CALL (970) 350-9317 AND ASK FOR METER SERVICES DIVISION 4 REFER TO WATER & SEWER (W&S) STANDARD DRAWINGS AND CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) FOR METER INSTALLATION REQUIREMENTS 5 CURB STOP IS TO BE MINNEAPOLIS PATTERN OR APPROVED EQUAL 6 CURB STOP MUST BE INSTALLED WITH EITHER PLASTIC OR STAINLESS STEEL PIPE INSERTS TO ENSURE PROPER COMPRESSION FITTING ON 0904 CROSS -LINKED PEX PIPE 7 INSTALL TRACER WIRE ACCORDING TO CITY OF GREELEY W&S SPECIFICATIONS AND STANDARD DETAILS, LATEST REVISION 8 ALL BURIED PIPE, FITTINGS, VALVES, AND APPURTENANCES SHALL BE INSTALLED AND RESTRAINED IN ACCORDANCE WITH W&S SPECIFICATIONS, LATEST REVISION 9 COPPER OR C904 CROSS -LINKED PEX SERVICE LINE SHALL BE INSTALLED FROM THE CORPORATION STOP TO CURB STOP REFER TO W&S CONSTRUCTION SPECIFICATIONS FOR APPROVED SERVICE PIPE PRODUCT AND MFR REQUIREMENTS 10 FROM 5 FT PAST THE METER PITON THE OWNER SIDE UP TO BUILDING STRUCTURE SHALL BE IN ACCORDANCE WITH BUILDING CODE AND DRINKING WATER REQUIREMENTS 13 TYPE "K" COPPER SHALL EE PLACED FROM THE CURB STOP, THROUGH THE METER PIT, AND UP TO 5 FEET PAST THE METER PITON CUSTOMER SIDE 14 ALL SERVICE PIPE SHALL BE SIZED ACCORDING TO SERVICE TAP INSIDE DIAMETER AND MUST COMPLY WITH AWWA C904 SEE W&S DESIGN CRITERIA,,LATEST REVISION 15 UPPER HALF OF STANDARD VALVE BOX SHALL BE PLACED OVER CURB STOP AND TRACER WIRE TEST STATION LOOP ACCORDING TO W&S SPECIFICATIONS, LATEST REVISION POTABLE WATER SERVICE LINE, STOP BOX & METER INSTALLATION (OUTSIDE LANDSCAPE PARKWAY) DETAIL W -9B DATE JANUARY 2023 SCALE N T S LEGEND 1 METER (SEE NOTE 1) 2 FLG X PE SPOOL PIECE WITH WALL RING IN CENTER OF VAULT WALL (SEE NOTE 2) 3 FLG X FLG SPOOL PIECE (SEE NOTE 2) 4 RESTRAINED FLANGED COUPLING ADAPTER 5 SWING CHECK VALVE 6 APPROVED RUBBER SEAL ON PIPE BARREL AT WALL PENETRATION PER SPECIFICATION 7 ADJUSTABLE S S PIPE SUPPORT 8 GATE VALVE (MJ X MJ) 9 TEE (MJ X MJ) 10 ELBOW (MJ X MJ) 11 THRUST BLOCK 12 6" HOLE FOR VENT 13 2" MIN INSULATION BOARD 14 24" MANHOLE COVER (SEE NOTE 5) 15 RT UNIT 16 PRE -CAST CONCRETE VAULT, SIZE AS REQUIRED FOR COMPONENTS SHOWN PROPERTY LINE VALVE & SERVICE BOX REFER TO 3' STANDARD MIN VALVE AND RISER NOTES ASSEMBLY DETAIL W-18 1=,VIII 13 1 METER MUST BE PURCHASED FROM THE WATER & SEWER (W&S) DEPARTMENT NO EXCEPTIONS 2 UPSTREAM AND DOWNSTREAM PIPE SPOOL LENGTHS 5X PIPE I D OR PER MFR REQUIREMENTS (WHICHEVER YIELDS THE LONGER PIPE LENGTH) 3 FOR PRODUCT AND MANUFACTURER SPECIFICATIONS, REFER TO CURRENT VERSION OF CITY OF GREELEY W&S CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS) 4 SEE DETAIL W-16 FOR ADDITIONAL METER & VAULT INSTALLATION REQUIREMENTS 5 24" VAULT COVER SHALL BE A COMPOSITE LID WITH A WORM LOCK REFER TO W&S SPECIFICATIONS, LATEST REVISION, FOR APPROVED MANHOLE COVER MATERIALS, MANUFACTURERS, MARKINGS, AND OTHER REQUIREMENTS SUMP PIT 6 ALL BURIED PIPING SHALL BE INSTALLED AND RESTRAINED IN ACCORDANCE WITH (12" SQ X 4" DEEP) W&S SPECIFICATIONS 7 INSTALL TRACER WIRE ACCORDING TO W&S SPECIFICATIONS AND W&S UTILITY - LOCATING ("UL") STANDARD DETAILS; LATEST REVISION OF EACH - _ _ RESTRAINED DUCTILE IRON PIPE (SEE NOTE 8) BYPASS PIPING (PE X PE) PLAN VIEW 12" MIN 18" MAX ELEVATION VIEW VENT SEE DETAIL WNP-2 3' MIN STRUCTURAL SUBGRADE MATERIAL PER SPECIFICATION (TYP) SETTING FOR 3", 4", 6" & 8" POTABLE WATER METER & VAULT DETAIL W-10 DATE JANUARY 2023 SCALE N T S LEGEND MAG METER (SEE NOTE 1) FLG X PE SPOOL PIECE WITH WALL RING IN CENTER OF VAULT WALL FLG X FLG SPOOL PIECE (SEE NOTE B) RESTRAINED MECHANICAL COUPLER OR FLANGED COUPLING ADAPTER SWING CHECK VALVE APPROVED RUBBER SEAL ON PIPE BARREL AT WALL PENETRATION PER SPECIFICATION ADJUSTABLE S 5 PIPE SUPPORT GATE VALVE (Ml x Ml) TEE (Ml % Ml) ELBOW (M1 X MJ) THRUST BLOCK CONCENTRIC REDUCER (AS REQUIRED) ELECTRICAL PANEL DEHUMIDIFIER 6 HOLE FOR VENT LED LIGHT 10 11 12 13 14 15 16 NOTES EAGT:EFEj.,:pilEgfigsER7silififoEtEcalF,NE:::::: MUST BE BADGER M2000 MAG METER AND/OR COORDINATEDY OF GREELEY METER SHOP NO EXCEPTIONS CONTRACTORTO PROVIDES AND ACCESSORIES AS NECESSARY FORACOMPLETE SYSTEMATED CITY OF GREELEY WATER & SEWER (WIi5) DETAIL NP 3 APPLYTO THIS 3 CONTRACTOR IS RESPONSIBLE FOR PROVIDING POWEfl AND TELEMETRY TO THE METER ANO PANEL SHALL eE MOUNTED ABOVE GpADE INSIDE A NEMA 4 SPECI'CAM'S(SPECIFICATIONS) LATESTREVISION SHALL BE EQUIPPED W ff H WATERTIGHT CONNECTIONS ABOVE AND BE RATED FOR HS 20 TRAFFIC LOADINGS TM LOCK LID W ITH A RECESSED TWO INCH DIAMETER HOLE iEWER SPECIFICATIONS LATEST REVISION FOR APPROVED NUFACTURERS MARKINGS AND OTHER REQUIREMENTS COL LENGTH 5%PIPEID OR PER MFR REQUIREMENTS NGTH) NS LATEST REVISION FOR PRODUCT AND DING TO CITY OF GREELEY W &5 SPECIFICATIONS AND VSION ED AT THE CITY OF GREELEY W&S DEPARTMENT 5 DISCRETION FLOW TW02 HOLES FOR TELEPHONE AND ELECTRIC 11 BYPASS PIPING (PE X PE) PROPERTY OR EXCLUSIV WATER EASEMENT LINE OR AS SHOW N ON CONSTRUCTION DWG5 DEHUMIDIFIER AND ELECTRIC PANEL REFERTO STANDARD VALVE AND RISER ASSEMBLY DETAIL W 18 PLAN VIEW 36 MANHOLECOVER (SEE NOTE 7) 12 MIN 18 MA% SUMP STRUCTURAL (12 SQ%4" DEEP) SUBGRADE MATERIAL ELEVATION VIEW PER SPECIFICATION RT UNIT (TYP) SETTING FOR 10" & LARGER ELECTROMAGNETIC (MAG) METER & VAULT DETAIL W-11 VENTSEE DETAIL WNP 2 MIN INSULATION BDARD FLOW PIPE BOLLARD PER PIP BOLLARD DETAIL (SEE NOTES IO&11) DATE JANUARY 2023 SCALE VTS Q CONDUCOR (TYP),,,...-....5_1-CADWELD (TYP) ELEVATION VIEW 1111/0 (2) — #4 AWG, 7 STRAND HMWPE INSULATED CONDUCTOR, 2 PER JOINT (TYP) CADWELD POLYWRAP WELDCAPS CADWELD GASKET / A A zitz 4 A CUTAWAY ELEVATION VIEW NOTES 1 CONDUCTOR WIRE SHALL BE RATED FOR DIRECT BURIAL, AND HAVE BOTH ENDS CAD WELDED TO THE PIPE OR BONDING STRAP BOLTED TO PIPE WIRE SHALL HAVE A MINIMUM OF 2" SLACK 2 JOINT BONDING SHALL ALSO APPLY TO RESTRAINED AND MECHANICAL JOINT PIPE AND FITTINGS 3 CONSTRUCT CADWELD CONNECTIONS PER WATER & SEWER CONSTRUCTION SPECIFICATIONS AND DETAILS,,LATEST REVISION 4 ACCEPTABLE ALTERNATIVE TO ANODE CATHODIC PROTECTION IS ZINC COATED D I P n DUCTILE IRON PIPE JOINT BONDING DETAIL W-12 DATE JANUARY 2023 I4 SCALE N T S GENERAL NOTE 1 POLYETHYLENE ('E) WRAP MAY BE OMITTED WHEN ZINC COATED DIP IS USED 2 PE WRAP IS REQUIRED FOR ALL STANDARD (NON -ZINC) DUCTILE IRON PIPE, FITTINGS, AND APPURTENANCES 3 PE WRAP SHALL BE INSTALLED IN ACCORDANCE WITH THE WATER & SEWER SPECIFICATIONS AND STANDARD DETAILS BELOW, LATEST REVISION OF EACH 4 REPAIR ANY CUT , TEARS, PUNCTURES, OR DAMAGE WITH ADHESIVE TAPE TO PREVENT DAMAGE TO THE PE WRAP DURING BACKFILL, ALLOW ADEQUATE SLACK IN THE TUBE AT THE JOINT AVOID DAMAGING THE TUBE WHEN USING TAMPING DEVICES PIPE -SHAPED APIPURTENANCES 1 COVER BENDS, REDUCERS, OFFSETS, AND OTHER PIPE -SHAPED APPURTENANCES WITH PE IN SAME MANNER AS PIPE ON W&S DETAIL W -13B, LATEST REVISION ODD -SHAPED APPURTENANCES 1 WHEN IT IS NOT PRACTICAL TO WRAP VALVES, FITTINGS, AND OTHER ODD -SHAPED PIECES IN TUBE, WRAP WITH FLAT SHEET OR SPLIT LENGTH OF PE TUBE IN THE FOLLOWING STEPS STEP 1 BEFORE CONNECTING THE APPURTENANCE TO THE SPIGOT END OF PIPE, INSTALL THE ADJACENT PIPE AND PE TUBE ACCORDING TO WATER & SEWER DETAIL W -13B, LATEST REVISION BUNCH THE TUBE IN AN ACCORDIAN- FASHION TO EXPOSE THE SPIGOT END OF THE PIPE THEN LOWER THE APPURTENANCE INTO THE TRENCH AND CONNECT TO SPIGOT END OF PIPE ECEDING PIPEPRSECTION STEP 2 PULL THE PRECEDING AND ADJACENT PE TUBE OVER THE PIPE JOINTS AC ORDING TO STEPS 2 THROUGH 4 IN W -14B PIPE LOWERING STRAP (REMOVE) APPURTENANCE LOWERING STRAP TAPE STEP 3 REPEAT STEP 2 WITH A NEW PIPE ON THE OTHER SIDE OF THE APPURTENANCE THEN WRAP FLAT PE SHEET OR SPLIT LENGTH OF PE TUBE AROUND APPURTENANCE BY PASSING THE SHEET UNDER THE APPURTENANCE AND BRINGING IT UP AROUND BODY MAKE SEAMS BY BRINGING EDGES TOGETHER, FOLDING OVER TWICE, AND TAPING DOWN TAPE PE SECURELY IN PLACE AT VALVE STEM AND OTHER PENETRATIONS TAPE OVERLAP (PER DETAIL W -14B) S 4 REPAITEPR ANY CUS TEARS, PUNCTURES, OR DAMAGE WITH ADHESIVE TAPE TO PREVENT DAMAGE TO THE POLYETHYLENE RAP DURING BACKFILL, ALLOW ADEQUATE SLACE IN THE TUBE AT THE JOINT AVOID DAMAGING THdTUBE WHEN USING TAMPING DEVICES POLYETHYLENE WRAP INSTALLATION ON STANDARD DUCTILE IRON FITTINGS & GENERAL NOTES DETAIL W -13A DATE JANUARY 2023 SCALE N T S STEP 1 CUT A SECTION OF POLYETHYLENE (PE) TUBE APPROXIMATELY 2' LONGER THAN THE PIPE SECTION. REMOVE ALL DEBRIS FROM THE PIPE SURFACE. SLIP THE TUBE AROUND THE END OF THE PIPE, STARTING AT THE SPIGOT END. BUNCH THE TUBE ACCORDION -FASHION ON THE END OF THE PIPE. PULL BACK THE OVERHANGING END OF THE TUBE UNTIL IT CLEARS THE PIPE SPIGOT END. PIPE LOWERING STRAP POLYETHYLENE TUBE DUCTILE IRON PIPE N - STEP 2 LOWER THE PIPE INTO THE TRENCH AND MAKE UP THE PIPE JOINT WITH THE PRECEDING SECTION OF PIPE. SPREAD THE TUBE OVER THE ENTIRE PIPE BARREL AND REMOVE THE PIPE LOWERING STRAP. MAKE SURE NO DIRT OR BEDDING MATERIAL BECOMES TRAPPED BETWEEN TUBE AND PIPE. PRECEDING PIPE SECTION POLYETHYLENE TUBE DUCTILE IRON PIPE STEP 3 OVERLAP THE JOINT WITH THE TUBE FROM THE PRECEDING LENGTH OF PIPE AND SECURE IT INTO PLACE WITH THREE CIRCUMFERENTIAL TURNS OF 2" ADHESIVE TAPE. PIPE LOWERING STRAP (REMOVE) POLYETHYLENE TUBE SECURED TUBE WI DUCTILE IRON PIPE STEP 4 ADHESIVE TAPE OVERLAP THE SECURED TUBE END WITH THE TUBE END OF THE NEW PIPE SECTION AND SECURE THE NEW TUBE END IN PLACE WITH THE TAPING PROCEDURE IN STEP 3. TAKE UP THE SLACK IN THE TUBE ALONG THE BARREL OF THE PIPE TO MAKE A SNUG, BUT NOT TIGHT, FIT BY FOLDING THE EXCESS TUBE BACK OVER THE TOP OF THE PIPE. SECURE THE TUBE AT 3' TO 5' INTERVALS ALONG THE PIPE BARREL WITH ADHESIVE TAPE. DUCTILE IRON PIPE POLYETHYLENE TUBE DUCTILE IRON PIPE POLYETHYLENE TUBE 47+3 ta+TAMMIX+1.a 44!4 +010 aat!I24!024TAi', "S.A geara;S2).-52*52b'.2*Sfae52'45X45X4521;2k452 TAPE OVERLAP DUCTILE IRON PIPE STEP 5 REPAIR ANY RIPS, TEARS, OR OTHER DAMAGE WITH ADHESIVE TAPE. CAREFULLY BACKFILL PIPE. TO PREVENT DAMAGE TO THE TUBE DURING BACKFILL, ALLOW ADEQUATE SLACK IN THE TUBE AT THE JOINT. AVOID DAMAGING THE TUBE WHEN USING TAMPING DEVICES. POLYETHYLENE TUBE ADHESIVE TAPE DUCTILE IRON PIPE a•s\ reeley POLYETHYLENE WRAP INSTALLATION ON STANDARD DUCTILE IRON PIPE DETAIL W -13B DATE: JANUARY 2023 SCALE: N.T.S. 2 MIN INSULATION BOARD DEHUMIDIFIER HEATER AND ELECTRICAL BO%ES NOT SHOWN FOR CLARITY S MIN 6 MAX PLAN VIEW CONTROLS & ELECTRICAL VENTPIPE UNISTRUTMANIFOLD(TY) (SEE DETAIL WNP 1) 36 MANHOLE COVER (SEE NOTE 11) 12 MIN 18 MAX ELEVATION VIEW DATE JANUARY 2023 PIPE BOLLARD (SEE NOTES 9 & 30) 6 MIN OF SUBGRADE MATERIAL UNDER STRUCTURE PER SPECIFICATION 10 11 12 13 14 15 16 17 18 19 EQUIPMENT LEGEND 8 CLA VAL 90-01 PRV (HIGH FLOW) 2 CLA VAL 90-01 PRV NOW FLOW) RESTRAINED MECHANICAL COUPLER (MATCH PIPE SIZE) SPOOL PIPE (MATCH PIPE SIZE) 4 X2 REDUCER(FLG X FLG) 1100 MEGALUG• PIPE RESTRAINT (SEE NOTE 14) LINK SEAL. MODULAR SEALING UNIT 8 GATE VALVE (MIX Ml) AND RISER PER DETAIL W 19 A_GATEVALVE(MJ X Ml) AND -RISER PER -DETAIL W-19 B" X 4" REDUCING TEE (Ml X NIG 4 ELBOW(MI X MJ) THRUST BLOCK SUMP PIT (12 SQ X 8 DEEP) & PUMP 6 HOLE FOR VENT (SEE VENT PIPE DETAIL WNP 2) UNIT HEATER LED LIGHT FOR WET CONDITIONS ELECTRICAL JUNCTION BOXES (SEE CONTROLS DETAILS) DEHUMIDIFIER ADJUSTABLE STAINLESS STEEL PIPE STAND NOTES SEE DETAILS W 15A & W 15B FOR ADDITIONAL VAULT INSTALLATION REQUIREMENTS ALUMINUM RING AND COVER TO BE RATED FOR HS -20 TRAFFIC LOADINGS LOW FLOW PRV AND LINE SIZING SHALL BE COORDINATED WITH THE CITY ED BY ELECTRIC :IFICATIONS LATEST REVISION URTENANCE52'ANDLARGER &S SPECIFICATIONS AND SIDE 01 13 UNIT HI SPECIFI 14 g;IRCEFF1WiiiHIE'D'ISSRIP°PEOEEtTR:E;S171:7FMED RANTSSHALL RE ENCASED IN CONCRETEPIPEAND CONCRETE SHALL BE FMEDROVED EQUAL RESTRAINT METHE DISCRETION OF W&S DEPARTMENT MOUNTED TO VAULT PER MANUFACTURER (TYP) 8" PRESSURE REDUCING VALVE & VAULT DETAIL W -14A PRV COMPONENTS SCHEMATIC PRESSURE REDUCING VALVE COMPONENTS ITEM DESCRIPTION CLA VAL MODEL 90-01 PRV (100 01 HYTRL MAIN VALVE SEE NOTE 5J X58C RESTRICTION FITTING CRL 34 ELECTRONICACTUATED PRESSURE SUSTAINING PILOT CONTROL (4 20: COMMAND SIGNAL) CK2 ISOLATION VALVE CV FLOW CONTROL (CLOSING) CHECK VALVES ISOLATION VALVE X144 E FLOW METER (SEE NOTE 4) X141 PRESSURE GAUGE CV FLOW CONTROL (OPENING) X101 VALVE POSITION INDICATOR SCALE N T S VENT PIPE (SEE DETAIL WNP 1) 2 MIN INSULATION BOARD DEHUMIDIFIER HEATER AND ELECTRICAL BOXES NOT SHOWN FOR CLARITY PLAN VIEW PIPE BOLLARD (SEE NOTES 9 & 30) CONTROLS & ELECTRICAL UNISTRUT MANIFOLD (TYP ) 48 MANHOLECOVE (SEE NOTE 1] INNER FROST LID ELEVATION VIEW 12 MIN 18 MA% MIN fi MIN OF SUBGRADE MATERIAL UNDER STRUCTURE PER SPECIFICATION DATE JANUARY 2023 10 11 12 13 14 15 16 17 18 19 EQUIPMENT LEGEND 12' CLA VAL 90 01 PRV (HIGH FLOW) 6 CLA VAL 90-01 PRV (LOW FLOW) RESTRAINED MECHANICAL COUPLER (MATCH PIPE SIZE) SPOOL PIPE (MATCH PIPE SIZE) 8 X 6 REDUCER (FIG X FLG) 1100 MEGALUG° PIPE RESTRAINT (SEE NOTE 14) LINK SEAL° MODULAR SEALING UNIT 12 GATE VALVE (M. MJ) AND RISER PER DETAIL W 19 8 GATE VALVE(MI X MJ) AND RISER PER DETAIL W 19 12 X8 REDUCING TEE (M. Ml) 8 ELBOW (MJ X MJ) THRUST BLOCK SUMP PIT (12 SQ X 8 DEEP) & PUMP 6 HOLE FOR VENT (SEE VENT PIPE DETAIL WNP 2) DEHUMIDIFIER LED LIGHT FOR WET CONDITIONS ELECTRICAL JUNCTION BOXES (SEE CONTROLS DETAILS) DEHUMIDIFIER ADJUSTABLE STAINLESS STEEL PIPE STAND NOTES 1 SEE DETAILS W 15A & W 15B FOR ADDITIONAL VAULT INSTALLATION REQUIREMENTS ALUMINUMRING AND COVERTOBERATEDFORH520TRWFIIT LOADINGS LOW FLOW PRV ANO LINE SIZING SHALL BE COORDINATED WITH THE CITY (TYP) 12" PRESSURE REDUCING VALVE & VAULT DETAIL W -14B PRV COMPONENTS SCHEMATIC PRESSURE REDUCING VALVE COMPOP ENTS ITEM DESCRIPTION CLA VAL MODEL 9001 PRV (100-01 HYTRcIL MAIN VALVE SEE NOTE 5) 2 X58C RESTRICTION FITTING CRL 34 ELECTRONIC ACTUATEDROLPRESSURE 3 SUSTAINING PILOT CON(4 20 mA COMMAND SIGNAL) B CK2 ISOLATION VALVE C CV FLOW CONTROL (CLOSING) D CHECK VALVES ISOLATION VALVE X144 E FLOWMETER(SEE NOTE 4) P X141 PRESSURE GAUGE S CV FLOW CONTROL (OPENING) V X101 VALVE POSITION INDICATOR SCALE \I TS 5' MIN. 4' MIN. RESTRAINED DUCTILE IRON PIPE . . • r.f ' _ • I I y it I� q' MIN. / � . \‘ 16 i �/ 18 1 4 13 14 J n` --I o o o I -' i ilb r r r L . 4' i 2 MIN. 3 4 i 19 I I MIN. I _ ICI 1 T 1 ® 2 2' MIN. 36" MANHOLE COVER (SEE NOTE 11) INNER FROST LID 2" MIN. INSULATION BOARD -=11E-111E-111-1 1II- 11-771111+:11E111=111 . I I I -111 -III -111- 111E111 -111E-111 =111-111=111_ 5' MIN. 6' MAX. 6" MIN: 4' MIN. PLAN VIEW VENT PIPE (SEE DETAIL WNP-1) a _12" MIN. 18" MAX. TWO PENETRATIONS FOR SIGNAL AND POWER (SEE NOTE 12) CONTROLS & ELECTRICAL --\ UNISTRUT MANIFOLD (TYP ) 1{ ii if DEHUMIDIFIER, HEATER, AND ELECTRICAL BOXES NOT SHOWN FOR CLARITY S 4 c 4*4:11::L: MIN. 6" MIN. OF SUBGRADE MATERIAL UNDER STRUCTURE PER SPECIFICATION ELEVATION VIEW PIPE BOLLARD (SEE NOTES 9 & 10) 3' MIN. 1 I.I11-f=(=I I i- 6. .III-IIl-1 II=1ir-- 7. EQUIPMENT LEGEND 1 16" CLA-VAL 90-01 PRV (HIGH FLOW) 2 8" CLA-VAL 90-01 PRV (LOW FLOW) 3 RESTRAINED MECHANICAL COUPLER (MATCH PIPE SIZE) 4 SPOOL PIPE (MATCH PIPE SIZE) 5 1100 MEGALUG® PIPE RESTRAINT (SEE NOTE 14) 6 LINK -SEAL® MODULAR SEALING UNIT 7 16" GATE VALVE (MJ X MJ) AND RISER PER DETAIL W-19 8 8" GATE VALVE (M1 X MJ) AND RISER PER DETAIL W-19 9 16" X 8" REDUCING TEE (M1 X MJ) in R"FIR(lw(MIxMI) 11 THRUST BLOCK 12 SUMP PIT (12" SQ X 8" DEEP) & PUMP 13 6" HOLE FOR VENT (SEE VENT PIPE DETAIL WNP-2) 14 UNIT HEATER 15 LED LIGHT FOR WET CONDITIONS 16 ELECTRICAL JUNCTION BOXES (SEE CONTROLS DETAILS) 17 DEHUMIDIFIER 18 ADJUSTABLE STAINLESS STEEL PIPE STAND 19 6' X 4' DOUBLE LEAF ACCESS HATCH (HS -20 RATED) NOTES: 1. SEE DETAILS W -15A & W -15B FOR ADDITIONAL VAULT INSTALLATION REQUIREMENTS. 2. ALUMINUM RING AND COVER TO BE RATED FOR HS -20 TRAFFIC LOADINGS. 3. LOW FLOW PRV AND LINE SIZING SHALL BE COORDINATED WITH THE CITY OF GREELEY WATER & SEWER (W&S) DEPARTMENT AND WILL BE EVALUATED BASED ON FLOW AND SITE CONDITIONS. 4. CLA-VAL X144 E -FLOW METER OR APPROVED EQUAL. 5. CLA-VAL 100-01 HYTROL MAIN VALVE SHALL BE CONTROLLED BY ELECTRIC ACTUATOR WITH 4-20 MA CONTROL AND FEEDBACK. ALL BURIED PIPE, VALVES, FITTINGS, AND APPURTENANCES SHALL BE INSTALLED IN ACCORDANCE WITH W&S SPECIFICATIONS, LATEST REVISION. ALL VAULT PIPE, VALVES, FITTINGS, AND APPURTENANCES 2" AND LARGER SHALL BE FLANGED. 8. INSTALL TRACER WIRE ACCORDING TO W&S SPECIFICATIONS AND STANDARD DETAILS, LATEST REVISION. 9. PIPE BOLLARD MAY BE OMITTED AT THE W&S DEPARTMENT'S DISCRETION. 10. IF PIPE BOLLARD IS REQUIRED, BOLLARD SHALL BE INSTALLED IN ACCORDANCE WITH THE W&S STANDARD DETAILS AND CONSTRUCTION SPECIFICATIONS, LATEST REVISION OF EACH. 11 36" MANHOLE COVER SHALL BE A BOLT DOWN LID MARKED "WATER" WITH INNER FROST LID. REFER TO W&S SPECIFICATIONS, LATEST REVISION, FOR SPECIFIC MANHOLE COVER MFR AND PRODUCT INFORMATION. 12. ALL CONDUIT PENETRATIONS SHALL USE LINKSEAL°0 AND LB FITTING INTO SIDE OF JUNCTION BOX. 13. UNIT HEATER SHALL BE MOUNTED TO VAULT PER MANUFACTURER SPECIFICATIONS. 14. ALL MEGALUG1D PIPE RESTRAINTS SHALL BE ENCASED IN CONCRETE A MINIMUM OF 12" ON ALL SIDES OF PIPE AND CONCRETE SHALL BE FORMED FROM BOTTOM OF VAULT. AN APPROVED EQUAL RESTRAINT METHOD MAY BE ACCEPTED AT THE DISCRETION OF W&S DEPARTMENT. P FLOW D C P B B INLET 2 V S P PRV COMPONENTS SCHEMATIC PRESSURE REDUCING VALVE COMPONENTS ITEM DESCRIPTION 1 CLA-VAL MODEL 90-01 PRV (100-01 HYTROL VALVE, SEE NOTE 5) MAIN 2 X58C RESTRICTION FITTING 3 CRL-34 ELECTRONIC ACTUATED PRESSURE SUSTAINING PILOT CONTROL (4-20 mA COMMAND SIGNAL) B CK2 ISOLATION VALVE C CV FLOW CONTROL (CLOSING) D CHECK VALVES ISOLATION VALVE M X144 E-FLOWMETER (SEE NOTE 4) P X141 PRESSURE GAUGE S CV FLOW CONTROL (OPENING) V X101 VALVE POSITION INDICATOR (TYP) 16" PRESSURE REDUCING VALVE & VAULT DETAIL W -14C DATE: JANUARY 2023 SCALE: N.T.S. PLAN VIEW (TYP LEGEND HIGH FLOW VALVE (SEE PRV VALVE & VAULT DETAILS) LOW FLOW VALVE (SEE PRV VALVE & VAULT DETAILS) SIGNAL WIRING JUNCTION BOX (SEE NOTE 1) 120V JUNCTION BOX (SEE NOTE 2) INTRUSION ALARM (SEE NOTE 11) FLOOD ALARM (SEE NOTE 10) X144 E FLOWMETER (SEE PRV & VAULT DETAIL) FB FEEDBACK & SIGNAL PRESSURE TRANSDUCER NOTES INSTALL 12x12xfi JUNCTION BO%FOR SIGNAL WIRING INSTALL TERMINAL BLOCKS FOR SPLICING INSTALL 12:12x6 JUNCTION BOX FOR POWER INSTALLTERMINALBLOCK- FOR SPLICING PROVIDE LABELING FOR ALLTERMINAL BLOCKS 4 INSTALL WIRING FOR FOUR (4) PRESSURE SENSORS REFER TO PRESSURE To INSTALLATION DETAIL FOR MORE INFORMATION Ps:/A‘ 0E GEPRESSURETRANSDUCER (MODELMPT%5032 TAA2 CAHO PF) OR APPROVED RINGFORHIGH FLOWPRV AND FLOWMETERTALL WIRING FOR LOW FLOW PRV AND FLOW METER 6 PROVIDE AND INSTALL WIRING FOR 4 20MA FOR CONTROL 7 INSTALL WIRING FOR 4 20MA FEEDBACK (FB) ON BOTH HIGH FLOW AND LOW FLOW VALVES B REFER TO WATER & SEWER SPECIFICATIONS LATEST VERSION FOR DESIGN PROGRAMING !?2. kRSVFIE1 ND W IREBAKTO CONTROL PANELMOW OCCUANCY SENSOR60 ABOVE FNISHEDFLOOR BRADLEYMICRO 850 PLC FORCONTROl5 ER OR CONTACT CITY FOR RADIO SPECIFICATION TO COMMUNICATE BACK TO SCADA 13 SUMP PUMPSHALL BE ROUTED TO STORM INFRASTRUCTURE OR PAN 4 ALL CONDUIT PENETRATI NS SHALL USE LINNSEAL® AND LB FITTING INTO SIDE OF JUNCTION O% DATE JANUARY 2023 REMOTE TELEMETRY UNIT RTU ELECTRICAL EQUIPMENT LIST ITEM DESCRIPTION SERVICE DISCONNECT DH223NRK OR APPROVED EQUIVALENT METER HOUSING LEVER BYPASS (APPROVED BY POWER PROVIDER) PANELBOARD 100AMP 3R BOLT -ON BREAKER SPD 100. MINIMUM NEMA 4X RATED LIGHT LITHONIA V W 1500 M12 OR APPROVED EQUIVALENT RECEPTACLES WEATHER PROOF GFCI WITH IN USE COVER OCC SENSOR LEVITON OSW12 MOW W/ LED LIGHT BULB SCADA I MIL EN SET PNT UPSTREAM OF PRV (HIGHER DOWNSTREAM OF PRV (LOWER PRESSURE) PRESSURE) PRESSURE TRANSDUCER INSTALLATION PRESSURE TRANSDUCER COMPONENTS ITEM DESCRIPTION y, BRONZE SADDLE Y. X2 NIPPLE Y, x Y. BRASS REDUCER Y. X2 NIPPLE Y. BALL VALVE Y,, X2 NIPPLE UNIX 5000 PRESSURE TRANSDUCER (SEE NOTE 13) (TYP) PRESSURE REDUCING VALVE ELECTRICAL, CONTROLS & TELEMETRY (1 OF 2) DETAIL W -15A SCALE H T S SERVICE METER - SST ANCHOR RA01O BOLTS NUTS ANTENNA POLE LOCK WASHERS (ASiIEQUIRED) ND-LEVENNG NUTS PER MFR REQUIREMENTS UNISTMNTING SYSTEMRUTOU PANEL PANEL icoNTR. PIPE BOLLARD (AS EQUIRED) II III 57 AS A CONCCLRSETE MN ANTENNA MAST NOTES II EXPANSION SLEEVES INSTAlL30 FOOTTALL MAST FROM THE GRADE ANTENNA TO BE MOUNTED AT TOP OF POLE CONTRACTOR TO PROVIDEBUCKETTRL FOR MOUNTINGAND ADJUSTING ANTENNA 3 CONCRETE BASED SHALL HAVE A 8-86 REBAR CAGE FOR SUPPORT 4 ANCHOR BOLTS BY LIGHT MFR SHALL BEA MIN OF 4'9 LONG AND HAVE SST NUTS 5 GROUNDING PER NEC REQUIREMENTS MAST TOP VIEW DATE JANUARY 2023 NOTES > u MNI ll � 11 l l I I I -- 12 MIN 10 LIST DISCRETE INPUT ANALOG INPUT ANALOG OUTPUT D. INT ALARM AI 0 FLOW METER (HIGH FLOW PRV) AO -0 CRD POS COMMAND (HIGH FLOW PRV, DI 1 FLOOD ALARM AI 1 FLOW METER (LOW FLOW PRV) AO 1 CRD POS COMMAND (LOW FLOW PRV) O1 2 AI 2 INLET PRESSURE (HIGH FLOW PRV) AO -2 DIi A. -INLET PRESSURE (LOW FLOW PRV)- A0 3 DI4 AI4 OUTLET PRESSURE (HIGH FLOW PRV) AO4 DI 5 AI 5 OUTLET PRESSURE (LOW FLOW PRV) AOS D. AI -0 CRD POS FEEDBACK (HIGH FLOW PRV) DI 7 AI 7 CRD POS FEEDBACK (LOW FLOW PRV) AO 7 PANEL SCHEDULE 100 AMP MAIN SPD 2P 30 1P 20 LIGHTS SPD 2P30 1P 20 GENERAL OUTLETS HEATER 2P 20 1P 20 SUMP PUMP HEATER 2P 20 1P 20 DEHUMIDIFIER 10 1P 20 CONTROL PANEL 12 CONDUIT $ WIRE LIST CONDUIT TAG CONDUIT LOCATION CONDUIT SIZE WIRE SIZE/TYPE P1 12'240V PANEL TO VAULT POWERJ BOX 12)812 XHHW +1)1112 GROUND C-1 CONTROL PANEL TO VAULT CONTROL) BOX 10) BELDEN 8760 4) 1114 XHHW + 1) 814 GROUND C2 CONTROL PANELTO ANTENNA MAST OUTDOORRATED SHIELDED GELORGEL TAPE CATBe WA RED TRACER W IRE TO CHASE ALL CONDUITS RED 810 SOLID DIRECT BURIAL (TYP) PRESSURE REDUCING VALVE ELECTRICAL, CONTROLS & TELEMETRY (2 OF 2) DETAIL W -15B SCALE N T'S TYPICAL VAULT NOTES 1 ALL METER, VALVE, AND VAULT COMPONENTS AND PRODUCT SPECIFICATIONS SHALL BE IN ACCORDANCE WITH APPROVED CONSTRUCTION DRAWINGS ALONG WITH WATER & SEWER (W&S) DEPARTMENT SPECIFICATIONS, LATEST REVISION 2 PIPING CONFIGURATION IS GENERAL AND INDICATES MINIMUM REQUIREMENTS CONTRACTOR TO PROVIDE ADDITIONAL PIPING, COUPLINGS, REDUCERS, AND ACCESSORIES AS NECESSARY FORA COMPLETE SYSTEM VAULT MODIFICATIONS MAYBE REQUIRED FORA COMPLETE SYSTEM 3 METER OR PRV COMPONENTS, INSTRUMENTATION, AND ELECTRICAL SHALL BE INSTALLED PER MANUFACTURER'S RECOMMENDATIONS 4 CONTRACTOR TO SUBMIT VAULT MANUFACTURER'S SHOP DRAWINGS TO ENGINEERING DEVELOPMENT REVIEW FOR ACCEPTANCE A MINIMUM OF 2 WEEKS PRIOR TO ORDERING AND INSTALLATION 5 APPROPRIATE LENGTH OF STRAIGHT PIPE SEGMENTS UPSTREAM AND DOWNSTREAM OF METER OR VALVE SHALL BE PROVIDED PER THE METER/VALVE MANUFACTURER'S RECOMMENDATION 6 FOR INSTALLATIONS LARGER THAN 2", ALL PIPING AND APPURTENANCES WITHIN THE VAULT SHALL BE FLANGED DIP ALL OTHER EXTERIOR PIPING AND APPURTENANCES, BETWEEN AND INCLUDING THE EXTERIOR TEES AND VALVES, SHALL BE MECHANICAL RESTRAINED JOINT DIP 7 ALL VAULTJOINTS SHALL BE WATER TIGHT 8 ALL EQUIPMENT AND PIPING SHALL BE ADEQUATELY SUPPORTED AND ATTACHED TO THE VAULT WALL OR FLOOR USING STAINLESS STEEL FASTENERS AND BOLTS OR APPROVED EQUIVALENT 9 VAULT COVERS SHALL BE APPROVED MANHOLE COVERS, MARKED "WATER OR "IRRIGATION" AS REQUIRED, AND INCLUDE AN INNER FROST PROOF LID REFER TO WATER & SEWER SPECIFICATIONS, LATEST REVISION, FOR APPROVED VAULT COVER MATERIALS AND MANUFACTURERS 10 FOR VAULTS PERMITTED IN ROAD RIGHT-OF-WAY, VAULT AND RING/COVER SHALL BE RATED FOR HS -20 TRAFFIC LOADING 11 VAULT LADDER SHALL HAVE OSHA -APPROVED EXTENSION POST INSTALLED 12 VAULT EXTERIOR SHALL BE COVERED WITH 2" THICK INSULATION BOARD 13 IF SURFACE IS NOT TO FINAL GRADE AT TIME OF METER VALVE INSTALLATION OR GRADE CHANGES AFTER INSTALLATION, PROPERTY OWNER MUST ADJUST PIT OF VAULT MANHOLE COVER TO MEET SPECIFICATIONS 14 SLOPE FINAL GROUND SURFACE AWAY FROM PIT VAULT COVER AT A 2% MINIMUM GRADE MANHOLE LIDS SHALL NOT BE LOCATED IN DRAINAGE AREA OR PAN 15 SUBGRADE AND SOIL SURROUNDING VAULT SHALL BE BACKFILLED AND COMPACTED IN ACCORDANCE WITH WATER & SEWER SPECIFICATIONS, LATEST REVISION 16 MANHOLE BASEBEAMS ARE REQUIRED FOR ALL MANHOLE VAULT INSTALLATIONS 17 ALL PIPING TO BE PRESSURE TESTED PER W & S SPECIFICATIONS, LATEST REVISION 18 ALL THREADED CONNECTIONS SHALL HAVE TEFLON TAPE OR APPROVED EQUIVALENT TO ENSURE NO LEAKING OCCURS -49 -COPPER SHALL -NOT SHOW ANY -VISIBLE SIGNS OF CRIMPING VAULT ELECTRICAL SPECIFICATIONS 1 PROVIDE 100 AMP 240/120 VOLT METER LOAD CENTER COMBINATION WITH A MINIMUM 12 SPACES, LOCATED WITHIN 25' OF VAULT 2 PROVIDE 1-%" CONDUIT, SCHEDULE 80, FROM LOAD CENTER TO JUNCTION OR PULL BOX IN VAULT WITH ONE SPARE 3 JUNCTION OR PULL BOX SHALL HAVE 12'X12X8" MINIMUM PANEL LOCATED INSIDE VAULT FOR EXTRA CIRCUIT CONDUIT CONNECTIONS 4 PROVIDE FIVE 20 -AMP BREAKERS FOR LOAD CENTER 5 PROVIDE OUTLET FOR SUMP PUMP AND DEHUMIDIFIER, 20 -AMP 120 VOLT CIRCUIT 6 PROVIDE LED LIGHTING CIRCUIT TWO 10 -WATT LED LIGHTS WITH OUTDOOR SWITCH LOCATED IN VAULT ON 20 -AMP 120 VOLT CIRCUIT 7 PROVIDE ONE 20 -AMP GFI OUTLET FOR SERVICE WORK LOCATED INSIDE VAULT 8 ALL CONDUIT BOXES, FITTINGS, AND HANGERS SHALL BE PVC, FIBERGLASS, OR STAINLESS STEEL AND SUITABLE FOR OUTDOOR USE 9 PROVIDE DISCONNECT LOCATED BEFORE METER OR VALVE COMBINATION AS REQUIRED PER ELECTRIC UTILITY IF APPLICABLE 10 PROVIDE 2" SCHEDULE 80 PVC CONDUITS FROM POLE TO TRANSFORMER TO LOAD CENTER 11 PROVIDE 240 VOLT SURGE PROTECTION FOR LOAD CENTER 12 MUST MEET ALL CITY OF GREELEY AND STATE ELECTRICAL CODE REQUIREMENTS DEHUMIDIFIER SPECIFICATIONS 1 DEHUMIDIFIER SHALL BE A LOW TEMP 38 DEGREES OR LOWER AND BE INSTALLED TO MANUFACTURER SPECIFICATIONS 2 DEHUMIDIFIER SHALL BE INSTALLED A MINIMUM 2' FROM THE VAULT FLOOR 3 A MINIMUM" HOSE SHALL BE INSTALLED FROM DEHUMIDIFIER TO THE SUMP PIT METER INSTALLATION NOTES 1 METER SETTING MUST BE INSPECTED BEFORE BACKFILLING FOR INSPECTION CALL (970) 350-9317 2 NO SPRINKLER SYSTEM CONNECTION SHALL BE MADE IN THE VAULT SPRINKLER PIT SHALL BE MINIMUM 5' DOWNSTREAM FROM THE FINAL VAULT APPURTENANCE (BYPASS TEE) 3 NO MAJOR LANDSCAPING OR STRUCTURES SHALL BE LOCATED WITHIN 10' OF METER VAULT 4 PRESSURE REDUCING AND BACKFLOW DEVICES SHALL BE INSTALLED INSIDE THE BUILDING SERVED INSTALL PER CITY OF GREELEY ADOPTED BUILDING CODE 5 REFER TO W&S SPECIFICATIONS, LATEST REVISION, FOR PRODUCT SPECIFICATIONS _ 6 LOCATION OF METER VAULT SHALL NOT BE MORE THAN2-F ET FET DOW_ NSTREAM_ - "OF CURBSTOP UNLESS OTHERWISE APPROVED BY W&S (TYP) VAULT NOTES DETAIL W-16 DATE JANUARY 2023 SCALE N T S 7 -UV RESISTANT BOX WITH LID STANDARD STREET VALVE BOX (TOP HALF ONLY) FINISHED GRADE TRACER WIRE (SEE NOTE 7) T� � - if= CURB STOP & BOX NOTES R -SEE DETAIL W-8 FOR 1-W & 2" METER SETTING AND VAULT DETAIL FLOW AUTOMATIC FLUSHING DEVICE (SEE NOTE 1) 1 L4" AIR GAP DECHLOR BASKET 6" DISCHARGE PIPE (SEE NOTE 5) SDR 35 PVC PIPE DEBRIS PLATE STABILIZATION MATERIAL PER SPECIFICATION 2" MIPX COMPRESSION ADAPTER 1 FLUSHING DEVICE SHALL BE KUPFERLE #3800 FLUSHING STATION OR APPROVED EQUAL 2 FLUSHING DEVICE SHALL BE INSTALLED PER MFR REQUIREMENTS 3 REFER TO WATER & SEWER (W&S) DETAIL W-8, LATEST REVISION, FOR METER INSTALLATION AND LOCATION REQUIREMENTS 4 FLUSH LINES FREE OF DEBRIS BEFORE INSTALLATION 5 CITY MAY REQUIRE INSTALLATION OF STORMWATER LINE UP TO DISCHARGE POINT TO MANAGE FLUSH WATER 6 ALL BURIED PIPING SHALL BE INSTALLED AND RESTRAINED IN ACCORDANCE WITH W&S SPECIFICATIONS, LATEST REVISION 7 INSTALL TRACER WIRE ACCORDING TO W&S SPECIFICATIONS AND STANDARD DETAILS, LATEST REVISION 8 ALL PIPING SHALL BE 2 INCHES AUTOMATIC FLUSHING STATION WITH METER DETAIL W-17 DATE JANUARY 2023 SCALE N T S NOTES 1 MINIMUM DEPTH OF BURY 5' - 6' FROM FINISHED GRADE TO TOP OF PIPE 2 PROVIDE POLYETHYLENE BOND BREAKER BETWEEN ALL PIPE FITTINGS AND POURED CONCRETE 3 ALL PIPE CONNECTIONS OUTSIDE OF BUILDING FOOTPRINT SHALL BE RESTRAINED ACCORDING TO CITY OF GREELEY WATER & SEWER SPECIFICATIONS, LATEST REVISION 4 ALL PIPE CONNECTIONS INSIDE BUILDING FOOTPRINT SHALL BE RESTRAINED & INSTALLED ACCORDING TO CITY OF GREELEY ADOPTED BUILDING CODE, LATEST REVISION 5' MIN PIPE BEDDING PERJ SPECIFICATIONS RESTRAINED PIPE T 18'' MIN OR AS SHOWN ON PLANS 10' MAX III ���-���- RESTRAINED ZINC -COATED DIP BLIND FLANGE TYPICAL 18" MIN SLEEVE -�I (SEE NOTE 2) STEEL RODS COATED WITH ASPHALT OR EPDXY OR STAINLESS STEEL (2) TOTAL THRUST BLOCK UNDISTURBED I O IIE FIRE RISER INSTALLATION DETAIL W-18 DATE JANUARY 2023 SCALE N T S #4 CIRCULAR REBAR WITH 6" OVERLAP (SEE DETAIL S-33) PROPER UTILITY IDENTIFICATION ON VALVE BOX LID ("IRRIGATION") #4 CIRCULAR REBAR 3" -� FROM TOP OF COLLAR PAVEMENT A. ,;:, BASE COURSE OR FLOWABLE FILL =1 _ I _ I _ -I I II, I1I COMPACTED SUBGRADE (SEE STREE- SPECIFICATIONS) PROPER UTILITY IDENTIFICATION ON VALVE BOX LID ("WATER") LID CONCRETE COLLAR (SEE DETAIL S-33) FINISHED GRADE 12" Fa -- II I IILI I - VALVE BOX CONCRETE COLLAR (12" MINIMUM THICKNESS) VALVE BOX LID (SEE ADJACENT DETAIL) FINISHED GRADE > to o w -N -t I' II CONCRETE COLLAR (SEE NOTE 1) 6" MAIN VALVE IN STREET VALVE BOX PER SPECIFICATION TRACER WIRE (SEE NOTE 9) THRUST BLOCK & ANCHOR BARS (PER THRUST BLOCK DETAILS) NOTES: 1. VALVE BOX SHALL BE PLACED IN A CONCRETE COLLAR AT THE SURFACE FOR STABILIZATION. REFER TO STREETS STANDARD DETAILS, LATEST REVISI DN, FOR VALVE BOXES LOCATED IN PUBLIC STREETS AND ROADWAYS (S-33). 2. VALVE BOX SHALL BE CENTERED & PLUMB OVER THE OPERATING NUT. 3. OPERATING NUT ON BURIED VALVES SHALL BE BETWEEN 4' & 6' BELOW FINISHED GRADE. EXTENSION REQUIRED IF DEEPER THAN 6' TO BRING THE OPERATING NUT TO THE SPECIFIED RANGE. 4. PROVIDE POLYETHYLENE BOND BREAKER BETWEEN ALL PIPE/FITTINGS AND POURED CONCRETE. 5. ALL BURIED VALVES, FITTINGS, AND APPURTENANCES SHALL BE RESTRAINED AND INSTALLED PER WATER & SEWER (W&S) SPECIFICATIONS (SPECIFICATIONS), LATEST REVISION. 6. ALL BURIED VALVES TO BE INSTALLED ACCORDING TO W&S THRUST BLOCK DETAILS AND SPECIFICATIONS, LATEST REVISION OF EACH. 7. BEDDING AND BACKFILL AROUND VALVE SHALL BE PLACED PER W&S SPECIFICATIONS, LATEST REVISION. 8. INSTALL TEST STATION AND TRACER WIRE ACCORDING TO W&S SPECIFICATIONS AND W&S UTILITY LOCATING ("UL") STANDARD DETAILS, LATEST REVISION OF EACH. 9. UNLESS OTHERWISE SPECIFIED, THIS DETAIL ALSO APPLIES TO BOTH POTABLE WATER AND NON -POTABLE IRRIGATION STANDARD VALVES. Oreeley STANDARD VALVE & RISER ASSEMBLY DETAIL W-19 DATE: JANUARY 2023 SCALE: N.T.S. END OF RESTRAINED PIPE NON -POTABLE (NPT) IRRIGATION MAIN LOCATION AS SHOWN ON PLANS OR AS DIRECTED BY CITY PLAN VIEW 2" MALE NPT ADAPTER W/ 2" FIP COUPLER AND PLUG T TRACER WIRE (SEE NOTE 2) NOTES TEST STATION / GROUND ACCESS BOX (SEE NOTE 2) VALVE BOX TOP AND CENTER FOR ADJUSTMENTS R18" OR GREATER TRACER WIRE (SEE NOTE 2) BOND BREAKER 2" 90' BRASS ELBOW GRADE LINE iii-i i 7i i i-n-� � �=' iii i-,llyi�l ii-i CURB STOP BOX //- CURB STOP W/ 2" OPERATING NUT 2" TYPE K COPPER CONCRETE OR O04 PEX SUPPORT BLOWOFF PIPE ELEVATION VIEW P PIPE RESTRAINT DISTANCE AND METHOD PER CONSTRUCTION DRAWINGS RESTRAINED MJ PLUG WI 2" NPT TAP THRUST BLOCK RESTRAINED MJ PLUG W/ 2" NPT TAP THRUST BLOCK (NOT SHOWN FOR CLARITY) 1 REFER TO RELATED NON -POTABLE IRRIGATION DETAIL NP -1 AND WATER & SEWER (W&S) DEPARTMENT CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS), LATEST REVISION OF EACH, FOR ADDITIONAL NON -POTABLE PIPE, CURB STOP, AND MISC VALVE INSTALLATION REQUIREMENTS 2 INSTALL TRACER WIRE ACCORDING SPECIFICATIONS AND W&S UTILITY LOCATING ("UL") DETAILS, LATEST REVISION OF EACH 3 ALL BURIED PIPING SHALL BE RESTRAINED AND INSTALLED ACCORDANCE WITH W&S SPECIFICATIONS, LATEST REVISION NON -POTABLE BLOWOFF DETAIL NP -4 DATE JANUARY 2023 SCALE N T S PIPE BOLLARD (SEE NOTE 8) 3'-0" 2" THREADED AIR VALVE r12" VENT (SEE DETAIL WNP-2) 6'-0" a a Ate 7AJJJJJJJIIlIJJJJJJirtmzImat VENT (SEE SEPARATE VENT PIPE DETAIL) 12" MIN. 18" MAX. VALVE BOX WITH LIP SLIP CAST INTO VAULT 2" MIN INSULATION BOARD SEE NOTE 11 _ STAINLESS STEEL PIPE STRAP BOLTED TO VAULT WALL NOTES: PLAN VIEW ELEVATION VIEW CONCRETE MANHOLE BASE BEAMS (SEE FOOTING DETAIL BELOW) 12" 4'-0" 5'-0" I 24" MANHOLE COVER (SEE NOTE 10) INNER FROST LID 6" MIN. 12" 2" REBAR: #4 @ 18"O.C. REBAR: THREE #6 FOOTING DETAIL LEGEND 1 PIPE SADDLE AND CORPORATION STOP OR TAPPING SLEEVE 2 ELBOW 3 THREADED GATE VALVE WITH STANDARD OPENING NUT 4 AIR RELEASE, AIR VACUUM, OR COMBINATION AIR VALVE (SEE NOTES 2 & 3) 5 VALVE STEM EXTENSION (AS BY THE CITY) REQUIRED 6 MANHOLE 5' CONCRETE SUBGRADE MATERIAL PER SPECIFICATION (SEE NOTE 1) 1. PLACE 6" OF SUBGRADE MATERIAL IN THE BOTTOM OF THE MANHOLE TO THE CROWN OF PIPE ONLY. REFER TO WATER & SEWER (W&S) DEPARTMENT CONSTRUCTION SPECIFICATIONS (SPECIFICATIONS), LATEST REVISION, FOR MATERIAL GRADATION. 2. VALVE TYPE AND SIZE SHA_L BE SPECIFIED BY THE DESIGN ENGINEER AND APPROVED BY THE CITY. 3. INSTALL AIR RELEASE, AIR/VACUUM, AND COMBINATION AIR VALVES IN ACCORDANCE WITH MFR SPECIFICATIONS. 4. ALL SUPPORT MATERIALS SHALL BE GIVEN TWO (2) COATS OF RUST INHIBITIVE PAINT. 5. VAULT BOTTOM SHALL SIT 6" HIGHER THAN TOP OF PIPE. 6. VAULT AND MANHOLE COVER TO BE RATED FOR HS -20 TRAFFIC LOADINGS. 7. SEE SPECIFICATIONS AND DETAIL W-16, LATEST REVISION, FOR ADDITIONAL RELEVANT TYPICAL VAULT NOTES. 8. PIPE BOLLARD MAY BE OMITTED AT THE CITY OF GREELEY W&S DEPARTMENT'S DISCRETION. BOLLARD SHALL BE INSTALLED IN ACCORDANCE WITH THE WATER & SEWER STANDARD DETAILS AND SPECIFICATIONS, LATEST REVISION OF EACH. 9. INSTALL TRACER WIRE ALONG MAIN ACCORDING TO SPECIFICATIONS AND W&S UTILITY LOCATING ("UL") STANDARD DETAILS, LATEST REVISION OF EACH. 10. 24" MANHOLE COVER SHA_L BE A BOLT DOWN LID MARKED WITH THE APPROPRIATE UTILITY. REFER TO CITY OF GREELEY SPECIFICATIONS, LATEST REVISION, FOR SPECIFIC MANHOLE COVER MFR AND PRODUCT INFORMATION. 11. FOR ALL AIR VACUUM VALVE VAULTS, AIR VALVE INTAKE SHALL BE WATER TIGHT AND PIPED TO THE SURFACE INSIDE THE VENT PIPE WITH SCHEDULE 80 PVC THAT MATCHES VALVE OUTLET SIZE. d Greeley AIR RELEASE/VACUUM & COMBINATION AIR VALVE VAULT DETAIL WNP-1 DATE: JANUARY 2023 SCALE: N.T.S. 18" STEEL ANGLE 8" O D VENT TUBE 20 GA SEAMLESS PIPE CONCRETE BASE DETAIL 18" SCH 80 PVC 3'-0" 8" VENT BODY STEEL ANGLE DETAIL C -18 GA VENTS WE/ #20 MESH SS SCREEN POP RIVET 20 GA SEAMLESS STEEL PIPE VENT #20 MESH SS SCREEN -55" SS HOSE CLAMP -POP RIVETS (TYP) 3/"x3"SSCONC EXPANSION ANCHORS e18" x 18" x 6" l CONCRETE PAD /\\;\ \\�\ \ WHEN INSTALLING SCH 80 e- WITH VAULT, VENT PIPING PVC VENT PIPE CAN BE CORED INTO ROOF OF VAULT ROUND VENT SCREEN NOTES 1 REFER TO CONCRETE STANDARD SPECIFICATIONS 2 VENT PIPE SHALL BE MANUFACTURED BY CUSTOM METAL MFG OR APPROVED EQUAL 3 VENT PIPE SHALL BE PRIMED AND COATED ACCORDING TO THE APWA UNIFORM COLOR CODE FOR FOR THE CORRESPONDING UTILITY 3 A POTABLE WATER SHERWIN-WILLIAMS SAFETY BLUE NO SW4086 OR APPROVED EQUAL 3 B NON -POTABLE IRRIGATION SHERWIN-WILLIAMS SAFETY PURPLE NO SW 4080 OR APPROVED EQUAL 4 3" AIR VENT TO BE PVC SCHEDULE 8O WITH GLUED JOINTS BELOW GRADE AND SIZED TO MATCH TO AIR VALVE OUTLET SIZE 5 WHEN SITE CONDITIONS PREVENT INSTALLING VENT IN ROOF OF VAULT AND PER WATER & SEWER DEPARTMENT'S DIRECTION, SCH 80 PVC MAY PENETRATE VAULT WALL AND RUN HORIZONTAL BEFORE BENDING VERTICAL AT AN ACCEPTABLE LOCATION FOR THE ROUND VENT SCREEN VAULT & AIR/VAC VENT PIPE DETAIL WNP-2 DATE JANUARY 2023 SCALE N T S SEE NOTE 1-N, 6„ MIN NOTES -1' 4, 0" FINISHED GRADE I II a, 4,-0„ CLASS B CONCRETE 1 PROVIDE A 6„ iN1IN SCHEDULE 40 STL PIPE BOLLARD FILLED WITH CONCRETE WITH ROUNDED TOP, PAINT SAFETY YELLOW 2 BOLLARD SHALL BE PLACED AT MINIMUM 3'-0" FROM VALVE BOXES, VAULTS, AND CONCRETE STRUCTURES 3 THE CITY OF GREELEY RESERVES THE RIGHT TO DETERMINE WHERE AND WHEN A PIPE BOLLARD MAY BE REQUIRED OR OMITTED (TYP) CONCRETE PIPE BOLLARD DETAIL WNP-3 DATE JANUARY 2023 SCALE N T S FIRE HYDRANT & STANDARD MFR TEST STATION DETAIL GROUND ISOLATION SWITCH (SEE HYDRANT NOTE 4) IL COIL 24' EXTRA CATHODE AND ANODE WIRES INSIDE ACCESS BOX PER MFR SPECIFICATIONS (SEE HYDRANT NOTE 4) SEE HYDRANT NOTE 3 TRACER WIRE ACCESS BOX (SEE HYDRANT NOTE 4) CATHODET it irl �ANDOE WIRE TO jf WIRE WATER MAIN GROUNDING ROD HYDRANT & STANDARD MFR TEST STATION NOTES 1 REFER TO RELATED DETAIL FIRE HYDRANT DETAIL LATEST REVISION FOR FIRE HYDRANT INSTALLATION STANDARD DRAWING REFER TO GENERAL NOTES FOR ADDITIONAL TRACER WIRE REQUIREMENTS GRADE SURROUNDING TPACER WIRE ACCESS BOX SHALL SLOPE AWAY Etliu INIMUM GRADE4T STATION ACCESS BO%SHALL BE COPPERHEADSSPOINT WITH TWO TERMINAL SWITCHABLE LIDORAL TRACER WIRE AROUND VAULTS TMCER WIRE CONNECTION SEE STANDARD MFR TRACEp WIRE (SEEGENERAL TESTSTATION CONNECTION(EE NOTE 7) DETAIL GENERAL NOTE 7) TRACER WIREDISPLAVEDJ PLAN VIEW OFFSET FOR QARITY VAULT TRACER WIRE NOTES glgiggiNDN,Eii):RiiiEENEsERETAILSW 30 W 11 ANDW 15ETAILSAND REQUIREMENTS NOTES FORADDITIONAL N ER TS SAMPLE PLAN OF WATER MAIN TRACER WIRE ABOVE GROUND TEST STATION AND GROUND ACCESS BOX INSIDE VALVE BO% (SEE FIpE HYDRANT TRACER—~ — -- WIRE DETAIL & GENERAL NOTE 2) SERVICE TRACER WIRE (SEE GENER MAINLINE TEST STATION ACCESS BOX & GROUNDING ROD ON EDGE OF ROW (SEE GENERAL NOTE 4) 4 F BE Pp0' BOX WI RIGHT MINIMI MARKS TRACER WIRE MUST BE GROUNDED AT EVERY MAINLINE DEAD END/STUB AND ALONG CONTINUOUS RUNS AT A MAXIMUM OF 1000 FT INTERVALS WITH A 15 LB DRIVE IN MAGNESIUM GROUNDING ROD PER GROUNDING ROD MFR REQUIREMENTS PLACEMENT OF GROUNDING ROD SHALL BE INSTALLED IN SUCH WAV THAT ALLOWS FOR PpOPER WIRE LOCATING WITHOUT A LOSS OR OETERIORATIDN OF LOW FREQUENCY SIGNAL (512 H:) FOR DISTANCE IN E%LESS OF 1000 FT EVERY FIRE HYDRANT TEST STATLON SHALL BE GROUNDED PER MFR RECOMMENDATIONS 6 TRACER WIRE SYSTEMS MUST BE INSTALLED AS A SINGLE CONTINUOUS WIRE EXCEPT WHERE USING APPROVED MAINLINETO LA 61-UG CON" (SEE GENERAL NOTES 6 & 7) TEST STATION TRACER W IRE COIL AROUND CURB STOP BO%(SEE GENERAL NQTE 3) CURB STOP (TYP) z-iuF,,,;:EiEgrscvirgios% LEGEND WATER MAIN DRIVE IN MAGNESIUM TpACER WIgEACCESS BOX (LOOSE OIL GROUNDING ROD (T1'P) m AROUND CURB STOP FORABOVE GROUND - - - TRACER WIRE p. CURB STOP YP) CCESS) WATER SERVICE a FIRE ..RANT (TM TAR/C=00 AR/C WIRE ACRCOEL OX(ABOVE GROUND ACCESS BOX/GROUNDING ROD( EST JR CLARITY TRACER WIRE SHALL BE INSTALLED ON TOP OF PIPE IN LITY LOCATING DETAIL UL 6 AND WATER & SEWER CONSTRUCTION STATION ACCESS BOX FROM A CITY APPROVED MFR UST BE 7RANT REFER TO WATER&SEWER SPECIFICATIONS LA7EMS%VISION AENOATIONS AND REQUIREMENTS LODE WIRE LOOPED AROUND THE CURB STOP BO%SHALL BE PLACACETID iERVICE LATERAL REFER TO W&S SERVICE LATERAL UTILITY LONG UL fi LATEST REVISION OI AND GROUNDING REQUII 8 SERVICE LATERAL TRACER SERVICE LATERAL UTILITY ACCESS MUST NDARD VALVE iTHE EDGE OF ETAIL AND GENERAL TRACER WIRE N)7E5 ON DETAIL IRE INSTALLATION TAPING CONNECTION SPLICING LL EXTEND PAST CURB STOP TEST STATION AND TERMINATE AT STRUCTURE PER DETAIL CTOR WATER MAIN TRACER WIRE AND UTILITY LOCATING DETAIL UL -1 DATE JANUARY 2023 SCALE N T S LEGEND - Na NON -POTABLE MAIN/SERVICE WATER MAIN/ SERVICE - TRACER WIRE MAIN/ SERVICE SAN SEWER MAIN/SERVICE - PROPERTY LINE EDGE OF CONCRETE/ PAVEMENT - GAS SERVICE - ELECTRIC SERVICE 1 DRIVE-IN MAGNESIUM GROUNDING ROD (TYP) 4 j / / ST UCTURE / // a e cc CLEANOUT 3 PROPERTY LINE SIDEWALK' . 10' MIN d SS SERVICE LINE V 5' MIN E I,1 G SERVICEu _ METER 3' MIN TREELAWN ---NP CURB & GUTTER 5 I` FROM LIP OF STREET GUTTER SS SS 10' MIN CLEARANCE FROM UTILITIES (c7 SS ' EXISTING SSH MIN SERVICE LINE SSStHVILt IESI STATION AT STRUCTURE (SEE NOTE 8 1) b CURB STOP & SERVICE TEST STATION (SEE NOTE 7 1) c CURB STOP INSIDE STANDARD CAST IRON VALVE BOX IN TREELAWN OR±1' FROM PROPERTY LINE (SEE DETAIL W-9) d WATER & NON -POTABLE IRRIGATION SERVICE LINE e WATER & NON -POTABLE SERVICE TEST STATION AT STRUCTURE (SEE NOTE 72) f EXTEND _ NON -POTABLE NP SERVICE LINE TO 2' MIN STRUCTURE AND GROUNDING ROD (SEE�NOTE 9) SURFACE W CONNECT TO MAINLINE TRACER WIRE (SEE NOTE 10) W - EXISTING WATER SERVICE LINE W NOTES 1 ALL BURIED PIPE, VALVES, AND APPURTENANCES SHALL BE INSTALLED ACCORDING TO THE CITY OF GREELEY WATER & SEWER DETAILS AND SPECIFICATIONS LATEST REVISION 2 TRACER WIRE IS REQUIRED FOR ALL SERVICE PIPES (WATER, SEWER, NON -POTABLE) 3 TRACER WIRE IS ONLY DEPICTED AWAY FROM PIPE IN ABOVE DRAWING FOR CLARITY 4 REFER TO GENERAL NOTES ON WATER & SEWER DETAIL UL -6, LATEST REVISION, FOR ADDITIONAL TRACER WIRE INSTALLATION, TAPING, ICONNECTION, SPLICING, AND GROUNDING REQUIREMENTS 5 FOR FUTURE CONNECTION SERVICE STUBS, DEVELOPER SHALL PROVIDE A MINIMUM OF 2 FEET OF WIRE WRAPPED AND TAPED TO MARKER POST AT PROPERTY LINE (PROPERTY BUILDER SHALL SPLICE TO THIS TRACER WIRE COIL AT LATER DATE) 6 REFER TO WATER & SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR APPROVED TRACER WIRE, GROUNDING ROD, TEST STATION, AND MISC PRODUCT MFR 7 WATER & NON -POTABLE SERVICE TEST STATIONS/TRACER ACCESS 7 1 TEST STATION (AT CURB STOP) TAPE TRACER WIRE TO CURB STOP BOX AND RUN TO SURFACE SECURE A TWO FOOT (LINEAR) COIL OF TRACER WIRE AT THE TOP OF THE CURB STOP BOX, AND PLACE THE UPPER HALF OF A STANDARD VALVE BOX AROUND THE CURB STOP AND TEST STATION 7 2 PROPERTY OWNER TEST STATION AT STRUCTURE TERMINATE TRACER WIRE AT STRUCTURE WITH AN APPROVED TEST STATION ACCESS BOX FROM AN APPROVED MFR, MOUNTED TO STRUCTURE 7 3 SEE W&S DETAIL UL -4, LATEST REVISION, FOR ADDITIONAL DETAILS SANITARY SEWER SERVICE TEST STATIONS/TRACER ACCESS 81 PROPERTY OWNER TEST STATION AT STRUCTURE TERMINATE TRACER WIRE AT STRUCTURE WITH AN APPROVED TEST STATION ACCESS BOX FROM AN APPROVED MFR, MOUNTED TO THE STRUCTURE 8 2 SEE W&S DETAIL UL -5, LATEST REVISION, FOR ADDITIONAL DETAILS 9 ALL SANITARY SEWER SERVICE LATERAL TRACER WIRES SHALL TERMINATE WITHIN 2FT OF THE SS MAIN WITH AN APPROVED 15 LB DRIVE-IN MAGNESIUM GROUNDING ROD 10 ALL WATER SERVICE LATERAL TRACER WIRES SHALL BE CONNECTED TO MAINLINE TRACER WITHOUT CUTTING / SPLICING THE MAINLINE TRACER WIRE, ACCORDING TO WATER & SEWER DETAIL UL -6, LATEST REVISION (TYP) SERVICE LATERAL UTILITY LOCATING PLAN DETAIL UL -3 DATE JANUARY 2023 SCALE N T S I -..—ROW OR EXCLUSIVE EASEMENT WATER MAIN PROPERTY LINE rSEE W&S / DETAIL W-6 L(CORPORATIONi STOP 4 SEE"TEST STATION AT CURB STOP" DETAIL ---_J L'" J VARYING WIDTH UTILITY EASEMENT TRACER WIRE DISPLAYED OFFSET FOR CLARITY FLOW —fa... CONNECT SERVICE LATERAL TERMINATE SERVICE LATERAL TRACER TRACER WIRE TO MAINLINE WIRE AT STRUCTURE (SEE "TEST TRACER (SEE NOTE 5) STATION AT STRUCTURE" DETAIL) TRACER WIRE INSTALLATION PLAN VIEW ROW OR EXCLUSIVE EASEMENT PROPERTY LINE SEE "TEST STATION AT CURB STOP" DETAIL PAVEMENT WALK ,_ I I'� -11 I I-T�I -1I —SEE W&S DETAIL W-6 TAPE TRACER WIRE TO TOP OF PIPE AND TO CURB STOP BOX (SEE NOTE ) T 1 METER PIT PER DETAIL W-7 I L_J VARYING WIDTH UTILITY EASEMENT SEE"TEST STATION AT STRUCTURE" DETAIL FLOW —..- WATER MAIN —DEVELOPER TO INSTALL PROPERTY BUILDER CONNECT SERVICE LATERAL TRACER WIRE AND TEST TO INSTALL TRACER TRACER WIRE TO MAINLINE STATION (SEE NOTE 3) WIRE (SEE NOTE 4) TRACER WIRE (SEE NOTE 5) ELEVATION VIEW STRUCTURE WATER SERVICE TEST STATION DETAIL CURB STOP VALVE BOX LID TO READ "WATER / TEST" 12" MAX �♦ 2 FT (LINEAR) MOUNTABLE (SEE NOTE 3) ��J TRACER WIRE TEST STATION CATHODE LOOP ACCESS BOX LOOSELY FROM UPPER HALF !■ SECURED TO APPROVED MFR OF STANDARD , CURB STOP BOX (SEE NOTE 4) VALVE BOX DEVELOPER CURB STOP BOX " NSTALLATION 'r.. (SEE NOTE 1) ;J (SEE NOTE 3 �v" � ` ��• TRACER WIRE CURB STOP PROPERTY BUILDER SPLICE AND (SEE NOTE 1) INSTALLATION (SEE NOTE 4) TEST STATION AT CURB STOP TEST STATION AT STRUCTURE NOTES 1 REFER TO RELATED WATER & SEWER DETAILS W-6 THROUGH W-11, LATEST REVISION OF EACH, FOR WATER SERVICE LATERAL AND METER INSTALLATION DETAILS 2 REFER TO RELATED SERVICE LATERAL TRACER WIRE DETAIL UL -3, AND GENERAL TRACER WIRE NOTES ON UL -6, LATEST REVISION OF EACH, FOR ADDITIONAL TRACER WIRE TAPING, SPLICING, CONNECTING, AND GROUNDING DETAILS 3 UTILITY DEVELOPER TO INSTALL TRACER WIRE ON MAIN AND UP TO TEST STATION AT CURB STOP ON THE EDGE OF ROW PROVIDE 2 FT (LINEAR) OF EXCESS TRACER WIRE, SECURED AT THE TOP OF THE CURB STOP BOX, AND PLACE THE UPPER HALF OF A STANDARD VALVE BOX AROUND THE CURB STOP AND TEST STATION FOR NEW DEVELOPMENT, UTILITY DEVELOPER SHALL PROVIDE A MINIMUM 2 FT COIL AT MARKER POST IF PRIOR TO CURB STOP INSTALLATION 4 PROPERTY BUILDER TO SPLICE SERVICE TRACER WIRE TO TEST STATION TRACER WIRE AND INSTALL UP TO STRUCTURE, TERMINATING DIRECTLY ABOVE THE SERVICE LATERAL AT THE STRUCTURE WITH AN APPROVED ACCESS BOX FROM AN APPROVED MFR AND INSTALLED IN ACCORDANCE WITH MFR SPECIFICATIONS REFER TO WATER & SEWER SPECIFICATIONS, LATEST REVISION, FOR APPROVED MFR 5 ALL MAINLINE TRACER WIRE CONNECTIONS SHALL BE INSTALLED PER LATEST REVISION OF WATER & SEWER SPECIFICATIONS MAINLINE TRACER SHALL NOT BE CUT OR SPLICED IN ANY WAY (SEE NOTE 3) (TYP) WATER SERVICE UTILITY LOCATING DETAIL SECTION & TEST STATION DETAIL UL -4 DATE JANUARY 2023 SCALE N T S TRACER WIRE NOTES 1 LOCATING MUST MEET REQUIREMENTS OF SENATE BILL 18-167 OR ANY UPDATE 2 TRACER WIRE SHALL BE LOCATED ON TOP OF PIPE, TAPED EVERY 3 TO 4 FEET MAX AND EACH SIDE OF EVERY JOINT, FITTING, AND VALVE 3 TRACER WIRE IS REQUIRED FOR ALL WATER SERVICE LATERALS, NON -POTABLE IRRIGATION SERVICE LATERALS, ALL SANITARY SEWER LATERALS, ALL WATER MAINS,ANDALL NON-P-QTABLE IRRIGATION GROUNDING NOTES _ MA INS 4 TWO UNDERGROUND WIRE SPLICES ARE ALLOWED PER SERVICE, SHALL HAVE LOCKABLE CONNECTIONS SPECIFICALLY DESIGNED FOR DIRECT BURIAL, AND DIELECTRIC SILICONE GEL FILLED OR APPROVED EQUAL 5 REFER TO WATER & SEWER SPECIFICATIONS, LATEST REVISION, FOR TRACER WIRE GAUGE, MATERIAL, AND COATING REQUIREMENTS 6 TRACER WIRE SYSTEMS MUST BE INSTALLED AS A SINGLE CONTINUOUS WIRE, EXCEPT WHERE USING APPROVED CONNECTORS NO LOOPING OR COILING OF WIRE AROUND THE PIPE IS ALLOWED 7 ALL WATER SERVICE LATERAL TRACER WIRES SHALL BE CONNECTED TO MAINLINE TRACER USING AN APPROVED MAINLINE TO LATERAL LUG CONNECTOR WITHOUT CUTTING / SPLICING THE MAINLINE TRACER WIRE ALL MAINLINE TRACER WIRE BRANCHES SHALL BE MADE WITH AN APPROVED MAINLINE TO MAINLINE LUG CONNECTOR WITHOUT CUTTING / SPLICING EITHER MAINLINE TRACER WIRE 9 REFER TO WATER & SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR APPROVED TRACER WIRE MFR AND ADDITIONAL INSTALLATION REQUIREMENTS TEST STATIONS 1 TRACER WIRE SHALL BE ACCESSIBLE AT LEAST ONCE EVERY 1,000 FT MAX 2 TEST STATION SHALL NOT BE FURTHER THAN 1,000 FT FROM AN APPROVED "FAR -END" GROUNDING ROD THIS GROUNDING ROD MUST MEET WATER & SEWER CONSTRUCTION SPECIFICATIONS AND DESIGN CRITERIA STATED IN THE GROUNDING NOTES 3 TEST STATION MAY EITHER BE IN THE FORM OF A CATHODE WIRE LOOP ACCESSIBLE FROM FINAL GRADE SURFACE OR AN APPROVED TEST 1 2 3 4 STATION ACCESS BOX FROM AN APPROVED MFR EITHER TEST STATION FORM SHALL BE WITHIN THE FAR -END GROUNDING INTERVAL REQUIREMENT, AND MEET WATER & SEWER TRACER WIRE CONSTRUCTION SPECIFICATIONS AND DETAILS, LATEST REVISION OF EACH 4 GROUND SURROUNDING TEST STATION ACCESS BOXES SHALL SLOPE AWAY FROM LID AT 2% MINIMUM GRADE ALL SANITARY SEWER SERVICE LATERAL TRACER WIRES SHALL TERMINATE WITHIN 2 FT OF THE SS MAIN WITH AN APPROVED DRIVE-IN MAGNESIUM GROUNDING ROD SINGLE GROUNDING ROD MAYBE UTILIZED FOR UP TO 3 SEWER SERVICES MAX MAINLINE TRACER WIRE MUST BE GROUNDED AT EVERY DEAD END/STUB, AND ALONG CONTINUOUS RUNS AT A MAXIMUM OF 2,000 FT INTERVALS WITH A 15 LB DRIVE-IN MAGNESIUM GROUNDING ROD PER MFR REQUIREMENTS PLACEMENT OF GROUNDING ROD SHALL BE INSTALLED IN SUCH A WAY THAT ALLOWS FOR PROPER WIRE LOCATING WITHOUT A LOSS OR DETERIORATION OF LOW FREQUENCY SIGNAL (512 HZ) FOR DISTANCES IN EXCESS OF 1,000 FT IF GROUNDING ROD IS TOO CLOSE TO A TEST STATION THAT IT INTERFERES WITH PROPER LOCATING, THE GROUNDING ROD MUST BE SWITCH -ABLE IN ORDER TO TEMPORARILY DEACTIVATE THE INTERFERING GROUND SIGNAL IN THE VICINITY SUCH A TEST STATION SHALL BE IN THE FORM OF A TEST STATION ACCESS BOX FROM A CITY APPROVED MFR REFER TO WATER & SEWER CONSTRUCTION SPECIFICATIONS, LATEST REVISION, FOR APPROVED GROUNDING ROD MFR AND ADDITIONAL REQUIREMENTS cefs\ reelel TRACER WIRE GENERAL NOTES DETAIL UL -6 DATE JANUARY 2023 SCALE N T S Table of Contents Scope of the Proposal and Team Pg 1 Cover Letter Pg 2 Introduction/General Statements Pg 3 Qualifications of Key Personnel Pg 5 Proposed Methodology Phasing/Schedule Pg 6 Preliminary Construction Schedule Critical Issues and Similar Projects Pg 8 Critical Issues Pg 9 Similar Past Experience/References Project Control and Approach Pg 10 Controlling Costs Pg 10 Quality Control Process Pg 13 WW Clyde Major Equipment Work Location/Familiarity Pg 14 WW Clyde's History with Weld County Pg 14 Ensuring State and Federal Regulations and Specifications Required Forms Scope of Proposal and Team Weld County Public Works Attn: Clay Kimmi, P.E. 1111 H Street Greeley, CO 80631 Dear Mr. Kimmi, We are pleased to submit our proposal for the construction of the roundabout at the intersection of WCR 6 and WCR 13. The W.W. Clyde & Co. (WW Clyde) team fully understands the scope and objectives of this critical roundabout project and is committed to delivering a high -quality, safe, and environmentally responsible project to the Weld County and the community on time and ahead of schedule. WW Clyde understands the WCR 6/13 Roundabout project is crucial for improving traffic flow and safety at a key intersection in Weld County. Our approach will ensure compliance with the County's Portland Cement Concrete Paving (PCCP) standards and specifications, while also addressing the removal, replacement, and installation of various utilities, waterlines, and surface improvements. We recognize that maintaining roadway stability and coordinating closely with third -party utility companies are vital to project success. Additionally, our team's expertise with excavation, aggregate base course installation, concrete pavement, and hot mix asphalt ensures that the roundabout will meet the County's long-term durability requirements. Our plan emphasizes the use of best practices in civil construction, including advanced techniques for managing erosion and sediment control, installing reinforced concrete pipe, and providing safe traffic control throughout the construction process. We are prepared to implement efficient site management to minimize disruptions, while adhering to strict environmental standards and providing the highest levels of safety for both workers and the surrounding community. Our goal is not only to meet the County's expectations but to exceed them by delivering a project that is on schedule, within budget, and poised to serve the community for years to come. We have a strong track record of successfully completing similar projects like 35th & 0 street as well as 66 & 41 Intersection and are confident that our experience, combined with the use of innovative construction methods such as total station grade control on earth work and paving operations, GPS grade control on pipe work, geogrid installation and process control testing, will result in a final product that enhances the County's infrastructure. We look forward to the opportunity to further discuss how our team can contribute to the success of this project. Your primary point of contact will be Cameron Thompson, Area Manager, who can be reached at (661) 212-2321 or Cthompson@wwclyde.net. Thank you for considering our proposal. Sincerely, —�t John rhornpson Senior Vice President of Construction W.W. Clyde & Co. 1 Scope of Proposal and Team Introduction WW Clyde's Great Plains Division has a strong track record of delivering complex infrastructure projects, making us the ideal choice for the WCR 6/13 Roundabout. We take pride in our ability to self -perform key aspects of construction, which gives us greater control over quality, efficiency, and project timelines. Safety is at the heart of our operations, with an exceptional management system in place to ensure every project is completed incident -free. This approach not only guarantees a safe work environment but also ensures the safe delivery of the project itself. Paired with our commitment to high - quality workmanship that consistently meets and exceeds industry standards, WW Clyde is uniquely positioned to successfully execute this project and continues to provide long-term value to the Weld County community. Annual Operating Budget $'s in Millions Materials 6 Const Srvcs 445 Other 123 Revenue 574 Cost of Sales & Contracts 510 Gross Margin 64 SG&A 35 Operating Income 29 Other Inc (Exp) 2 EBT 31 Income Tax 7 Net Income (Loss) 23 WW Clyde Employees 1,245 Employees Company -Wide MM .h N WCR 6/13 Roundabout Project *IBS WWC Track Record of Compliance 8c Performance • No OSHA Citations within the last 5 years • No Assessed Liquidated Damages on projects within the last 5 years • No Pending or Outstanding Judgements, Claims, or Suits WW Clyde Great Plains Division Timeline 1926 1947 1995 2018 • WW Clyde was founded in Springville, UT Interstate Highway Construction (INC) was founded in Michigan Scott Contracting Inc. was founded in Colorado Clyde Companies aquires Scott Contracting 2021 • Clyde Companies Acquires IHC and merges with Scott Contracting, becoming IHC Scott 2023 • INC Scott becomes the Great Plains Division of WW Clyde, a Clyde Company IL S SAS INES• 35th and 0 Street Roundabout WCR 6/13 Roundabout Project Organization Chart p CAMERON THOMPSON Area Manager 25% Committed to Project JASON BEVERLY 7,41t1 , Area QC Manager 700% Committed to Project CAMERON THOMPSON Area Manager ZACK VOTAW Senior Project Manager 100% Committed to Project JASON DAIGNEAULT N EAU LT Superintendent 700% Committed to Project REBECCA DUSAK f e Deputy Project Manager 100% Committed to Project Why Cameron: Cameron Thompson has over 17 years of experience in the heavy civil industry, earning a reputation for excellence and reliability. As the Area Manager for the WCR 6/WCR 13 Roundabout project, he will oversee all construction activities, ensuring efficiency and quality. Cameron's expertise spans earthwork, pipe work, structures, and paving, allowing him to effectively address project challenges and coordinate with stakeholders. He fosters a collaborative environment, viewing each project as a partrership with the owner to align goals and expectations. His strong leadership skills motivate his team to deliver high -quality results on time, making them a go -to resource for challenging projects. Cameron's proactive relat.onship-building approach has led to numerous requests for his involvement in future projects with Weld County and other owners. In his role, Cameron will manage key components such as utility coordination, labor and material resources, and compliance with project specifications and safety standards. His commitment to quality and strong management make him an invaluable asset to the WCR 6/13 Roundabout project, Why Zack: As the Senior Project Manager for the WCR 6/13 Roundabout project, Zack Votaw brings a wealth of experience in overseeing complex construction initiatives, including asphalt and concrete paving, grading, and underground wet utilities, With a strong background in both public and private sector projects, he will lead the planning, execution, and delivery of the roundabout, ensuring adherence to timelines, budgets, and quality standards. Zack's expertise in operations management and financial oversight will be critical in coordinating the project team and resources effectively. He will maintain open lines of communication with stakeholders, facilitating collaboration and alignment throughout the project's lifecycle. By leveraging his knowledge of construction practices and project management best practices, Zack aims to foster a high -performing team that delivers exceptional results while building lasting relationships with clients and partners. ZACK VOTAW Senior Project Manager WCR 6/13 Roundabout Project IBC JASON DAIGNEAULT Superintendent Why Jason: As Superintendent for the WCR 6/13 Roundabout project, Jason Daigneault will play a key role in driving on -time, on -budget completion by overseeing daily construction activities and maintaining open lines of communication with all project stakeholders. Leveraging his extensive experience in highway construction and project management best practices, he will coordinate with utility partners, manage material procurements, and ensure all phases —from excavation and paving to traffic control and erosion control management —meet project specifications. By building relationships with stakeholders and being proactive in risk assessment and management, Jason will keep the project aligned with Weld County's expectations, ensuring a high -quality outcome in a fast -paced environment on budget and on time. JASON BEVERLY Area QC Manager .‘r REBECCA DUSAK Deputy Project Manager Why Rebecca: In her role as Deputy Project Manager, Rebecca Dusak will leverage her extensive experience in aviation and operations to support the project's execution and ensure that it meets quality, safety, and operational standards. With over 13 years of experience, she will oversee various aspects of project management, including coordination between teams, managing schedules, and maintaining compliance with all regulatory requirements. Rebecca will be responsible for supervising daily operations, facilitating communication among stakeholders, and ensuring that project milestones are met on time and within budget. Her background in quality control, contract administration, and her proficiency with various software programs will enhance the project's efficiency and effectiveness. Additionally, she will assist in resolving any issues that arise during the project lifecycle, providing functional guidance to team members, and ensuring that all safety protocols are adhered to. Rebecca's strong organizational and leadership skills will be pivotal in fostering a collaborative environment that drives the project's success. Why Jason: As the Quality Control Manager for the project, Jason Beverly will leverage his extensive 20+ years of experience in the construction industry to ensure the highest standards of quality and compliance are met. With a deep understanding of heavy/highway and airfield construction, Jason is dedicated to maintaining the stringent requirements set forth by the FAA, DOD, and state DOTs. He will oversee all aspects of quality control, including scheduling inspections and testing, to guarantee that project deliverables adhere to established specifications and timelines. Known for his meticulous attention to detail and commitment to excellence, Jason will play a crucial role in delivering a successful project that meets both quality benchmarks and client expectations. His leadership will foster collaboration among stakeholders, ensuring a smooth and efficient quality assurance process throughout the project's lifecycle. Scope of Proposal and Team WCR 6/13 Roundabout Project r The Transportation Area of the Great Plains Division of WW Clyde is managed by Cameron Thompson and is the backbone of the company in PCCP paving and heavy civil construction. The Transportation Area consists of tenured employees who became part of WW Clyde from IHC and IHC Scott. The Area includes many Weld County locals and leaders with strong working relationships with the County. Secondary leaders and resources are available to support the project with any unforeseen needs that may arise at any time. Past Personnel Teaming Chart Cameron Thompson Jason Daigneault Rebecca Dusak Brooke Miller Tyson Kincaid Luis Diaz 35th Roundabout & 0 Street 66 Improvements & 41 Intersection 74&33 Roundabout Proposed Methodology WW Clyde's approach to the WCR 6/13 Roundabout project is centered on efficiency, safety, and quality. Our methodology begins with thorough pre -construction planning, including site assessment, coordination with third -party utilities, and precise layout and understanding of construction extents to ensure smooth project flow. Our familiarity with Weld County's specifications, such as the Time Capsule bars and geogrid, and our strong relationship with the vendors, allows us to meet these unique requirements seamlessly. Our ability to self - perform critical tasks, including excavation, subgrade preparation, and concrete pavement, enables us to maintain strict control over the project timeline and deliver superior results. For example, the removal and replacement of in -situ materials with R-40 material, along with the installation of PVC waterlines and Tensar geogrid, will be handled by our skilled teams to ensure alignment with project specifications and standards. WW Clyde will self -perform roughly 90% of this project. The attention to detail in Weld County's plans have simplified the project, enabling WW Clyde to pave 34 feet wide, resulting in higher quality pavement and significant time savings. Traffic control and safety management will be prioritized throughout the project, with an emphasis on minimizing disruptions to the surrounding community. Our thorough safety protocols and experienced field crews are equipped to manage high -traffic areas while adhering to all safety guidelines. Additionally, quality assurance measures will be employed, including process control (PC) testing and the use of an on -site field laboratory to monitor material strength and durability, ensuring that every element meets or exceeds the required specifications. Our focus on sustainable construction practices includes reducing environmental impact through careful resource management, such as seeding, erosion control, and soil retention blanket installations. We are committed to recycling all asphalt pavements and concrete materials or repurposing them for other suitable uses, and we will ensure that all excavated soils are disposed of in a sustainable manner, prioritizing practices that support environmental stewardship. ID T WBS h 1 2 3 6 ■ ADM ADM.MLS • 1.1.1 4 - • 1.1.2 S ' 1.1.3 6 )1.1.4 7 ) 1.1.5 8 > 1.1.6 9 a 1.1.7 10 )1.1.8 11 ) 1.1.9 12 ;ADM.MLS 13 )ADM.MLS 14 Q .ADM.MLS 15 t ; AMD.MLS 16 ■PH1 17 • PH1.MOB 18 ■ 2.1.1 19 C;162.1.2 20 Q•PH1.ERO 21 q•2.2.1 22 0 . 2.2.2 23 1.2.2.3 24 • PH1.REM 25 E • 2.3.1 26 1.2.3.2 27 Q•2.3.3 28• PH1.EW 29 q • 2.4.1 30 I •2.4.1 31 Q•2.4.2 32 Q • 2.4.3 33 l • 2.4.4 34 • PH2 35 L±• PH2.REM 36 •3.1.1 37 1-11.3.1.2 38 •3.1.3 39 l'3.1.4 40 Q • 3.1.5 41 q•3.1.6 42 (•3.1.7 43 Q•3.1.8 Task Name ADMINISTRATIVE CONTRACT MILESTONES Notice of Award Notice to Proceed Submittals Precon Mobilize Owner & WWC Office & Setup Drop Power & Permitting Owner& WWC Office Utility Relocation Coordination Initial Construction Survey Batch Plant Setup Phase 1 Duration Phase 2 Duration Phase 3 Duration Phase 4 Duration PHASE 1 MOBILIZATION Equipment Mobilization Set Traffic Control & Detour WCR 6-13 INITIAL EROSION CONTROL Install Initial Erosion Control Clear & Grub Strip Topsoil & Construct Temporary Berm REMOVALS Mill Asphalt Full Depth Remove Ground Signs Remove Fence & Install Temporary Fence EARTHWORK Grade/Base/Drainage Gutierrez Driveway Realignment Unclassifed Excavation (2' Export & Pond) Shape Subgrade, Ditches & Pond Scarify & Recompact Trim & Verify Subgrade PHASE 2 REMOVALS, DRAINAGE & WATER Install Water Line Remove Water Pipe Remove Drainage Pipe Install Drainage Pipe & Structures Place Outlet Structure & Overflow Weir (CIP) Place Concrete Lined Ditch Place Rip Rip Place Soil Rip Rap Duration 223 days 223 days 0 days 0 days 23 days i day 2 days 10 days 68 days 2 days 15 days 65 days 73 days 96 days 16 days 65 days 21 days 5 days 2 days 17 days 13 days 4 days 5 days 22 days 5 days 1 day 5 days 53 days 5 days 18 days 5 days 4 days 2 days 73 days 69 days 6 days 7 days 1 day 15 days 13 days 3 days 2 days i day Start Thu 1/9/25 Thu 1/9/25 Thu 1/9/25 Thu 1/9/25 Thu 1/9/25 Mon 1/13/25 Tue 1/14/25 Tue 1/14/25 Thu 1/9/25 Thu 1/23/25 Thu 1/23/25 Thu 1/9/25 Mon 3/17/25 Mon 5/5/25 Mon 8/4/25 Thu 1/9/25 Thu 1/9/25 Thu 1/23/25 Thu 1/9/25 Mon 1/13/25 Mon 1/13/25 Wed 1/15/25 Tue 1/21/25 Mon 1/13/25 Tue 1/28/25 Tue 1/21/25 Mon 1/13/25 Tue 1/21/25 Tue 1/21/25 Tue 2/4/25 Fri 2/28/25 Fri 3/7/25 Thu 3/13/25 Mon 3/17/25 Fri 3/21/25 Fri 3/21/25 Mon 3/31/25 Wed 4/9/25 Thu 4/10/25 Thu 5/1/25 Tue 5/20/25 Fri 5/23/25 Wed 5/28/25 Finish Tue 8/19/25 Tue 8/19/25 Thu 1/9/25 Thu 1/9/25 Fri 1/31/25 Mon 1/13/25 Wed 1/15/25 Thu 1/23/25 Mon 3/17/25 Fri 1/24/25 Thu 2/6/25 Fri 3/14/25 Wed 5/28/25 Fri 8/8/25 Tue 8/19/25 Fri 3/14/25 Wed 1/29/25 Wed 1/29/25 Fri 1/10/25 Wed 1/29/25 Wed 1/29/25 Mon 1/20/25 Mon 1/27/25 Mon 2/3/25 Mon 2/3/25 Tue 1/21/25 Fri 1/17/25 Fri 3/14/25 Mon 1/27/25 Thu 2/27/25 Thu 3/6/25 Wed 3/12/25 Fri 3/14/25 Wed 5/28/25 Wed 5/28/25 Fri 3/28/25 Tue 4/8/25 Wed 4/9/25 Wed 4/30/25 Mon 5/19/25 Thu 5/22/25 Tue 5/27/25 Wed 5/28/25 Qtr 1.2025 Jan Feb Mar t • I V T VI I T Qtr 2. 2025 Apr Phase 1 Duration May I w T I Jun Phase 2 Duration Qtr 3. 2025 Jul Aug Sep Phase 3 Duration Phase 4 Duration Project: CR 66 and CR 41 Intersection Project Date: Sun 11/3/24 Contractor IHC Scott Project It GR-45/22310 Task Split Milestone Summary • Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration -only Manual Summary Rollup Manual Summary 1 I Start -only Finish -only External Tasks 1 External Milestone 1 Deadline Progress Manual Progress 4 Page 1 ID T WBS M 6 44 tUPH2.EW 45 q•3.3.1 46 tJ • 3.2.2 47 JaPH2.ER0 48 ga3.3.1 49 a PH3 50 [ 1. PH3.EW 51 1a4.1.1 52 g8■4.1.2 53 ga4.1.3 54 I a 4.1.4 55 q'PH3.PCC 56 1;114.2.1 57 q• 4.2.2 58 14.2.3 59 14.2.4 60 14.2.5 61 t •4.2.6 62 t� a 4.2.7 63 C+84.2.8 64 QIPH3.HMA 65 1-'4.3.1 66 (■4.3.2 67 G1•4.3.3 68 q•4.3.4 69 L.PH2.FIN 70 ga4.4.1 71 ga4.4.2 72 Ea3.4.3 73 qv 74 l■4.4.4 75 q.4.4.6 4.4.6 76 q•4.4.5 77 q14.4.6 4.4.6 78 iIPH4 79 Ia PH4.ERO 80 q.5.1.1 81 I?x5.1.2 82 I■ PH4.FIN 83 ga5.2.1 84 q• 5.2.4 85 t a 5.2.5 86 ■ 5.2.6 Task Name Duration EARTHWORK 47 days Place R-40 Material to 1' Above Pipes 7 days Place R-40 Material to Subgrade 6 days EROSION 3 days Install Erosion Control - Interim 3 days PHASE 3 96 days EARTHWORK & BASE COURSE 25 days Trim R-40 Subgrade 4 days Place Geogrid R days Place Virgin Class 6 Base Course 8 days Trim Aggregate Base Course 4 days CONCRETE PAVING 54 days Concrete Pavement (34' Lanes) 9 Inch 5 days Concrete Pavement (15-16') 9 Inch Roundabout 3 days Concrete Pavement 9 Inch Handwork Tie ins 6 days Curb & Gutter Type IIB - Machine 7 days Curb & Gutter Type IB Median - Machine 3 days Curb & Gutter - Type IIB, IB, IM,Vert & Aprons Handwork 5 days Median Cover - 8 Inch Concrete Pavement 6 days Place Grouted Rip Rap 2 days HMA PAVING 34 days Mill 2 Tie Ins CR6 and CR13 1 day Pave CR6 and CR13 Tie Ins 2 days Grade/Base Driveways i day Pave Driveways 1 day FINISHES 26 days Shoulder up Paving/Driveways 4 days Prepare Shoulders for Topsoil 5 days Place Topsoil 6 days Seeding 5 days Install Permanent Signs 3 days Install Permanent Fencing 3 days Acceptance Smoothness 2 days Place Permanent Pavement Markings 2 days PHASE 4 16 days EROSION CONTROL 8 days Install Erosion Control - Final 3 days Remove Initial & Interim Erosion Control 3 days FINISHES 8 days Substantial Completion 0 days Final Inspection 1 day Punchlist 5 days Final Acceptance/Project Complete 0 days Start Mon 3/17/25 Mon 3/17/25 Fri 4/25/25 Mon 5/5/25 Mon 5/5/25 Mon 5/5/25 Mon 5/5/25 Mon 5/5/25 Fri 5/9/25 Tue 5/13/25 Fri 5/23/25 Fri 5/30/25 Fri 5/30/25 Fri 6/6/25 Wed 6/11/25 Thu 6/19/25 Mon 6/30/25 Thu 7/3/25 Fri 7/11/25 Mon 7/21/25 Fri 5/30/25 Fri 6/27/25 Mon 6/30/25 Fri 5/30/25 Wed 7/2/25 Mon 7/14/25 Mon 7/14/25 Fri 7/18/25 Fri 7/25/25 Mon 8/4/25 Mon 8/4/25 Mon 8/4/25 Mon 7/21/25 Wed 7/23/25 Mon 8/4/25 Mon 8/4/25 Mon 8/4/25 Thu 8/7/25 Mon 8/11/25 Mon 8/11/25 Tue 8/12/25 Wed 8/13/25 Tue 8/19/25 Finish Fri 5/2/25 Tue 3/25/25 Fri 5/2/25 Wed 5/7/25 Wed 5/7/25 Fri 8/8/25 Thu 5/29/25 Thu 5/8/25 Tue 5/20/25 Thu 5/22/25 Thu 5/29/25 Tue 7/22/25 Thu 6/5/25 Tue 6/10/25 Wed 6/18/25 Fri 6/27/25 Wed 7/2/25 Thu 7/10/25 Fri 7/18/25 Tue 7/22/25 Wed 7/2/25 Fri 6/27/25 Tue 7/1/25 Fri 5/30/25 Wed 7/2/25 Fri 8/8/25 Thu 7/17/25 Thu 7/24/25 Fri 8/1/25 Fri 8/8/25 Wed 8/6/25 Wed 8/6/25 Tue 7/22/25 Thu 7/24/25 Tue 8/19/25 Mon 8/11/25 Wed 8/6/25 Mon 8/11/25 Tue 8/19/25 Mon 8/11/25 Tue 8/12/25 Tue 8/19/25 Tue 8/19/25 Qtr 1, 2025 Jan Feb Mar t _ Qtr 2. 2025 Apr I May n I _ Jun Qtr 3. 2025 Jul w I V r: Project: CR 66 and CR 41 Intersection Project Date: Sun 11/3/24 Contractor. IHC Scott Project 0: GR-45/22310 Task Split Milestone Summary • Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration only Manual Summary Rollup Manual Summary 1 Start -only Finish only External Tasks 1 External Milestone Deadline Progress Manual Progress 1 Page 2 Critical Issues and Similar Projects Critical Issues WCR 6/13 Roundabout Project Critical Issues Utility Coordination & Relocation: Since the project involves the installation of a new waterline and removal of an existing one, coordinating with utility companies to avoid service disruptions and delays is critical. Additionally, the relocation of overhead electrical utilities, which are located within the roadway footprint, will require close coordination to ensure they are relocated efficiently and safely. Unexpected underground or overhead utility issues could pose a risk, so proactive utility potholding communication with utility providers and proactive utility potholdirg will be essential to mitigate any potential delays. Traffic Management & Safety: Given that the roundabout is at an active intersection, managing traffic flow during construction will involve temporarily shutting down the intersection and implementing detours for the general public. Proper planning for these detours and on -site traffic control is essential to minimize public inconvenience and ensure safety. Access to local fields and residences will be maintained at all times to accommodate local traffic needs. WCR 66 & 41 Intersection Improvement Soil Conditions & Excavation: The removal of in -situ materials (approximately 34,550 CY) and replacement with R-40 material could uncover unforeseen subsurface issues, such as unsuitable soil conditions or contaminated soil, which could impact both the timeline and budget. With our strong experience handling unsuitable materials on previous county projects, we are prepared to team with the County to address these conditions effectively. Our team will assess and remove unsuitable materials promptly, replacing them with appropriate materials to ensure stability and adherence to project specifications for the roadway. 35th and 0 Street Roundabout Pavement & Material Quality Control: The roundabout involves complex concrete and asphalt paving, where ensuring proper compaction, curing, and adherence to project specifications will be key to achieving long- term durability, especially under heavy truck traffic. With extensive experience on past successful projects meeting Weld County specifications, our team is well -prepared to deliver high -quality results, We will be paving at full width, which will enhance ride quality, and approximately 90% of the pavements will be slip -formed to ensure consistency and durability that the County expects. Community Relations: Construction activities may cause temporary disruptions to local businesses, residents, and commuters. Proactive communication with the community regarding road detours, construction noise, and access will be crucial to maintaining good relations. By providing periodical construction updates, we will keep the public informed of the project progress. Environmental Considerations: Erosion control, sediment management, and minimizing environmental impacts are also important, especially in the context of stormwater management and seeding/mulching post -construction. Chris Abeyta is responsible for overall environmental compliance on all WW Clyde projects and facilities. With his expertise he will assist the team and the designated TECS with any permitting process, perform audits/inspections, and generate project environmental submittals. Past Projects 35th and O Street Roundabout WCR 6/13 Roundabout Project Project Reference: Cameron Parrott cparrott@weld.gov WCR 66 & WCR 41 Intersection Improvements AIL1/4 Project Reference: Clayton Kimmi ckimmi@weld.gov WCR 74 & WCR 33 Roundabout Project Reference: Mike Bedell mbedell@weld.gov The 35th & 0 Street Roundabout project consisted of approximately 18,000 SY of 9" PCCP, 4,000 tons of asphalt, 2,400 LF of pipe, 4,500 LF of curb and gutter, 35,000 CY of borrow material (R-40 or better), 9,000 of base, 2,400 SY of colored concrete, and one large outfall pond. Some challenges that were overcome on the project included being built right in the midst of the irrigation season, which forced us to maintain irrigation flow through the project using temporary irrigation routes and working closely with local farmers. This resulted in sections of the project being cut off. The project management team worked closely with a landowner to stop irrigation operations for roughly four days so WW Clyde could remove the temporary irrigation pipe and finish embankment operations in that area. The project was completed on time and under budget. The WCR 66 & 41 Intersection Improvements project aimed to improve visibility at a major intersection in Weld County. The scope of work included removing the existing asphalt, structures, irrigation ditches, and storm sewer lines, along with 45,000 CY of embankment and 2,500 CY of structural excavation. The project also involved installing 3,000 LF of large storm sewer pipe —including 2,700 LF of RCP ranging in size from 18" to 60" —and a triple -barrel box culvert, Additional efforts included multiple cast -in -place irrigation structures, 43,000 SY of geogrid, 15,000 tons of Class 6 base, and 11,500 SY of PCCP. Base work, asphalt, and corcrete paving were completed despite extremely wet wirter conditions, with WW Clyde/IHC Scott achieving every m lestone and finishing a month and a half aheac of schedule, saving the County approximately $1.5 million. While there were design changes throughout the project, WW Clyde working in conjunction with the County still completed the project ahead of schedule. The WCR 74 & 33 Roundabout project was originally contracted to Lawson Construction. Due to several missed schedule milestones and delays by the original contractor, WWC was asked to help the County deliver a quality project prior to the end of February 2024, After successful negotiations, WWC began work in October of 2023 and completed the remaining items of work in February of 2024, one week ahead of planned completion. WWC was able to work through the winter and completed approximately 40,580 SY of 9" Portland Cement Concrete Pavement, including 8,000 Tons of Aggregate Base Course, over 9,000 LF of curb and gutter, various drainage items and all signs and pavement markings required to comply with local state and coun Ty requirements. As a valued partner WWC and Weld County were able to work together and deliver a quality project in a timely fashion helping to restore an important travel way back to the community. Project Contro and Approach I Project Control & Approach WCR 66 & 41 Intersection Improvements Controlling Cost Self -Performance of Key Work: By self -performing the vast majority of critical construction components such as concrete paving, excavation, placement of R-40, and drainage/water improvements, we maintain greater control over schedule labor, equipment, and material costs, minimizing reliance on subcontractors. Accurate Quantity Takeoffs & Unit Pricing: Through meticulous pre -construction planning, we ensure that all materials and labor quantities are accurately estimated and aligned with unit pricing. This prevents costly overages and helps monitor expenses against the budget. Value Engineering: We integrate value engineering at every stage of the project. This includes evaluating alternative construction methods or materials that deliver the same or better quality at a reduced cost, thereby optimizing the overall value of the project. Risk Mitigation & Contingency Planning: Identifying potential risks, such as unforeseen soil conditions or utility conflicts, and establishing contingency plans ensures that unexpected issues don't result in costly delays. Early risk mitigation reduces the likelihood of change orders and additional expenditures. Efficient Scheduling & Resource Management: By coordinating equipment and workforce efficiently, we minimize idle time and maximize productivity on -site. Phased scheduling and a streamlined supply chain further reduce unnecessary expenses. Cost Monitoring & Reporting: We implement consistent tracking of expenditures through real-time cost management tools, allowing us to monitor progress and identify variances early. Weekly or bi-weekly financial reports help the project team make timely adjustments. INCA 6/13 Roundabout Project *ea Subcontractor's Cost Control Our established relationships with local asphalt contractors and traffic control companies play a crucial role in maintaining cost control throughout the project. By collaborating closely with these experienced partners, we can leverage their expertise and resources to optimize project efficiency while minimizing expenses. Our ongoing communication ensures that any potential issues are addressed proactively, allowing us to maintain budgets and timelires. Quality Control Plan Clear Quality Objectives The primary objective of the quality control plan is to ensure that all materials, workmanship, and processes meet the project specifications as outlined by Weld County and industry standards. These objectives include: • Meeting the required performance standards for Portland Cement Concrete Paving (PCCP) and other materials. • Adhering to safety standards throughout the project I ifecycle. • Ensuring durability and long-term performance of the roundabout to withstand heavy truck traffic and environmental conditions. Pre -Construction Quality Reviews Before construction begins, WW Clyde will conduct comprehensive reviews of all project specifications and drawings to ensure that all team members and subcontractors clearly understand the requirements. This includes: • Material verification: Ensuring materials (concrete, asphalt, geogrid, etc.) meet the specific performance characteristics. • Equipment calibration: Ensuring all equipment used is properly calibrated and maintained to perform precise tasks. • Identifying critical project risks and establishing quality control checkpoints. Project Control & Approach Qualified Personnel and Training All team members will undergo project -specific training to ensure they understand the quality requirements. WW Clyde will ensure that: • Key staff, such as the QC Manager and field engineers, are qualified to oversee quality processes, • Subcontractors are briefed on the quality expectations and performance standards. • Any new technologies or methods (such as Tensar InterAx geogrid installation) are handled by trained specialists. Onsite Testing & Inspections Regular inspections and testing will be conducted to maintain quality throughout the construction process: • Material Testing: Regular testing of materials, such as compressive and flexural strength tests for concrete, will be performed in the onsite Class 2 field laboratory. Concrete samples will be taken at various intervals to ensure the mix meets the project requirements. • Field Inspections: Daily inspections will be carried out by the QC team, checking the quality of the installation for the roundabout's elements, including water lines, reinforced concrete pipe, curbs, and paving. • Documentation: Each inspection will be recorded, and any discrepancies will be addressed immediately to prevent issues from progressing, WCR 66 & 41 Intersection Improvements S INCA 6/13 Roundabout Project • b Process Control NCR 74 &33 Roundabout WW Clyde will implement real-time process control to monitor work as it is completed. This will include: • Milestone checks: Critical milestones (such as the placement of R-40 materials or the installation of concrete pavement) will be tied to specific quality control checks. • Submittals and Approvals: All material and equipment submittals will be reviewed and approved by the Weld County engineer before procurement and installation. • Workmanship Monitoring: The quality of workmanship will be closely monitored during critical operations like PCCP pouring, waterline installation, and curb construction, Non -Conformance & Corrective Actions If any part of the project does not meet quality standards, a non-conformance report (NCR) will be issued: Identification: Any deviations from specifications or design will be identified and documented. • Correction: A corrective action plan will be developed and implemented immediately to rectify the issue without impacting the project timeline. • Verification: After corrective measures are implemented, the work will be re -inspected to verify compliance. Final Inspections and Acceptance Once the construction is complete, WW Clyde will conduct a comprehensive final inspection, which includes: • Testing of final paving surfaces and waterline functionality. • Joint inspection with Weld County officials to ensure all specifications are met, • Addressing any punch list items before final project handover, Continuous Improvement WW Clyde is committed to learning from every project, Upon project completion, a post -project quality review will be conducted to identify areas for improvement in future projects. Project Control & Approach WW Clyde Major Equipment EQUIPMENT DESCRIPTION QUANTITY WCR 6/13 Roundabout Project AGGREGATE BATCHER 3 AGGREGATE BIN 2 AIR COMPRESSOR I 22 ARROWBOARD 4 ASPHALT PLANT 3 ASPHALT TAN 30,000 GAL 1 ATV 7 AUGER 12 BACKHOE 11 BACKHOE-LOADER 2 BATCHER 1 BEDDING BOX 6 BLASTING SYSTEM 1 BLOWER 20 BOREWELDER 1 BORING BAR 2 BREAKER 5 BROOM /SWEEPER 18 BUCKET 13 CAB KIT 10 CARRY LIFT 1 COARSE MATERIAL WASHER 1 COMPACTION WHEEL 24 2 COMPACTOR 13 CONCRETE 3 GANG DRILL 1 CONCRETE BATCH PLANT 3 CONCRETE DOWEL BAR INSERTER 3 CONCRETE PLACER 7 CONCRETE PUMP 1 CONCRETE SAW 4 CONCRETE SCREED 4 CONCRETE SLIPFORM PAVER I 10 CONCRETE SLURRY VAC 1 CONCRETE TEXTURE CURE MACHINE 5 CONCRETE TRIPLE ROLLER TUBE 5 CONE CRUSHER 4 CONTAINER -STORAGE 17 CONVEYOR 47 CONVEYOR-STACKABLE 29 CRANE 3 CRUSHER IMPACTOR 1 CRUSHER JAW 4 CUT OFF SAW 3 CUTTING HEAD -HYDRAULIC 3 DISC 4 DISPENSING SYSTEM 55 GALLON PUMP 3 12 EQUIPMENT DESCRIPTION QUANTITY DRUM ROLLER. 7 DUST COLLECTOR 1 ELECTRIC MAST 1 ELEVATOR 1 EPDXY EXTRUDER AST 7 EXCAVATOR 63 FEEDER 7 FORKLIFT 6 FUSION MACHINE 2 GENERATOR 37 GRADER 8 GRINDER 1 GROUT PLANT 1 GROUT PUMP 2 GUPPY 19 HAMMER 14 HEATER 2 INSTALLER NEOPRENE 1 IRON WORKER. WI TOOLING 1 LAYDOWN MACHINE 3 LEVELER 1 LIGHT PLANT 6 LIGHT TOWER -PORTABLE 3 LOADER 72 LOADER SKIDETEER 17 MAGNA MELTER 1 MANLIFT 1 MIXER -HORIZONTAL 3 OSCILLATOR TOOLING 1 OVERHAUL 18 PAN SCRAPER 2 PIN PRESS 150 TON 1 PIPE LASER 12 PRESSURE WASHER 3 PROFILOGRAPH 4 RIPPER 2 ROLL -BACK 1 ROLLER -PNEUMATIC 1 SAND BLAST POT 5 SAND BLASTER 1 SAW WALK BEHIND 1 SAW -RIDER 17 SCALE 1 SCRAPER 18 SCREEN 3 -DECK 3 SCREEN PLANT 4 WCR 6/13 Roundabout Project -� r WW Clyde Major Equipment Cont. EQUIPMENT DESCRIPTION QUANTITY DOZER 27 DOZER W/ RIPPER 2 DRILL 13 DRILL-EZ 3 DRILLING RIG 6 DRILL -PORTABLE 1 DRONE 5 SPLITTER BOX 2 STEAM CLEANER 1 STEAM CLEANER-HYDROBLASTER 1 TANDEM AXLE 1 TELESCOPIC HANDLER 1 TILT MIXER I 3 STEAM CLEANER-HYDROBLASTER 1 TANDEM AXLE 1 TELESCOPIC HANDLER 1 TILT MIXER 3 TINY SURVEYOR 1000 9 TOTAL STATION 12 TRACTOR 8 TRACTOR TRANSPORT 1 TRAILER 51 TRAILER BASKET/FORM 3 TRAILER BATCH PLANT CONTROL 1 TRAILER BELLY DUMP 1 TRAILER BLANKET 6 TRAILER BOILER VAN 1 TRAILER BOOSTER 16 TRAILER DROP DECK 4 TRAILER FLATBED 6 TRAILER FLATBED W/DUMP 2 TRAILER GOOSENECK 19 TRAILER LOWBOY VARIOUS SIZES 15 TRAILER MECHANICS 1 TRAILER OFFICE 7 TRAILER POWER WASH 3 TRAILER PROFILOGRAPH 1 TRAILER SAW TANDEM 6 TRAILER SIDE DUMP 16 TRAILER STEP DECK 9 TRAILER STORAGE 5 TRAILER STORAGE 7 TRAILER TILT DECK 8 TRAILER UTILITY SAW 2 TRAILER VAN CRUSHER W/CROWS NEST 1 TRAILER VAN GENERATOR 3 EQUIPMENT DESCRIPTION SCREENING PLANT -HORIZONTAL SEAL PUMP SEALANT MACHINE SHOTCRETE MACHINE SHUTTLE BUGGY SILO SONIC GUIDANCE SYSTEM TRANSPORT TRASH PUMP TRENCH BOX VARIOUS SIZES TRIPLE DECK SCREEN PLANT TRUCK SAW CUTTING TRUCK ARTIC TRUCK ARTICULATED TRUCK BUMP TRUCK DISTRIBUTOR TRUCK DUMP TRUCK FLATBED TRUCK FORMSETTER TRUCK FUEL LUBE TRUCK HAUL TRUCK INLET CREW TRUCK MECHANIC TRUCK MOUNTED DRILL RIG TRUCK PICKUP TRUCK PLOW TRUCK ROCK DRILL TRUCK SCALE CONCRETE DECK TRUCK STRUCTURAL TRUCK TRACTOR TRUCK UNLOADING SYSTEM TRUCK UTILITY TRUCK VACUUM FLATBED TRUCK WATER TRUCK WELDING TRUCK -BOOM VACUUM EXCAVATION SYSTEM VACUUM HEPA VAN VEHICLE UTILITY VIB ROLLER WATER MISTING MACHINE W/GENERATO WATER PUMP WATER STORAGE TANK WATER TOWER WELDER QUANTITY 1 8 1 1 8 44 2 26 1 3 47 1 379 1 14 1 42 7 1 67 5 2 1 10 7 13 1 5 5 9 8 13 Work Location and Familiarity Work Location/Familiarity WCR 6/13 Roundabout Project Intermountain: [Headquarters] 869 N 1500 W, Orem, UT 84057 Great Plains: 1030 E Dry Creek Rd, Ste 300, Englewood CO 80112 W.W. Clyde & Co.'s corporate office is located in Orem, Utah, with divisional offices in Englewood, Colorado; Greeley, Colorado (in Weld County); Show Low, Arizona; and Mesa, Arizona. All resources for this project will be deployed out of the Englewood and Greeley offices. The project team will be under the direct leadership of Cameron Thompson, who is not only a Weld County resident but also has a strong working understanding of Weld County's policies and construction criteria. WW Clyde/IHC had a strong influence when Weld County began writing concrete paving specifications and has since built nine projects for the county. This experience has given our team a unique understanding of the expectations required to successfully complete a project. We are confident that the team we have assembled for this project, under Cameron and Zack's leadership, WW Clyde will meet and/or exceed the County's expectations. As mentioned above, Cameron and many of our employees are Weld County residents and are involved with the farming and ranching community in Weld Southwest: 4030 E Quenton Dr, Ste 101-A, Mesa AZ 85215 County. This involvement allows him and his team to maintain personal relationships with the locals and the general public. As residents, Cameron and his team have a vested interest in the quality, timeliness, and continued development of Weld County's infrastructure and its growth. WW Clyde has completed many projects in Weld County and has a strong understanding of the expectations for QC testing, including one -point density testing, proof rolling to ensure subgrade stability, R -value sampling, topsoil testing, concrete plastic properties testing, and additional cylinders to mitigate risks for us and the County. We pride ourselves on meeting smoothness requirements and are familiar with MIT scanning requirements, thickness requirements, and the PC notebook. Rebecca and Jason Beverly have a strong understanding of the QC requirements needed and are well -versed on the County's reporting requirements. WW Clyde will ensure that all Federal, State, and Local procedures will be followed. • 35th and 0 Street Roundabout WW Clyde has completed 9 Weld County Projects 1 Required Forms Schedule E - Proposal Form Proposal Submittal Instructions The following items must be completed and submitted with your Proposal on or before the opening deadline of 10:00 a.m. (Purchasing's Clock) on November 4, 2024: 1. Schedule E: Proposal Form 2. Schedule H: Forms Due with Proposal 3. Any issued Addenda must be completed/acknowledged. 4. All other items as requested in the Bid Specifications and/or Scope of Work. A current W9 is required from each Contractor submitting a Proposal. Failure to include any of the above items upon submittal of the Proposal may result in the Proposal being incomplete, non -responsive, and the Proposal being rejected. If there are any exclusions or contingencies submitted with the Proposal, it may be disqualified. SAM Database Proposers must be registered in the System for Award Management (SAM) database. In the space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS #: 007939424 Fees G Proposal Schedule Provide fees for this project in the Proposal Schedule below: NOTE: The following are items of work to be completed by Weld County: 1. Materials Quality Acceptance (QA) and Independent Assurance (IA) Testing. 2. Construction Inspection. 2 Bid Tabulation (Revised 10-28-2024 Item No Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 201-00000 CLEARING AND GRUBBING LS 1 $100,000 00 $100,000 00-- 202-00030 REMOVAL OF PIPE (WATER) LF 4,564 $19 00 $86,716 09 202-00035 REMOVAL OF PIPE LF 203 $61 00 $12,383 00 202-00220 REMOVAL OF ASPHALT MAT (FULL DEPTH REMOVAL) SY 22,202 $4 50 $99,909 09 202-00240 REMOVAL OF ASPHALT MAT (PLANING) (2 INCH MILL) SY 1,600 $6 00 $9,600 09 202-00810 REMOVAL OF GROUND SIGN EACH 14 $90 00 $1,260 09 202-01000 REMOVAL OF FENCE LF 3,157 $3 00 $9,471 09 203-00000 UNCLASSIFIED EXCAVATION CY 34,552 $24 00 $829,248 00 203-00050 UNSUITABLE MATERIAL (MUCK) (CONTINGENCY) CY 7,977 $33 00 $263,241 00 203-00060 EMBANKMENT MATERIAL CY 25,401 $42 00 $1,066,842 0I 203-00500 ROCK FILL (57-67) (CONTINGENCY) CY 3,626 $79 00 $286,454 09 203-00510 ROCK FILL (3 INCH MINUS) (CONTINGENCY) CY 3,626 $59 00 $213,934 09 203-01100 PROOF ROLLING HOUR 60 $105 00 $6,300 09 203-01500 BLADING HOUR 40 $218 00 $8,720 09 203-01594 COMBINATION LOADER HOUR 40 $178 00 $7,120 00 203-01597 UTILITY POTHOLING HOUR 100 $263 00 $26,300 0 203-02330 LABORER HOUR 80 $55 00 $4,400 0 207-00205 TOPSOIL (REDISTRIBUTE) (9 INCHES) CY 12,835 $15 00 $192,525 00 207-00210 STOCKPILE TOPSOIL CY 16,325 $8 00 $130,600 0 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 8,730 $5 50 $48,015 0 208-00020 SILT FENCE LF 1,000 $1 50 $1,500 0 208-00035 AGGREGATE BAG LF 2,000 $6 00 $12,000 00 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EACH 2 $10,000 00 $20,000 09 208-00051 STORM DRAIN INLET PROTECTION (TYPE 1) LF 272 $8 00 $2,176 09 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EACH 4 $15,000 00 $60,000 00 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR 40 $55 00 $2,200 09 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) HOUR 40 $102 00 $4,080 00 208-00106 SWEEPING HOUR 160 $180 00 $28,800 09 208-00207 EROSION CONTROL MANAGEMENT (ECM) DAY 150 $2,500 00 $375,000 00 Item No. 208-00300 TEMPORARY BERM Item Description Unit LF Proposal Quantity 8,519 Unit Price ($) 210-00010 212-00702 212-00706 213-00002 RESET MAILBOX STRUCTURE BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) SEEDING (NATIVE)(DRILL) MULCHING (WEED FREE HAY) EACH LBS ACRE ACRE $1.00 Total Price ($) $8,519.00 1 53,010 11/8 11.78 $320.00 $1.20 $800.00 $1,650.00 $320.00 $63,612.00 $9,424.00 $19,437.00 216-00201 304-06000 403-33841 403-34851 412-00801 412-00900 SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE CLASS 1) AGGREGATE BASE COURSE (CLASS 6) (VIRGIN) HOT MIX ASPHALT (GRADING S)(100)(PG64-22) HOT MIX ASPHALT (GRADING SX)(100)(PG64-28) CONCRETE PAVEMENT (8 INCH) (SPECIAL, OMAHA TAN) CONCRETE PAVEMENT (9 INCH) SY TON TON TON SY SY 40,270 13,343 2,684 1,048 2,808 25,677 $3.00 $43.00 $90.00 $109.00 $165.00 $95.00 412-00901 420-00132 420-00300 CONCRETE PAVEMENT (9 INCH) (SPECIAL, DAVIS RED) GEOTEXTILE (SEPARATOR) (MIRAFI FW 300) (CONTINGENCY) GEOTEXTILE (REINFORCEMENT) (TENSAR INTERAX NX 650) SY SY SY 585 8,000 36,371 $160.00 $5.00 $8.00 $120,810.00 $573,749.00 $241,560.00 $114,232.00- $463,320.00 $2,439,315.00 $93,600.00 $40,000.00 $290,968.00 506-00030 506-00212 506-00412 601-03000 602-00020 603-01180 603-02180 603-02180 603-02240 603-02240 603-02300 603-05018 GROUTED RIPRAP (12 INCH) RIPRAP (12 INCH) SOIL RIPRAP (12 INCH) CONCRETE CLASS D REINFORCING STEEL (EPDXY COATED) CY CY CY CY LBS. 170 259 26 64 1,419 $330.00 $260.00 $275.00 $3,000.00 $7.00 $56,100.00 $67,340.00 $7,150.00 $192,000.00 $9,933.00 18 IN RCP 23x14 IN HERCP 23x14 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 30x19 IN HERCP 30x19 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 38x24 IN HERCP (SPECIAL) (STRENGTH CLASS 4) 18 IN REINFORCED CONCRETE END SECTION a LF LF LF LF LF LF EACH 683 88 86 267 40 380 4 $210.00 $260.00 $235.00 $310.00 $320.00 $350.00 $4,000.00 $143,430.00 $22,880.00 $20,210.00 $82,770.00 $12,800.00 $133,000.00 $16,000.00 Item No Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 603-05118 23x14 IN REINFORCED CONCRETE END SECTION ELLIPTICAL EACH 2 $4,500 00 $9,000 00 603-05124 30x19 IN REINFORCED CONCRETE END SECTION ELLIPTICAL EACH 5 $5,500 00 $27,500 00 - 603-05130 38x24 IN REINFORCED CONCRETE END SECTION ELLIPTICAL EACH 5 $6,500 00 $32,500 06 604-00505 INLET CDOT TYPE D EACH 1 $19,000 00 $19,000 0I' 604-14005 INLET DOUBLE COMBO (5 FOOT DEEP) EACH 6 $15,000 00 $90,000 00 604-19205 INLET TYPE R L 10 FT (5 FT DEEP) EACH 1 $21,000 00 $21,000 00 604-19305 INLET TYPE R L15 (5 FT DEEP) EACH 1 $22,000 00 $22,000 0I 604-30005 MANHOLE (6' DIAMETER, 6 5 FOOT,DEEP) EACH 5 $20,000 00 $100,000 00 607-01010 FENCE BARBED WIRE WITH METAL POSTS (SPECIAL) LF 3,136 $6 00 $18,816 00 607-11525 FENCE (PLASTIC) LF 1,000 $3 00 $3,000 0 607-11530 FENCE (SPECIAL) (SMOOTH WIRE) LF 1,213 $7 00 $8,491 0 607-11581 FENCE (TEMPORARY)(SPECIAL) LF 4,349 $6 00 $26,094 0 609-20010 CURB TYPE 2 (SECTION B) LF 314 $115 00 $36,110 09 609-20011 CURB TYPE 2 (SECTION M) LF 408 $120 00 $48,960 09 609-21010 CURB AND GUTTER TYPE 2 (SECTION I -B) LF 2,759 $52 00 $143,468 04 609-21020 CURB AND GUTTER TYPE 2 (SECTION II -B) LF 5,514 $55 00 $303,270 09 609-71001 CONCRETE APRON AT END OF CURB AND GUTTER TO GROUTED RIPRAP EACH 8 $330 00 $2,640 0Q 612-00042 DELINEATOR (FLEXIBLE, TYPE II) (SHUR-FLEX) EACH 75 $75 00 $5,625 00 612-00043 DELINEATOR (FLEXIBLE, TYPE III) (SHUR-FLEX) EACH 15 $77 00 $1,155 00 613-00400 4 INCH ELECTRICAL CONDUIT LF 401 $135 00 $54,135 0I 614-00011 SIGN PANEL (CLASS I) SF 105 $49 00 $5,145 09 614-00012 SIGN PANEL (CLASS II) SF 284 $78 00 $22,152 00 614-00218 STEEL SIGN POST (2 25 x 2 25 INCH SQUARE TUBING) LF 588 $27 00 $15,876 00 619-06045 FITTINGS (4 !NCH) (MJ x MJ) EACH 7 $2,600 00 $18,200 00 619-50320 4 INCH PLASTIC PIPE (WATERLINE) (C900) (DR14) LF 1,880 $68 00 $127,840 00 619-50326 DISINFECTION AND HYDROSTATIC TESTING LS 1 $8,000 00 $8,000 00 Item No 619-75032 620-00002 Item Description Unit GATE VALVES (4 INCH) (MJ x MJ) FIELD OFFICE (CLASS 2) FIELD LABORATORY (CLASS 2) SANITARY FACILITY EACH EACH Proposal Quantity Unit Price ($) Total Price ($) 5 $3,800 00 $100,000 00 620-00012 620-00020 622-00270 625-00000 626-00000- 627-00005 627-01011 627-30205 629-01005 630-00000 630-00016 630-10122 630-80375 700-70010 700-70013 700-70016 700-70018 700-70019 700-70380 927-00170 BOLLARD CONSTRUCTION SURVEYING EACH EACH EACH LS 12 $50,000 00 $3,000 00 $2,000 00 $204,000 00 $19,000 OC $100,000 oq $50,000 00 $3,000 00 $24,000 oq $204,000 Od $900,000 oq- MOBILIZATION EPDXY PAVEMENT MARKING (MODIFIED) PREFORMED PLASTIC PAVEMENT MARKING TYPE II (INLAID) PREFORMED THERMOPLASTIC PAVEMENT MARKING TYPE I (INLAID) SURVEY MONUMENT (TYPE 5) FLAGGING TRAFFIC CONTROL (SPECIAL) VARIABLE MESSAGE BOARD CONCRETE BARRIER (FURNISH AND INSTALL) F/A MINOR CONTRACT REVISIONS F/A CONCRETE PAVEMENT INCENTIVE F/A FUEL COST ADJUSTMENT F/A PCCP SMOOTHNESS INCENTIVE F/A ASPHALT CEMENT COST ADJUSTMENT F/A EROSION CONTROL PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, AND 603 LS GAL SF SF EACH HOUR LS EACH LF FA FA FA FA FA FA DAY 86 5,899 1,049 400 8 160 - 150 $900,000-00 $220 00 $27 00 $27 00 $2,600 00 $45 00 $120,000 00 $6,000 00 $100 00 $800,000 00 $83,000 00 $60,000 00 $72,000 00 $15,000 00 $150,000 00 $100 00 $18,920 od $159,273 00 $28,323 00 $2,600 00 $18,000 od $120,000 00 $48,000 00 $16,000 oq $800,000 00 $83,000 Oq $60,000 09 $72,000 Oil, $15,000 Od $150,000 0l $15,000 00 Table Note Include all Force Account (F/A) items and amounts in the total Proposal amount Total Proposal Amount ($) $13,227,366 00' TOTAL PROPOSAL (WRITTEN WORDS) Thirteen Million, Two Hundred Twenty Seven Thousand, Three Hundred Sixty Six Dollars and Zero Cents Fees — Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. x NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment YES, I choose to accept Asphalt Cement Cost Adjustments for this project. x NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal No. # B2400134. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. The person signing the Proposal is authorized to bind the below -named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F — Insurance and Bonds. 5. Acknowledgment of Schedule G — Weld County Contract. 6. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: W.W. Clyde Et Co. Address: 10303 E Dry Creek Rd, Ste 300, Englewood, CO 80112 Phone 303-279-0901 __ ext 3 estimatingwwcgp@wwclyde.net Email: 87-0123690 FEIN/Federal Tax ID #: CONTRACTOR By: Name: Aaron Burt Incorporated in Utah Title: Director of Preconstruction 11/4/2024 Date of Signature Schedule H - Forms Due with Proposal All forms in Schedule H - Forms Due at Proposal Submission must be completed and submitted with your proposal response. Failure to complete and provide all forms during the Proposal submission will result in your Proposal being considered non -responsive which will eliminate the vendor from consideration of award. The forms in this schedule are: 1. Bid Bond 2. IRS Form W-9 3. Title 49, CFR, Part 29 Debarment and Suspension Certification 4. Certification of Compliance with Equal Opportunity Clause Requirements 5. Statement of Qualifications and Subcontractors 6. Form 605 — Weld County Contractor's Performance Capability Statement 7. Anti -Collusion Affidavit (CDOT Form #606) 8. Form 621 — Weld County Assignment of Antitrust Claims 9. Bidders List (CDOT Form #1413) Bid Bond WCR 6/13 Roundabout Project KNOW ALL MEN BY THESE PRESENTS, that we, W.W. Clyde & Co. as Principal, hereinafter called the Principal, a Corporation [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and Travelers Casualty and Surety Company of America [SuretyCom an Name , a cor oration dul Company l p duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent of Accompanying Bid Dollars Dollars ($ 5% of Bid 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 November 4 , 2024 for the WCR 6/13 Roundabout 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 4th day of November ,2024 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. W.W. Clyde & Co. Signature. Title: 10`ar-ec` ATTEST: I/A. orc ?ectnthe &,o v\ By: eSktetteriby\ Y\Ar Solicitation # 82400134 ..n..� v -- .� �...... :LiY.►- Page 44 Surety Travelers Casualty and Surety Company of America ,_ Signatur Pe' Title: attorney-in-F`act =� � / ,-. i ATTEST;- : /(444/Abil C.____ - By: Danielle Marchant maappa.a-wlkaay.•41.. lama it. -Ia.aaa...41 aaleltraaat Li H•S...usadmit. i..iateaaP!ft arwasti. Solicitation # B2400134 J •..a i..ur.asw •?a. a.• ca.J1.\..rsa7r—...1s..'w•—ra.i18..aaWiti*ST - 3— . a a L r Page 45 Travelers Casualty and Surety Company of America TRAVELERS Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Compare "), and that the Companies do hereby make, constitute and appoint Katlyn Bigelow of SALT LAKE CITY , Utah their true and lawful Attorneys) -in -Fact to sign, execute, seal and acknowledge any and all bonds recognzances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their busine s of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and unde akings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Co panies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021 C7 State of Connecticut By City of Hartford ss Robert L Rane , enior Vice President On this the 21st day of April 2021, before me personally appeared Robert L Raney, who acknowledged himself to be the Senor Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 Ow Anna P Nowik, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman , the President, any Vice Chairman, any Executive Vice President any Senior Vice President any Vice President any Second Vice President the Treasurer, any Assistant Treasurer the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to pct for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, reengnizances contracts of indemnity, and other writings obligatory in the nature of a bond recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and evoke the power given him or her and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in wrrting and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond recognizance, contract of indemnity or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority and it is FURTHER RESOLVED, that the signature of each of the following officers President any Executive Vice President, any Senior Vice President, any Vice President, any Assistant blce President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executi g and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing sue facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile si nature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attachgd I, Kevin E Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect Dated this 4th day of November , 2024 Kevin E Hughes, Assi tart Secretary To verify the authenticity of this Power of Attorney, please callus at 1-800-421-3880 Please refer to the above -named Attarney(s)-m-Fact and the details of the bond to which this Power of Attorney is attached. Form -9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irtgrov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. r<i 4) is as a 0 .4% O L g c a. U a N cn 1 'acne ias shown r:-i your neome tax return) Name is requ:rod on firms line; Ou not leave t it% hr,c.t blank, W. W. Clyde & Co. 2 Business narnee riisregarderi entity came, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor or single -member LLC O C Corporation n s Corporation n Partnership TrusUestate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the L..C is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC rha: is disregarded from the owner should check the appropriate box for the tax classification of its owner I O :ner (see instructions) I 5 Address (number, street, and apt. or suite no.) See instructions_ 10303 E Dry Creek Rd 11300 6 City. state, and ZIP code Englewood, CO 80112 7 List account, n' mberis► here (opt oral'? 4 Exemptions (codes apply only to certain entities, not individuals, see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) ;4ppltes to accounts main:aa+ed outstare the (1.S.) Requester's name and address (optimal i WW Clyde &Y Co. 10303 E Dry Creek Rd #300 Englewood, CO 80112 Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 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 entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part II Certification Social security number i or Employer identification number [eJ i 1 2 b 0 Under penalties of perjury, I certify tnat: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service ORS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c; the IRS has notified me that i am no longer subject to backup withholding; and 3. i am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person General Instructions Section references are to the Internal Revenue Code unless otherwise riot eel Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An 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 (SSN), individual taxpayer identification number ((TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan 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 are a U.S. person (including a resident alien), to provide your correct TIN, If you do not return Form W-9 to the requester with a TiN, you might be subject to backup withholding. See What is backup withholding, ,a ter. Cat. No 10231X Form W-9 (Rev. 10"2018) Title 49, CFR, Part 29 Debarment and Suspension Certification (To be signed by authorized signatory of Bidder/Proposer) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: 1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. 2. Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years. 3. Does not have a proposed debarment pending. 4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years. 5. Has not within the past 3 years had one or more public transactions (federal, state, or local) terminated for cause or default. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of Award but will be considered in determining Proposer's 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: 11/4/2024 Signature Aaron Burt Incorporated in Utah Director of Preconstruction Title Certification of Compliance with Equal Opportunity Clause Requirements (To be signed by authorized signatory of Bidder/Proposer) The Bidder/Proposer certifies that (1) [it/he/she] has XX has not developed affirmative action programs on file at each establishment pursuant to 41 CFR § 60-4 and (2) [it/he/she] has XX has not participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, (it/he/she] has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: 11/4 , 2024 Bidder/Proposer Name: W.W. Clyde & Co. Signature: Aarourt Incorporated in Utah Title: Director of Preconstruction Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by Bidders/Proposers only in connection with contracts which are subject to the equal opportunity clause. Contracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.6. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed contractors who have participated in a previous contract or subcontract subject tc the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Statement of Qualifications and Subcontractors DATE OF THIS STATEMENT 11/4/2024 All questions herein must be answered by all bidders and the information given must be legible, clear in mea ing and comprehensive The bidder will not be given the opportunity to further explain or de rid any answers beyond the time that this statement is submitted with the bid This statement rust be notarized. Questions may be answered on separate attached sheets if necessary pie 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 th Contract Documents will be awarded to the bidder who provides the best value as determinedly the County The County reserves the right to waive informalities and/or irregularities and to reject any or all bids 1 Name of Proposer w w dude a co 2 Type of Entity Corporation 3 Permanent main office address 10303 E Dry Creek Rd, Ste 300, Englewood, CO 80112 Phone Number 303-790-9100 ext 3 Fax Number 303-279-0901 4 Year Company was organized 1926 5 Number of year this Company has been engaged similar construction 98 6 Under what firm, company or trade names has this company been engaged in this type of construction, ho long under each name and how long has each company been bonding work? W W Clyde a Co 98 years 7 List all projects that the Company has under contract at the present time Show the contract amount and the anticipated date of completion for each Project re Please see Attachment A Contract Amount Completion Date 8 List all contracts which were not completed by the contracted and completion date Include the project description and state the number of days beyond the contract completion date None 9 List all contracts within the last 5 years for which liquidated damages were assessed or may be assessed None 10 List all contracts within the last 5 years during which or after which the Company filed a protest with the owner None 11 List all contracts within the last 5 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request None 12 Has any owner, as party to any of the Company's contracts within the last 5 years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc , or attempted to have the performance bond invoked? If yes, explain in detail No 13 Describe all contracts that the Company failed to complete None 14 Describe all contracts on which the Company defaulted or from which the Company was terminated None 15 List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time List the project name, location, projectsuperintendent, owner's representative and phone number, date completed and contract amount for each project Project Name WCR 33 Ft 74 Roundabout Location Weld County Supt Owner's Representative Michael Bedell Completion Date 2/2024 Project Name CR66 8 CR41 Intersection Location Weld County Owner's Representative R Everett Completion Date 6/2023 Project Name 35th and 0 St Roundabout Location Weld County Owner's Representative Cameron Parrott Completion Date: 10/2022 Phone 970-400-4222 Contract Amount $5,634,982 00 Supt Phone 970-400-4222 Contract Amount $12,821,473 00 Supt Phone 970-400-3745 Contract Amount $7,403,933 00 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 WORK DESCRIPTION % OF WORK Asphalt Specialties Milling a Asphalt Paving 3 4 Arnolds Ag AWP Safety Colorado Barncade Erosion Control a Landscaping 2 44 Signs Et Traffic Control 1 48 Pavement Marking 1 55 17 List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc PERTINENT NAME Zach Votaw Jason Beverly Rebecca Dusak Jason Daigneault TITLE Senior Project Manager YRS EXPERIENCE 13 Years Area QC Manager 20 Years Deputy Project Manager 13 Years Project Superintendent 16 Years 18 List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company None 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 4th day of November , 2024 Bidder w w Clyde Et co Company By: Signature Name: Aaron Burt Incorporated in Utah (Please Type) Title: Director of Preconstruction NOTARY County of Arapahoe ) } ss. State of Colorado ) Aaron Burt being duly sworn, deposes and says that they are (Name) Director of Preconstruction Of W.W. Clyde Et Co. (Title) (Company Name) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this 4th day of November 2024. (SEAL) KYMBERLY JOHNSON NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20194034257 MY COMMiS,SIDN EXPIRES SEPTEMBER 06, 2027 Current Projects W.W. Clyde Et Co. ATTACHMENT A Job Name LAA Reconstruct TWY A Project Number Owner/Address 63801-24GP Southeast Colorado Regional Airport 102 E Parmenter St, Lamar, CO 81052 719-336-7701 Contract Start Date Contract Amount Project Description Sep 2024 3,055,195 4,930 c,y. earthwork; 340 1.1. RCP; 1,070 c.y. base course; 4,000 1.f. PVC conduit; 5,780 s.y. concrete paving; electrical. Ogallala -Roscoe 63401-24GP Nebraska Department of Transportation P.O. Box 220, Gering, NE 69341 775-888-7460 Jul 2024 48,303,264 245,750 c.y. earthwork; 406,454 s.y concrete paving. Percentage Complete Projected Completion Date 81% 2024 Annual Landside Rehab US24/SH21 Airport Interchange 64203 - 24G P 63201-24GP City & County of Denver Dept of Aviation 8500 Pena Blvd, Denver, CO 80249 303-342-2200 Colorado Department of Transportation 5615 Willis Blvd, Pueblo CO 81008 Ferguson 719-562-5568 Shane Aug 2024 May 2024 2,860,550 48,745,236 Guardrail, asphalt, concrete repairs. 183,000 c.y. earthwork; i bridges; 45,000 s.y. 8" PCCP. 2% 3% 10% Canyons F4 Utilities & Roads 68304.24GP Hines 1515 Wynkoop St, Ste 800, Denver, CO 80202 Chris Kalmbach 720-932-0522 Jun 2024 10,118,021 84,000 l.f. 8" sanitary sewer main; 7,520 l.f. 8" waterline main; 294 residential services; 3,470 18"-54" RCP storm; 18,000 1.f utility main line; 4,260 Lf. PVC sleeving; 19 structures; 16,980 ton base course; 15,035 combo curb and gutter and walk; 1,705 s. j. trail; 9 ADA ramps. 30% Nov 2024 Sep 2026 Feb 2025 Mar 2026 Mar 2025 Thornton Segment A Waterline 66102-24GP City of Thornton Center Dr, Thornton, CO 80229 9500 Civic Sep 2024 Independence F4 Canyons South F4 Craft Companies 68601-24GP 1787 S Broadway, Ste 200 Denver, CO 80210 Jac Saltzgiver 719-351-8522 68303-24GP Tyalor Morrison 400 Inverness Pkwy, Ste 350, Englewood, CO 80112 Pete Klymkow Canyons South N 68301-24GP Hines 1515 Wynkoop St, Ste 800, Denver, CO 80202 Chris Kalmbach 720-932-0522 Apr 2024 Mar 2024 68,484,534 12 miles of 42" steel welted water line; 11 tunnels. 1% 11,461,867 1,196,226 1,134,835 c.y. earthwork 6,645 l.f. 8"-10" sanitary sewer main; 6,240 l.f. 4" irrigation main; 6,765 1.f. 8" waterline main; 420 residential services; 2,545 Li. 18"-42' RCP storm; 15 structures; 11,925 1.1. combo curb and gutter; 3,230 1.f. Sidewalk; 350 1.1. trickle channel. 447,095 c.y. earthwork. Oak Street Storm Water Improvements 66701-24G P City of Fort Collins 215 N Mason St, 2nd Floor, Fort Collins, CO 80522 Gerry Paul 970-221-6775 Mar 2024 Jul 2024 2,537,948 672,780 c.y. earthwork. 27,816,543 45% 31% 15,000 1.1. sanitary sewer main; 21,000 1.f. water main; 10,000 Li. RCP storm; 11,000 c.y. concrete flatwork. 69% 5% Ft. Carson TEMF 63203-23GP HHI 736 W Harnsville Rd, Ogden UT 84404 Brian Morns 385-333-4400 Aug 2024 3,439,534 Subcontractor 25,030 s.y. concrete pavement; 785 1.f. curb. 23% May 2026 Feb 2025 Dec 2024 Dec 2024 Aug 2026 Feb 2026 Parterre Phase 1 68502-23GP Hines 1144 15th St, Ste 2600, Denver, CO 80202 Ryan Marsh 720-480-2699 2022 On Call Airfield Construction Services I-80 Bushnell - West Kimball City & County of Denver Dept of Aviation 224086P 8500 Pena Blvd, Denver, CO 80249 303-142-2200 Nebraska Department of Transportation 22308GP P.O. Box 220, Gering, NE 69341 775-888-7460 May 2023 28,470,969 Installation of sanitary sewer, water line, storm, and roadways for 478 future homes as well as regional improvements to Parterre Parkway and Quebec Street. The project requires approximately 15,000 1t of sanitary main, 21,000 1.1. of RCP and 11,000 c.y. of concrete flatwork. 1-80 Lexington - Overton Nebraska Department of Transportation 22309GP P.O. Box 220, Gering, NE 69341 775-888-7460 Nov 2022 Sep 2022 Sep 2022 varies by task order 3 year contract to provide on -call airfield services. 44,838,569 Grading; concrete paving; 8 culverts; seeding; guardrail; electrical; signing 64% 66% 82% 43,924,505 Grading; concrete paving; 8 culverts; seeding; guardrail; electrical; signing. Nov 2025 Nov 2025 Mar 2025 95% June 2025 Form 605 -- Weld County Contractor's Performance Capability Statement Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Prgcct a B2400134 1 List names of partnerships or joint ventures X ' . i : 'f' 2 last decreases in the contractors fiscal or workmanship qualificat;ons compared to the last prequalificatson statement submitted to Weld County (Attach additional sheets if recessary ) a Key personnel changes X rone .. _ .. ... IR. -- -- •n- n Key equipment changes X none - - r --- - - 0 Fiscai capability changes (legal actions etc; ) X rone ._. _ �____. _ . - ___ ___........_,..__.. ....w... ...._._.___._r d Other changes that may effect the contractors ability to perform work X none ws I DECLARE UNDER PENALTY OR FEDERAL LAWS BEST OF MY KNOWLEDGE THAT OF THE STATEMENTS PERJURY IN THE SECOND DECREE. AND MADE ON THIS DOCUMENT ANY OTHER APPLICABLE ARE TRUE AND CORRECT STATE TO THE ,:nntractor; firm or W.W. Clyde :ter -_any name Et Co.Dr Aaron Burt 10 / 4 / 2024 T=try Director of - Preconstruction 'hd Contr3etct c arm N/A or company name of tont venture) '%i 3t`' :t!r. Weld Poem 1605 it 70 Form 606 -- Weld County Anti -Collusion Affidavit WELD COUNTY ANTI -COLLUSION AFFIDAVIT iwQker B2400134 t_C`CAT►ON WCR 6 & WCR 13, Weld County, CO 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 armed at independently, without consultation, commL nication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm 3A No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid 5 My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project 6 My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person. whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7 I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion: agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8 I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Weld County, of the true facts relating to submission of bids for this contract I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TD THE BEST OF MY KNOWLEDGE. Contr,^ictor ; Iinn Of rOOitlany •iaMi+ W.W. Clyde Ft Co. fitly Aaron Burt Director of Preconstruction D }r 10/4/2024 nd contrar_tt'r'e Rrrn or r_-nrripany narnof {tt;oint N/A v' ntJrt ) nv Sworn to before me this 4th day of, November 2024 Notary Public My commission exprus 9/6/2027 NOTE: This document must be signed in ink. KYMBERLY JUHNSCN NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20194034257 _ }MMI IQN EXPI` S _3E&?JEM6 R 06 2027 Weld Form *60x6 1rkfl Form 621 - Weld County Assignment of Antitrust Claims Weld County ASSIGNMENT OF ANTITRUST CLAIMS Ppo rcr No B2400134 Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder 1 Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by Weld County pursuant to this contract. 2 Contractor hereby expressly agrees. a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an ant trust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise in writing - (1 ) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld Courty hereunder; and Promptly to Day over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder. 3 Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing. (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractors km or company name W.W. Clyde & Co. Title ')am0 Aaron Burt 11/4/2024 Director of Preconstruction 4 2nd wrttractor% Arm or company twins Or 10114 .nnturo ) N/A By 4 _ Date %Mid Form 0621 1`10 Form 1413 -- Weld County Bidder's List Weld BIDDERS County LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Date WCR 6/13 Roundabout Project B2400134 11/4/2024 Contractor W.W. Clyde E Co. Region 4 Suacontractorc/SuppiierslVendors: rejected. The bidder must list all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being Firm Name Email Work Proposed (Select all that apply) DBE (Y/N) Selected (YIN) Master Builders ken.campbell@masterbuilders.c om Admixture Supply N Y Core Et Main jason.verkler@coreandmain.co m Materials Y Y Winwater mastute@winwaterworks.com Construction Materials N Y American Highway mark.brinkman®americanhighw . com Embed Materials Y s Y CMT tarry@cmthighway.com Embed Materials N N Barton s jingraham@barton-supply.com Embed i Materials N N Ferguson Waterworks andrew.smith1@ferguson.com - Construction Materials y Y Bowman Construction Supply davidh@bowmanconstructionsu PP l ycom Fabric Materials N N Mountainland jack.knaub@mountainland.com Geogrid Materials Y N GS Quality Welding Gsquality@outlook.com r Fabricated Metals Y N Oldcastle Precast clint.noe@oldcastle.com RCPMaterials N y Rinker harrison.hayes@rinkerpipe.com RCPMaterials N Y Foley Products nate.intfen@foleyproducts.com RCPMaterials N N Burnco Ready Mix bill.schell@burnco.com Ready Mix Concrete N Asphalt Specialties dean. om rossi@asphaltspecialties.c Aggregates Et Asphalt N Y Martin Marietta ken.carter@martinmarietta.co m Aggregates Et Asphalt N N Brannan ganderson@brannan1.com Aggregates Et Asphalt N N I certify that the Information provided heroin Is true and correct to the best of my knowledge. Name Aaron Burt1)/(// Signat Et/Initials _N`` rJ Title Director of Preconstru:tion ()ate 11/4/2024 Work Proposed Categories: I A rate:1ais and Supplies 2 Pisg'rng and Traffic Comm/ 3 Trucking and Hauling 4 Precast Concrete Foundations and Footings Concrete Paving Hama( and Repair 5 Lighting and Eler mcat 7 Signs Signet Installation and Gusrcrsil i PenCrng 9 Buildings and Vertical Structures 'Jrrlrtv Water and Surer Lines This term" must oe suomtttea ov tne proposal deadline. r 11 Structural Steel and Steel Reinforcement 12 Rrprap and Anchored Reternlnq Wo►ls 13 LandScaoe and Erosion Control 14 Bridge and Bridge Deck Construction 15 Asphalt Paving t r3 Pond and Parking Lot a, larking 17 Chin Seat Crack Seat Atm Seal and Crack Fill 13 Snags 0arntng ano Coaling 19 Stairway and Ornamental Metal 20 Parking Lots and Commercial Sidewalks 21 Cleanng Demolition Er ; atron and earthwork 22 t: ngrneenng and Sur/eying Sewn 23 Public Relations and Involvement 24 Piles and Deep Foundations 25. Waste k:lanagement and Recycling 26 Site Clean Up 27 Mechanical and HVA C 26 Tunnel Construction 29 Paining and Grinding 30 Erwironmantel Wealth and Seely Weld County Form #1413 08122 Form 1413 -- Weld County Bidder's List Weld County BIDDERS LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Dale WCR 6/13 Roundabout Project B2400134 11/4/2024 Contractor W.W. Clyde s Ft Cc. _ Region 4 Subcontractors/Suppliers/Vendors: the bidder must fist all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed (Select all that apply) DBE (Y/N1 Selected (Y/N ) LG Everist rpmurray@lgeverist.com Aggregates N N Denver Rock tony@denverrockco.com Aggregates N Holcim nic.hartman@holcim.com Aggregates N N Arnold Ag Group aarnold@arnoldsaggroup.com Fence Et Erosion Control N Ideal Fence dave@idealfencingcorp.com Fence N N Western Milling jw@wmilling.com Milling N N Alpha Milling Diversified Underground rdegabriel@alphamilling.com zack@duinc.work Milling Potholing N N Y Y Kinetic Industries kody.enoch@kineticindustry.co m Potholing Y N Colorado Barricade dylan@coloradobarricade.com Pavement Markings Y Y Kolbe Striping jtisdall@kolbestriping.com Pavement Markings Y N sas Striping cynthia@stripingandsignage.co m Pavement Markings N N CDI seans@cdi-services.com Erosion Control N N Smith Environmental connorlowndes@smithdelivers.c om Erosion Control N N Powell bryan.williams@powellenviro.co m Erosion Control Y N Rocky Mountain Reclamation kelin@reveg.us Erosion Control N N AWP co.bids@awptraffic.com Signs Et Traffic Control N Y I certify that the Information provided heroin is true and correct to tho best of my knowledge. Name Aaron Burt Signat�{e/initials n \ Work Proposed Categories: 1 4latenals ana Supplies 2 Flagging and Traffic Control 3 Trucking and Hauling 4 Pracest Concrete Foundations. and Footings Concrete Paving Hama"( and Rel:arr 6. Lrghhng and Elecmca, 7 Signs, Signs/ Instal/anon and Guarc1,'9d >y coming 9 Bulldogs and Vertical Structures 10. UN* Water and Selig, -Lines This term must ne suomltteU DV me pro_)Csa1 n If Shuctu al Steel and Steel Re,n/arcernent 12 Rsprsp and Anchored Retaining' Nails 13 Landscape sncl Erosion Contra/ 14 Badge and Bridge Deck Construction 15 Asphalt Paving 18 Road artd Penang Lot $ larking IT Chip Seal Crack Spa! Joint Sealed d Crack Fill 19 Bridge Painting anti Coaling 19 Stairway end Otnam9l►tol Metal 20 Pa,krng Lots and Co,nmo,;;ra! Sidewalks deadline. rifle Director of Preconstruction Date 11/4/2024 21 Clearing Demolition Excavation and Eel/hark 22 Engineering and Surveying Services 23. Public Relations and involvement 24 Piles and Deep Foundations 25 Waste Alanagement and Recycling 26 Site Clean Up 27 Mechanical end HVAC 28 runnel Constructoon 29 P'ohfing and Gnndrng 30 Envnonmonto! Health and Safety Weld County Form #1.113 08_/22 Form 1413 -- Weld County Bidder's List Weld County BIDDERS LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Date WCR 6/13 Roundabout Project _ 8240013.4 11/4,'2024 Contractor W.W. Clyde & Co. Region 4 Subcontractors/SuppliersNondors: The bidder must list all flrms seeking to participate on the contract. Failure to submit this form may result In the proposal being rejected. Firm Name Topographic Land Survey Email owen.multinax@topographic.co m Work Proposed (Select aft that apply) DBE (NON) Selected (Y/N) Surveying N PWSI steve@pwsi.net Surveying N Y Allstate Sweeping North American Testing bkrueger@allstatesweeping.net northamericantes@gwestoffice. net Sweeping Y Y Material Testing N EcoMaterials tracy.eaton@ecomaterial.com CR Minerals Cemex GCC Holcim I certify that the information provided herein is true and correct to the best of my knowledge. Fly Ash N Y Fly Ash N N Cement N Y Cement N N Cement N N Name Aaron Burt [Signatye/lnitla;s n fitie Director of Preconstruction Date 11/4/2024 Work Proposed Categories. A iatenals and Supplies 2 Flagging and Traffic Control 3 Trucking anti Hauling 4 Precast Concrete Foundations and FOOrinQS 5. Concrete Paving Halwork and Reran 6. Lighting and Electncai 7 Signs Signal rnstollanon and Guardrail 8 Fencing 9 Buildings and Vertical Structures 10_ iJR1ity Wafer and Sei;er Lines -This totm must DC suDmiitec Dy me proposal deadline. 11 Structural Steel and Steel Reinforcement 12 Riprap and Anchored Retaining' Walls 13 Landscape and Erosion Control 14 Bridge and Badge Deck Construction 15 Asphalt Paving t I. Road and Par:K,ng Lot 4larking 17 Chip Seal Crack Seal kin: Seal and Crack Fut 18 Badge Painting and Coating 19 Stairway and Ornamental A -19r9! 20 ParIong Lots and Commgr:;,oi SuJovr,.*lis 21 Cleating Der: i,;lition Exc a; aeon and Esr1holork 22 Engineering. and Surveying Soo/ices 23 Public Relations and Involvement 24 Piles and Deep Foundations 25. Waste Management and Recycling 26 Site Clean Up 27 Alechanica/and HVAC 28 runnel Construe: troll 29 Profiling and Grinding 30 Enw onmeniol-1galth arki Satety Weld County Form #1413 08/22 Addendum # 1 Solicitation Request Number 2400134 WCR 6/13 Roundabout Project This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: 1. Contractor Questions and Responses 2. Mandatory Pre -Proposal Meeting Minutes 3. Pre -Bid Meeting Attendance List 4. Revision to Section 105 of the Specifications 5. Revision to Section 202 of the Specifications 6. Applicable Waterline Details All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: W.W. Clyde Et Co. Signature: Name: Incorporated in Utah Aaron Burt Title: Director of Preconstruction Addendum #1 Date: October 18, 2024 11/4/2024 Date of Signature Addendum # 2 - Final Addendum Solicitation Request Number 2400134 WCR 6/13 Roundabout Project This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: 1. Contractor Questions and Responses 2. Bid Tabulation (Revised 10-28-2024) 3. Revised Plan Sheets 4. Revision to Section 709 All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: W.W. Clyde & Co. Signature: Incorporated in Utah Name: Aaron Burt Title: Director of Preconstruction Addendum #2 11/4/2024 Date of Signature Date: October 28, 2024 Dellegatttan olAuthority Form W W Clyde & Co (the "Company") grants authority to certain individuals to approve and execute various contracts and other transactions, and allows them to delegate their authority to other qualified individuals within the Company This form is required to add, change, or revoke a delegation of authority Please use a separate form for each addition, change, or revocation All delegations, changes, or revocations are made pursuant to the Company's Signature Authorization and Delegation of Authority Policy and are subject thereto Submit completed forms to the Corporate Secretary's Office at bhaleOiclydetne coin :.DDile,afor Infoiriii�tiont: Request Type (check one) z Add delegation (complete Sections II and V only) Revoke delegation (complete Sections III and V only) O Change delegation (complete Sections IV and V only) Delegator Name and Title Dustin Olson (President — WW Clyde) Email dolson@wwclyde net Telephone Number 801-372-0378 NevilDelegotion •* E t,:; Delegatee Title (position to which delegation is made) Aaron Burt (Director of Preconstruction) Name (person currently holding position) None Effective Date of Delegation 9/26/2023 Department/Business Unit Great Plains Division Expiration Date of Delegation None Delegated Powers and Authority Subdelegations Allowed9 Delegation Limitations (e g , contract or transaction type) (Yes/No) (e g , dollar limits, dual signatures, approvals required) No Bid documents Proposal documents $40,000,000 i D:�Revo� a � suing ■Dele af�oh . a �' Delegatee Title (position to which delegation was made) Department/Business Unit Name (person currently holding position) Effective Date of Revocation Description of Delegation to Be Revoked. IV. Change Scope of Existing Delegation Delegatee Title (position to which delegation was made) Department/Business Unit Name (person currently holding position) Effective Date of Change Existing Delegation (description of delegation) Change to Delegation (description of change) V. Signature[s] i„ 7- Delegator Signature { Date Oct 9, 2023 For adding new delegations only. By signing below, I accept full responsibility for the delegation of authority granted herein and agree to comply with the limitations on such authority and the terms of the Company's Signature Authorization and Delegation of Authority Policy Any misuse of delegated authority by me may result in disciplinary action Delegatee Signature, 4�w;r,a,, Printed Name of Delegatee Aaron Burt Date Oct 3, 2023 2 Iflo in nnfin n of. Llii thnrihi Pnrnt - A rnnP i itt Final Audit Report 2023-10-09 Created: 2023-10-03 By: Emilie Killen (ekillen@wwclyde.net) Status: Signed Transaction ID: CBJCHBCAABAABzYsh6FHEWkARbiSaoXKIJWERNI6RcQj "Delegation of Authority Form - Aaron Burt" History tl Document created by Emilie Killen (ekillen@wwclyde.net) 2023-10-03 - 2:25:51 PM GMT- IP address: 76.8.207.204 Document emailed to Aaron Burt (aburt@ihcscott.com) for signature 2023-10-03 - 2:28:31 PM GMT Email viewed by Aaron Burt (aburt@ihcscott.com) 2023-10-03 - 3:00:21 PM GMT- P address: 104.47.59.254 Document e -signed by Aaron Burt (aburt@ihcscott.com) Signature Date: 2023-10-0 - 3:01:18 PM GMT - Time Source: server- IP address: 4.4.195.118 1. Document emailed to Dustin Olson (dolson@wwclyde.net) for signature 2023-10-03 - 3:01:19 PM GMT Document e -signed by Dustin Olson (dolson@wwclyde.net) Signature Date: 2023-10-09 - 3:44:38 PM GMT - Time Source: server- IP address: 64.77.251.44 Agreement completed 2023-10-09 - 3:44:38 PM GMT 153 Adobe Acrobat Sign Bond #108142594 Labor & Materials Payment Bond (Page 1 of 2) 82400/34 — WCR 6/13 Roundabout Project KNOW ALL MEN BY THE PRESENTS, that W.W. Clyde Et Co (Name of Contractor) 10303 E Dry Creek Rd Englewood, CO 80112 (Address of Contractor) Corporation , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Travelers Casualty and Surety Company of America (Name of Surety) One Tower Square, Hartford, CT 06183 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado, P O Box 758, 1111 H Street, Greeley, Colorado 80632,hereinafter called Owner, in the penal sum of thirteen million, two hundred twenty seven thousand, three hundred sixty six dollars and zero cents ($13,227,366 00), 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 January, 2025, a copy of which is hereto attached and made a part hereof for the construction of WCR 6/13 Roundabout Project described in the Solicitation Number B2400134 NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void„ otherwise to remain in full force and effect PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications Labor & Materials Bond (Page 2 of 2) 62400134 — CR 6/13 Roundabout 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 January, 2025. W.W. Clyde Et Co. Cor tractor By . -A VI( • (Contractor)Secretary (SEAL) (W- ne'ss'as to Contractor) (Address) •J" z oC (Address) ensiew , gm* ATTEST: (Address) (Surety) Secretary Travelers Casualty and Surety Company of America (SEAL). ; Witness as to Surety 4393 S. Riverboat Rd. Ste 200 Salt Lake City, UT 84123 (Address) N. ri Attorney-irt;Fact Kattyn Bigelow 4393 S. Riverboat Rd. Ste 200 Salt Lake City, UT 84123 (Address) NOTE Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall execute Bond. IMPORTANT: SL rety 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. Bond #108142594 Performance Bond (Page 1 of 2) B2400134 - WCR 6/13 ROUNDABOUT PROJECT KNOW ALL MEN BY THE PRESENTS, that W,W Clyde Et Co (Name of Contractor) 10303 E Dry Creek Rd Englewood, CO 80112 Address of Contractor) Corporation and a (Corporation, Partnership, or Individual) Travelers Casualty and Surety Company of Amenca hereinafter called Contractor, (Name of Surety) One Tower Square, Hartford, CT 06183 (Address of Surety) hereinafter called surety, are held, and firmly bound unto Weld County, Colorado, P O Box 758, 1111 H Street, Greeley, Colorado 80632 hereinafter called Owner, in the penal sum of thirteen million, two hundred twenty seven thousand, three hundred sixty six dollars and zero cents, ($13,227,366 00) 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 January, 2025, a copy of which is hereto attached and made a part hereof for the construction of WCR 6/13 Roundabout Project described in the Solicitation Number B2400134 NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void, otherwise to remain in force and effect PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications Performance Bond (Page 2 of 2) B2400134 - WCR 6/13 Roundabout Project PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of a iy 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 January, 2025. W.W. Clyde Et Co. Contractor Zir (Contra tor) Secretary <SEAL) (Witness as to Contractor) 10303 CLk Ceccg yev (Address) �wacc; e0 gOtt2. ATTEST: (Surety) Secretary (SEAL) Travelers Casualty and Surety Company of America One Tower Square (Address) Hartford, CT 06183 By mst e-7 if (Address) (Address) By ;1/4; YC7' AttorneSi-in-Fact Kattyn Bigelow 4393 S. Riverboat Rd. Ste 200 (Address) Salt Lake City1 UT 84123 NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall 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. TRAVELERS J Travelers -Casualty -and -Surety -Company -of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Slate of Connecticut (herein collectively called the "Companies") and that the Companies do hereby make constitute and appoint Kattyn Bigelow of SALT LAKE CITY Utah their true and lawful Attorney(s) in Fact to sign execute seal and acknowledge any and all bonds recognizances conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed this 21st day of April 2021 State of Connecticut By City of Hartford ss Robert LG one or Vice President On this the 21st day of April 2021 before me personally appeared Robert L Raney who acknowledged himself to be the Senior Vice President of each of the Companies and that he as such being authonzed so to do executed the foregoing Instrument for the purposes therein contained by signing on behalf of sod Companies by himself as a duly authorized officer IN WITNESS WHEREOF I hereunto set my hand and official seal My Commission expires the 30th day of June 2026 NOfMr trl f +im 1i! vue.in MYs.-1 Ad Anna P Nock Notary Public The Power of Attorney is granted under and by the authonty of the following resolutions adopted by the Boards of Directors of each of the Companies which resolutions are now in full force and effect reading as follows RESOLVED, that the Chairman the President any Vice Chairman any Executive Vice President any Senior Vice President any Vice President any Second Vice President the Treasurer any Assistant Treasurer the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authonty may prescribe to sign with the Company's name and seal with the Company s seal bonds recegnizances contracts of Indemnity and other writings obligatory in the nature of a bond recognizance or conditional undertaking and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her and it is FURTHER RESOLVED, that the Chairman the President any Vice Chairman any Executive Vice President any Senior Vice President or any Vice President may delegate all or any pad of the foregoing authonty to one or more officers or employees of this Company provided that each such delegation is in venting and a copy thereof is filed in the office of the Secretary and it is FURTHER RESOLVED, that any bond recognizance contract of indemnity or venting obligatory in the nature of a bond recognizance or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President any Vice Chairman any Executive Vice President, any Senior Vice President or any Vice President any Second Vice President the Treasurer any Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or (b) duly executed (under seal if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authonty or by one or more Company officers pursuant to a written delegation of authonty and it is FURTHER RESOLVED, that the signature of each of the following officers President any Executive Vice President any Senior Vice President any Vice President any Assistant Vice President any Secretary any Assistant Secretary and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident Assistant Secretanes or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other wntings obligatory in the nature thereof and any such Power of Attorney or certificate bednng such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shalt be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I Kevin E Hughes the undersigned Assistant Secretary of each of the Companies do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which remains in full force and effect Dated this 3rd day of December 2024 £eEyShe1ntsecntamy To verify the authenticity of this Power of Attorney, please call us at 1-800-411-3880. P/ease refer to the above -named Attomey(s)-in-Fact and the details of the bond to which this Power ofAttamey is attached Contract Form Entity Information Entity Name* W.W. CLYDE & CO Entity ID* @00047681 Contract Name* CONSTRUCTION CONTRACT FOR THE WCR 6 & WCR 13 ROUNDABOUT PROJECT Contract Status CTB REVIEW Contract ID 8956 Contract Lead * CKIMMI Contract Lead Email CKimmi@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # GR-56 Contract Description * CONTRACT BETWEEN WW CLYDE AND WELD COUNTY FOR THE CONSTRUCTION OF THE WCR 6 AND WCR 13 ROUNDABOU Contract Description 2 Contract Type * CONTRACT Amount * $13,227,366.00 Renewable* N O Automatic Renewal N O Grant NO IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date * 01/08/2025 Due Date 01 04 2025 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? NO N ote: 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 Contact Name Purchasing Review Date * 12/11/2024 Committed Delivery Date Contact Type Contact Email Renewal Date Expiration Date* 12 31 2025 Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 12/12/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01 /08/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 12'12;'2024 12;12'2024 Tyler Ref # AG 010825 Originator CKIMMI MEMORANDUM Date: November 21, 2024 To: Toby Taylor, Purchasing Manager From: Clay Kimmi, Senior Engineer RE: Bid Request No. B2400134 WCR 6/13 Roundabout Proiect The award recommendation was reviewed by the BOCC in a pass around that was returned on November 20, 2024. Four of the five commissioners approved the pass around to place the Notice of Award on the Board's agenda. The Public Works and County Attorneys Departments have reviewed all of the submitted proposals in accordance the Best Value Selection process outlined in Chapter 5, Article 5-4-40 of the Weld County Code. Per the scoring criteria outlined for the Best Value Selection Process, W.W. Clyde was determined to be the best value to the County. Therefore, Public Works recommends awarding the contract to W.W. Clyde in an amount not to exceed $13,227,366.00. Per the bid documents, construction is anticipated to start on January 9, 2025 and completed by no later than August 19 2025. Public Works has budgeted for this project in its 2025 budget. I will plan on attending the BOCC meeting to answer questions that the Board may have. II/2 1 z4 -L 1 EGOOHZ BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS -AROUND TITLE: Best Value Bid for WCR 6/13 Roundabout DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi, Don Dunker, and Curtis Hall DATE: November 18, 2024 Brief description of the problem/issue: Public Works has been conducting a best value selection process to select a contractor to build the CR 6/13 Roundabout project. Three contractors (FNF Construction, WW Clyde, and Kraemer NA) submitted proposals which were then reviewed by a selection team composed of 5 staff from Public Works. The review team was unanimous in their final scoring with WW Clyde as being scored the highest. The Engineer's Estimate for the project was $14,671,768.75 with a start date of January 9, 2025 and a completion date of October 10, 2025. The attached table shows the scores, costs, and brief comments for each contractor that submitted proposals for the project. What options exist for the Board? Option 1: Approve the award of this project to WW Clyde for an amount not to exceed $13,227,366.00 and allow Public Works to place the approval of the award on the agenda for the January 8, 2025 BOCC hearing. Option 2: Request a work session to understand the team's justifications for recommending WW Clyde. Consequences: Awarding the contract to WIN Clyde means the road will be open for traffic on or before August 19, 2025, the time substantial completion must be completed. Awarding the contract to one of the other contractors results in a later completion date and extended potential impacts to harvest and school activities. Impacts: By awarding the contract to WIN Clyde, the contract would be going to the firm with the second highest overall price but the fastest schedule. However, the Best Value Process also takes the contractor's qualifications and other factors into account. Based on the scoring criteria, WW Clyde represents the best value to the County because they were proposing to open the road early which minimizes the impact to the traveling public and they have proven they can complete projects on budget and schedule. In fact, every project that WW Clyde has done for Weld County has been completed under budget and ahead of scheduled. All of WW Clyde's projects have resulted in high quality products that have reduced the County's long term maintenance costs. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): Public Works has budgeted for the project in the 2025 budget. Recommendation: Public Works recommends awarding the contract to WW Clyde in an amount not to exceed $13,227,366.00. If the intersection is not open on August 19, 2025, WW Clyde would be assessed liquidated damages at a rate of $8,800 per day. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Seine Support Recommendation Schedule lace on ¢OCC Agenda Work Session Other/Comments: WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(6 weld.gov cgeisert(a�weld.gov ttayloraweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: NOVEMBER 4, 2024 REQUEST FOR: WCR 6/13 ROUNDABOUT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2400134 PRESENT DATE: NOVEMBER 6, 2024 APPROVAL DATE: TBD VENDORS WW CLYDE 10303 E. Dry Creet Rd, Ste 300 Englewood CO 80112 KRAEMER NORTH AMERICA LLC 900 W. Castleton Road Castle Rock, CO 80109 FNF CONSTRUCTION INC 115 S. 48th Street Tempe AZ 85281 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS. 2024-2947 Ae .C c o
Hello