Loading...
HomeMy WebLinkAbout20250274.tiffCo vacs- I I Z4 MEMORANDUM TO: Esther Gesick, CTB DATE: February 14, 2025 FROM: Erich Green, P.E., Public Works SUBJECT: Contract for WCR 37 From WCR 8 to SH 52 Mill and Overlay Project Please place the attached contract on the February 24, 2025 BOCC consent agenda. The Board awarded the contract to Coulson Excavating Company, Inc. on February 10, 2025. The Contract ID Number is 9124 and the Tyler Reference Number is 2025-0274. Once the contract is signed, the date will need to be inserted on the bonds (pages 519 to 522 of the scope of work .pdf). The contract is for an amount not to exceed $1,792,229.25. The contract amount is included in the 2025 Public Works budget. I will plan on attending the meeting to answer any questions. Z /ZLk /25 CC: 0 nbck P 2/24/ 0)4 2025 -OZ -14 Eel 00 $3 Agreement for Construction Services Between Weld County and Coulson Excavating Company, Inc. For WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 Coulson Excavating Company, Inc., 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. B2500001. 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 highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or 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 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 $1,792,229.25, 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) 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. 1. 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. 2. 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. 3. 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. 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 all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Matt Coulson Position: Vice President Address: 3609 Madison Avenue Address: Loveland, Colorado 80538 E-mail: matt@coulsonex.com Phone: 970-667-2178 County: Name: Erich Green, P.E. Position: Engineer III Address: PO. Box 758 Address: Greeley, CO 80632. E-mail: egreen@weld.gov Phone: 970-400-3742 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 n ature. 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 X24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10- 101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and n othing 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 u ndersigned 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 CaR.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 G.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: Coulson Excavating Company, Inc. By. Name: Matt Coulson Title: Vice President 2/13/2025 Date of Signature WELD COUNTY: ATTEST: Weld County Clerk to the . gar BY: JQ/1 Deputy Clerk to the Board RD OF COUNTY COMMISSIONERS COUNTY, COLORADO L Buck, Chair FEB 2 4 2025 Exhibit A - B2500001 Request for Proposal Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Public Works Construction — Request for Proposal (RFP) Cover Sheet P olicitation Number: Title: Issue Date: P re -Proposal Meeting: (Mandatory) P re -Proposal Location: Questions Due: Questions email: P roposal Due Date: P roposal Delivery: For additional information: B2500001 WCR 37 From WCR 8 to SH 52 Mill and Overlay Project December 18, 2024 January 8, 2025, at 10:00 a.m. 1111 H Street, Greeley, CO 80632, Engineering North Conference Room January 13, 2025, by 07:00 a.m. egreen@weld.govwith copyto bids@weld.gov January 21, 2025, 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 P?a:cc:; RFP Schedules RFP Attachments Schedule A: Solicitation Instructions Schedule B: Scope of Work Schedule C: Procurement Schedule Schedule D: RFQ/RFP Response - Criteria Schedule E: Proposal Form Schedule F: Insurance & Bonds Schedule G: Weld County Contract Schedule H: Forms Due with Proposal Schedule I: Public Works Contract Forms Attachment 1 — Contract Administration Forms Attachment 2 — Public Works Special Provisions Attachment 3 — Construction Plan Set Solicitation # B2500001 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 P urpose/Background 4 P roposal Advertisement 4 P roposal Submission 4 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 6 P roject Overview 6 Method of Procurement 6 Delivery Method 6 P ricing Method 6 P roject Scope 6 Schedule C - Procurement Schedule 8 Schedule 8 Schedule D — RFQ/RFP Response Criteria 9 RFQ/RFP Response Submittal 9 Response Format 11 Best Value Selection Process Summary Description 11 Technical Score 11 Schedule Score 11 Cost Score 11 Interview Score (optional) 12 Scoring Criteria 12 Schedule E - Proposal Form 15 P roposal Submittal Instructions 15 SAM Database 15 Fees - Proposal Schedule 15 Bid Tabulation 16 Fees — Cost Adjustments 18 Fuel Cost Adjustment 18 Asphalt Cost Adjustment 18 Solicitation # B2500001 Page 2 Attestation 18 Schedule F — Insurance and Bonds 20 Insurance 20 Bonds 22 Insurance Mailing Information 23 Schedule G - Weld County Contract 24 Contractual Obligations 24 Weld County Standard Contract 24 Schedule H —Forms Due with Proposal 38 Bid Bond 39 IRS Form W-9 41 Title 49, CFR, Part 29 Debarment and Suspension Certification 42 Certification of Compliance with Equal Opportunity Clause Requirements 43 Statement of Qualifications and Subcontractors 44 Form 605 — Weld County Contractor's Performance Capability Statement 49 Form 606 — Weld County Anti -Collusion Affidavit 50 Form 621 — Weld County Assignment of Antitrust Claims 51 Form 1413 — Weld County Bidder's List 52 Schedule I — Public Works Contract Forms 53 Notice of Award 54 Performance Bond 55 Performance Bond 56 Labor & Materials Payment Bond 57 Labor & Materials Bond 58 Solicitation # B2500001 Page 3 Schedule A - Solicitation Instructions P urpose/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 37 From WCR 8 to SH 52 Mill and Overlay Project A Mandatory Pre -Proposal conference will be held on January 8, 2025 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. P roposals will be received until: January 21, 2025 at 10:00 a.m. (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on January 21, 2025 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. P hone number: 720-439-5261 Phone Conference ID: 116879562# P roposal 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. P roposal Submission 1. PREFERRED: email Proposals to bids@weld.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. 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 Solicitation # B2500001 Page 4 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 P roposer. 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 withdrawing P roposer 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. P roposrs 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 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 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 # B2500001 Page 5 Schedule B - Scope of Work P roject Overview Weld County is seeking Proposals for a vendor to provide construction services for the mill and overlay of the WCR 37 asphalt roadway surface from WCR 8 to SH 52. 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. P ricing Method Unit Pricing: Unit pricing is where the contractor simply sets a price for each unit of type of work, or category of cost. P roject Scope The scope of this project is for a heavy civil contractor who is experienced in asphalt removal, earthwork, hot mix asphalt paving, and roadway striping. The work generally consists of but is not limited to the following: 1. Work site traffic control in accordance with the project specifications. 2. Laying out and staking of project limits in accordance with the project specifications. 3. Erosion and sediment control in accordance with the project specifications. 4. Clearing and grubbing of the project site in accordance with the project specifications. 5. Checking, inventory, and protection of Public Land Survey System (PLSS) monuments within the project limits with the assistance of a Colorado licensed Public Land Surveyor (PLS). Adjustment or replacement of associated monument boxes with the assistance of a Colorado licensed PLS to accommodate removal of asphalt mat and the final Hot Mix Asphalt (HMA) pavement surface. 6. Removal of existing asphalt mat by planing (2 -inch mill). 7. Coordination with third party utility companies and their contractors in accordance with the project specifications. 8. Full depth removal of existing asphalt mat by sawing and chunking out in limited areas at intersecting roads (separate from HMA patch areas). Solicitation # B2500001 Page 6 9. HMA patching, repair of underlying base course, and repair of underlying subgrade soft spots within the project limits in accordance with the project specifications. 10. Application of temporary striping utilizing waterborne pavement marking paint. 11. Placement of HMA in accordance with the project specifications. 12. Placement/fine grading of aggregate base course at project paving limits to create smooth transitions to intersecting public roadways and accesses. 13. Application of permanent striping utilizing modified epoxy pavement marking paint and preformed thermoplastic pavement markings. 14. Seeding, composting/fertilizing, and mulching of the work site in accordance with the project specifications. 15. Providing Process Control (PC) testing in accordance with the project specifications. Solicitation # B2500001 Page 7 Schedule C - Procurement Schedule Schedule Below is the anticipated schedule for acquisition of this project: Advertisement Date December 18, 2024 P re -Proposal conference (Mandatory) January 8, 2025 at 10:00 a.m. at 1111 H Street, Greeley, CO 80632, Engineering North Conference Room P roposal Questions Due January 13, 2025 at 7:00 a.m. Email questions to egreen@weld.gov with copyto bids@weld.gov Final Addendum Issued January 14, 2025 P roposals Are Due P urchasing's Clock Interviews (Optional) P olicitation Award Notice (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) January 21, 2025, by 10:00 a.m., February 14, 2025 February 26, 2025 March 19, 2025 March 26, 2025 Solicitation # B2500001 Page 8 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 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. 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 Contractor's facilities and major equipment leased or owned (excavators with bucket sizes, blades, dozers, scrapers, tractor trailers, etc.) Solicitation # B2500001 Page 9 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 Bid Bond, 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. Solicitation # B2500001 Page 10 Response Format The following defines the response format: 1. Limit the total length of RFQ/RFP Response to a maximum of 15 pages. a. The County will reject RFQ/RFP responses received that are longer than 15 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 pages count. d. The proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFQ/RFP Responses shall be mainly made up of 8 1/%" 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 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 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 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 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 Solicitation # B2500001 Page 11 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) 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 will 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 # B2500001 Page 12 Table 1 -Best Value Request for Proposal (RFQ/RFP) Technical Scoring Form Evaluation Criteria Evaluation Standard Scoring Weighting Factor Score Range Scope of Proposal and Team • • • • The proposal objectives. The proposed County. Qualifications (including Evidence past similar subcontractors). clearly methodology and the projects. shows an relevant experience team has worked understanding meets the together desired of of the project goals of the team members on 1 to 5 3.0 3.0 —15.0 key successfully that Critical and Issues Similar Projects • The understands • The • Contractor projects, • The County proposal proposal team meet the offers has has the demonstrates major demonstrated project successfully past. realistic issues schedules, associated solutions its completed that ability and the with to the to meet Contractor the critical produce project projects project. issues. successful budgets. for clearly Weld 1 to 5 3.0 3.0 15.0 — in Project and Control Approach • • • • • The construction The subcontractor's The State The process final Contractor Contractor approach and product. Contractor proposal in Federal place has costs. describes costs has demonstrated regulations has demonstrated to manage is described will described be in controlled. and the a clearly logical quality how their specifications a quality how ability of manner. they control the will control their major to ensure that are met. (QA/QC) materials and 1 to 5 3.0 3.0 —15.0 The Work Familiarity Location/ • The coordination • The construction • The general. Contractor Contractor's with criteria. is demonstrated office the County. familiar location with knowledge does not adversely affect Weld County policies of Weld County and in 1 to 5 1.0 1.0 — 5.0 Contractor Proposal 10.0 to 50.0 Technical Review Score Solicitation # B2500001 Page 13 Table 2 -Best Value Request for Proposal (RFQ/RFP) Schedule Scoring Form Evaluation Evaluation Standard Scoring Weighting Factor Score Range Criteria Schedule Contract and Time • The Contractor's schedule contains sufficient detail to 1 to 20 N/A 1.0 — 20.0 ensure project • Weld County schedule will supply goals are met. the initial project schedule goals, and Contractors will be encouraged to meet or exceed those goals. • The schedule and resultant Contract Time proposed by the successful Proposer will become the basis for the official Contract Time allowed. Proposal Schedule Review Score 1.0 to 20.0 Table 3 - Best Value Request for Proposal RFQ/RFP) Cost Scorin Form Scoring Weighting Factor Score Range Evaluation Evaluation Standard Criteria Cost • The costs were presented in a way that is reasonable and 1 to 30 N/A 1.0 — 30.0 consistent • The Contractor's with the cost project goals. proposal will remain sealed until after their Technical Score and Schedule Score have been first established. • The lowest and all based upon responsible other Contractor's their ratio Proposal Proposal to the cost will receive 30 points, costs will be scored lowest cost. Proposal Cost Score Review 1.0 to 30.0 Table 4 - Best Value Interview Scoring Form Evaluation Evaluation Standard Scoring Weighting Factor Score Range Criteria Work Approach • Contractor for completing proposed the project. and clearly described their approach 1 to 5 2 2.0 — 10.0 • The Contractor offered innovative ideas for the project. Project Qualifications Manager • qualifications projects The Contractor's and of this scope. project manager has a proven track record adequate to complete 1 to 5 2 2.0 — 10.0 • The Contractor's proposed project manager demonstrates effective communication skills. Quality Presentation of • understand. • The Contractor's The people being presentation was clear interviewed displayed and easy to effective 1 to 5 2 2.0 — 10.0 communication skills. Question /Answer Session • The Contractor provided asked by the selection committee. good answers to the questions 1 to 5 4 4.0 — 20.0 • The answers clear understanding provided of by the the Contractor project and the demonstrated project a goals. Proposal Interview Score 10.0 to 50.0 Solicitation # B2500001 Page 14 Schedule E - Proposal Form P roposal 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 January 21, 2025: 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 for awarded Proposer. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your Proposal may result in your P roposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. SAM Database P roposers must be registered in the System for Award Management (SAM) database. In 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 P rovide fees for this project in the Proposal Schedule spaces 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 # B2500001 Page 15 Bid Tabulation Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 201-00000 CLEARING AND GRUBBING LS 1 202-00220 SY 823 REMOVAL OF ASPHALT MAT (FULL DEPTH) 202-00240 SY 32,925 REMOVAL OF ASPHALT MAT (PLANING)(2 INCH MILL) 202-04002 CLEAN CULVERT 8 EACH 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 288 203-00510 CY 288 ROCK FILL (3 INCH MINUS)(CONTINGENCY) 203-01100 20 PROOF ROLLING HOUR 203-01500 BEADING 40 HOUR 208-00002 300 LF EROSION LOG TYPE 1 (12 INCH) 208-00106 20 SWEEPING (SEDIMENT REMOVAL) HOUR LB 1,125 BIOTIC SOIL AMENDMENTS (HYDRAULICALLY APPLIED) 212-00702 (4,500 LB/ACRE) SEEDING (NATIVE)(DRILL) ACRE 0.25 212-00706 SEEDING (NATIVE)(BROADCAST) ACRE 0.25 212-00708 213-00004 ACRE 0.25 MULCHING (WEED FREE STRAW) 304-05000 AGGREGATE BASE COURSE (CLASS 5) TON 525 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 107 304-08000 TON 213 AGGREGATE BASE COURSE (SHOULDER MATERIAL) TON 1,050 SOT 2) MIX ASPHALT (PATCHING)(GRADING S)(100)(PG64- 403-00725 403-34841 TON 3,993 HOT MIX ASPHALT (GRADING SX)(100)(PG64-22) 620-00020 1 SANITARY FACILITY EACH 625-00000 CONSTRUCTION SURVEYING LS 1 626-00000 LS 1 MOBILIZATION GAL 223 MODIFIED EPDXY PAVEMENT MARKING 627-00008 PAVEMENT MARKING PAINT (WATERBORNE) GAL 189 627-00011 181 PREFORMED PLASTIC PAVEMENT MARKING SF 627-00070 629-01210 ADJUST MONUMENT BOX 7 EACH 630-00000 900 FLAGGING HOUR 630-00016 LS 1 TRAFFIC CONTROL (SPECIAL) 630-10122 VARIABLE MESSAGE BOARD 4 EACH 1 $250,000.00 $250,000.00 FA F/A MINOR CONTRACT REVISIONS 700-70010 Solicitation # B2500001 Page 16 Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 1 $15,000.00 $15,000.00 F/A FUEL COST ADJUSTMENT FA 700-70016 FA 1 $20,000.00 $20,000.00 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT 1 $15,000.00 $150,000.00 F/A EROSION CONTROL FA 700-70380 DAY 30 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 927-00170 306, AND 603 Total Amount Proposal ($) Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. TOTAL PROPOSAL (WRITTEN WORDS): Solicitation # B2500001 Page 17 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 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. # B2500001. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she 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: Address: Phone Email: FEIN/Federal Tax ID #: Solicitation # B2500001 Page 18 CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2500001 Page 19 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 # B2500001 Page 20 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 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. 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. 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. Solicitation # B2500001 Page 21 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. 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. 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. Solicitation # B2500001 Page 22 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: Erich Green, P.E., Engineer III Email: egreen@weld.gov Telephone: 970-400-3742 Mail: Weld County Department of Public Works ATTN: Erich Green, P.E., Engineer III PO Box 758 Greeley, CO 80632 Solicitation # B2500001 Page 23 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 n ature 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 u nderstanding 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 Weld 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 n egotiations 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 # B2500001 Page 24 Agreement for Construction Services Between Weld County and [Contractor] For WCR 37 From WCR 8 to SH 52 Mill and Overlay Project THIS AGREEMENT is made and entered into this [Insert] day of [Insert], 2025, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works hereinafter referred to as "County," and [CONTRACTOR], 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. B2500001. 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 highly competent Contractors performing construction services of a similar nature to Solicitation # B2500001 Page 25 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, Solicitation # B2500001 Page 26 Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $Elnsert], 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 Solicitation # B2500001 Page 27 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 Solicitation # B2500001 Page 28 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) 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. Solicitation # B2500001 Page 29 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. 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. Solicitation # B2500001 Page 30 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. Solicitation # B2500001 Page 31 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 other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the 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 Solicitation # B2500001 Page 32 approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: [Insert] Position: [Insert] Address: Address: [Insert] E-mail: [Insert] Phone: [Insert] [Insert] County: Name: Erich Green, P.E. Position: Engineer III Solicitation # B2500001 Page 33 Address: PO. Box 758 Address: Greeley, CO 80632. E-mail: egreen@weld.gov Phone: 970-400-3742 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. H24-18-201 et seq. and X24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10- 101 et seq., as applicable now or hereafter amended. Solicitation # B2500001 Page 34 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 n othing 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 u ndersigned 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 n ot 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 n ewly 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. Solicitation # B2500001 Page 35 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. Solicitation # B2500001 Page 36 CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Perry L. Buck, Chair Solicitation # B2500001 Page 37 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. Form 606 — Weld County Anti -Collusion Affidavit 8. Form 621 — Weld County Assignment of Antitrust Claims 9. Form 1413 — Weld County Bidders List Solicitation # B2500001 Page 38 Bid Bond WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 , 2025 for the WCR WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 , 2025 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. P rincipal: S ignature: Title: ATTEST: By: S urety Solicitation # B2500001 Page 39 Signature: Title: ATTEST: By: Solicitation # B2500001 Page 40 IRS Form W-9 F`r<I rata's Marc h 4;d Copanrnent al the Treass', irrt mar twin Seri : a Request for Taxpayer Identification Number and Certification, Go to wwncirs.tiov/Form W9 for instructions and the I atus1 information. Give foam to the requester. Do not, send to the IFS. Before you begat For -:quid rce related to the [%ar ose of Form W -L,. see Purpose of Fon.r, bekivr., a Mi C c C! 1 Name ci eartr pinole$duad. An enter is required. 1Far a solo pr•opriet€er Or dire pa:da+d err ,, argot the •DaflW's mina .ao limit and war the bfhessidre pa'dad a rr ov 's riarna au l i rra2.1 2 l i-W nc ea'disragarded u'nt,h`�narn'ce. ii -din-warn horn atelier. 3a Check the appropriate bat'. Vas taleval talc "Iais&tic _eo of ma orate ;Indiodi mhos name is eftaiN1 CC It 1. Chuck only OW ct the foil lowi ng racial bcasr . Ind i'tiuci 4a proprietor 1 C ONIPOratiC41 Scorporaticri U Panrtrirsh➢p II. last .:tat.; I LL . Errs, the tau+cta slticatian (C e C corporation.. n S ccrrporatia& P - Partnership' Nebo, Cheek tt-u 'LLcr bat abets arid. in t e enirr spice, enter the aif.tpprecrniaia .rx l IC, B, of Pilot the taus. Sasrsfitabarr -al the LW, urllr .,s t is a disregarded :amity. A ciwQgardri entity shoat, in ica'act chock Hie apfrnpriiaei bap: Jar the tax tiassalleabon d i is parr. Other New iratr ictinrrsl 3tii 11 'ori Ire 30 you checked ` Par:marsh' t rsh t p a or `Tr . bias tri a..ci 'racked 1.1.Ce and a rr relied . fr as tIs lag *. t l s➢ tai at io n. and you are pat rklnq this tern i a p.aeririarst pr, Melly Of asnare in verwoh 1'nu have ai ownership In' t, & k tti box t1 you twn, an lbroi n par.ners. lowers, torthi lafres. Seat irls'rut:?ions :. A1dr tss cp inter, ;r -!d app. no � . Sea 1 n strdla ran si . 6 C atys, std: and ZIP code 4 E mloins (codes a f1 c 1v :a tifigt!aniFies_ v -cc individuals. &co g-rtructians on p ;e, Exempt payee cede ill any) Ex arr ,titre tarn F aacu n ;exeunt Tax G ample nee lea f ATCAl rrt;ntq coda Iid any) (AiIBC i to acioniess h!ian taas1Ef oluetiaia the Maul Staal Ragill6Olfs.S name and address !optional' Lis: wonted nurnbal.54 here do a[ Part I Taxpayer Identification Number FIN) Enter yow TIN iii the aporoprraie box. The TIN r l;dect musl watch the name given Darr lire ti ID avrOid1 backup withhod_hta. Far individuals, this is ceneraty your sonLai security n (SSW However, for a resident ail, sole proprietor, .or disrezrded entity. see thens ructores ice Pali I. Gates~. For r41ier entries, it is your employer ideniilicaiiol norther IFIF;). If yeti do nal have a rjnlb!r, a Nr w ,get a 1"tr'tiI, later. Mater If the atcaurttis in more than one Herne, see the instrr.ciians kr line 1. See alp& What Mime and Nuvribel. ToGhia the Flequesterkw !guidelines on whose number to enter_ Part II. .800lad security meter oil Employer ~tiratten ntetur Certification dicier pcn Jt:es Di perFJrl,', I certify that: 1. The mincer -"Icre?,ii or, ih_s icrrn k my correct taxpayer identification ro., IIor I a u Is:ailing for a nurriber tote issuei icy n-te`l; and 2. I am not subject to backup with thlaitfl halting 'because (a) I ern exempt from backup vuit tl ldint. cr* (loi I have rat been rcitified. by the Infernal Reverue Semite 11RS1 that I am subject tobackup withholding as a result arf a failure to reqxwi ati] interest at dividends. or lei the IRS has notified me th:ai I am no der matted io backup wriihldirq; and a. I am a ILLS. citahn or athec '1.1. S. perazri ideftn-ed belc-rari; and a. The FATCA codefs) entered or ifs form Iii any., indicating tit I am +cam r1. Iham FATCA rPepixt inq is correct Cerli1ca %na i i i,cS s. You mnusi cross cut item 2 above it you have been notified by the RS that you are surreally subleci to baaeup wthhckdrig tecame rau have (Send is re -part SI nt.erest and dividends on your tax return. For real estate tr,nraticcts, terri 2 cues not apply. F-cf rriortgage iter t paid, a-qus/licn or abasilinrnerrt of secured property, cancellation di debt, contributions tor 1-icirvirt L*' retrerrertt arr3ngerneni (IPA,. and, generilly, pa Yrrent.-s other than inhere i d diiibrit . you Lure not rewired to sign the cetficathn, but .you must proyibe your correct TN. See the inslructicrts fix Part 1, Iaier. Sign Here Sionat ire of 'LI=`5. p i Off General Instructions : tour, references are to the Internet Re ei a Code tam otherimse noted. Future- dove me-nts. For the latest information abaci dey zip rants related t D Form W - ard its instruct -arm suet as legislation enacted alter they 'AIMe px.l b [st-r e d , go 1 c ww w r. irs. 90 vfFarrrilig9. Whit'% New Sri ,Ja liras beer rrcrd tied lc c airy haw a disregarded entity completes iris lire. An LLC that is a disrecarded ertfir shnud check the 5Scbx Ste box icr to tax rt.assf cat on of i s owner. Otherwise, rt Wrc'ul':t check ttte I. c' box aid er-rtter rts appropixie tax. classification. Dote New Uine 3o has been added to this form. A flow -thresh entity is required to complete this Lre to indicate Mat it ham detect or Gnetr-ern foreign partners, 10Wrerintcar benefit a' es When it prDruid ES the Form Mel -a oarm [her flow -through entity vrtedr it has an ownership interest. This change is irrteruled to provide a row-thrcuc i entity with hformotinon regwino the date; chits in iereigr pawners, owners, or benefic_arie•s. so Tat rt car satisfy ar'r applicable repur rig regrarernenls, For example. a partner gip that has any indirect foreign partners may be recieuireci 1D corn lele Schedules K-2 and K-3. See the Partnershi hstructu_erb• iv' Schedules K-2 rid K-3 IForrn 10666I. Purpose of Form An irrliy,dual or ertily i pccrn W-9 re uesterr who is reaquilt d to fie an irirxmaton reir.rn with the IRS ins givriq y ode tris fcwtri because they Cat0231 X F -r+ W-9 y1 t. 3-2124) Solicitation # B2500001 Page 41 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 # B2500001 Page 42 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: , 2025 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 # B2500001 Page 43 Statement of Qualifications and Subcontractors DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Proposer: 2. Type of Entity: 3. Permanent main office address: 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 # B2500001 Page 44 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 completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. 13. Describe all contracts that the Company failed to complete. 14. Describe all contracts on which the Company defaulted or from which the Company was terminated. Solicitation # B2500001 Page 45 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. P roject Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: P roject Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: P roject Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 16. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. If requested, those contractors being further considered for award shall furnish within 24 hours after the bid opening, a separate Statement of Qualifications completed by each subcontractor who will perform fifteen percent (15%) or more of the Work. S UBCONTRACTOR WORK DESCRIPTION % OF WORK Solicitation # B2500001 Page 46 17. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. PERTINENT NAME EXPERIENCE TITLE YRS. 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 , 2025. Bidder: Company By: Signature Name: (Please Type) Title: Solicitation # B2500001 Page 47 NOTARY County of ) ss. State of ) being duly sworn, deposes and says that they are (Name) Of , and that the (Title) (Company Name) answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of 2025. (SEAL) Solicitation # B2500001 Page 48 Form 605 — Weld County Contractor's Performance Capability Statement Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Prciect 1. List names of partnerships or joint ventures 0 none 2. List decreases submitted a. Key personnel in to Weld the contractors County. changes (Attach 0 fiir none. a l additional or workmanship sheets if qualifications necessary.) compared to the last prequa l irica.tion statement bi. Key equipment changes :1 none a. Fiscal capability changes (legal actions, etc.) 0 Done d. Other changes that may effect the contractors ability to perform work. U none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR BEST FERAL OF MY LAWS, KNOWLEDGE THAT THE STATEMENTS M sE ON THIS L .Li M ENT ARE TRUE AND RE 'r TO THE Co lra ctor's firm or company aarme Date r 2nd Contracia's firm or carrpariy name (if OM venture) r Date Title Vi' id Form NM `ii`. n Solicitation # B2500001 Page 49 Form 606 — Weld County Anti -Collusion Affidavit WELD COUNTY ANTI -COLLUSION AFFIDAVIT PROJECT NO LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Weld County, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractors firm or company name By Date Title 2nd contractor's firm or company name. (Ifjoint venture.) By Date Title Sworn to before me this day of, 20 Notary Public My commission expires NOTE: This document must be signed in ink. Weld Form #606 1/2O Solicitation # B2500001 Page 50 Form 621 - Weld County Assignment of Antitrust Claims Weld County ASSIGNMENT OF ANTITRUST CLAIMS IPROJECT NO. Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by Weld County pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and c. Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's firm or company name By Title Date 2nd contractor's firm or company name. (If joint venture.) By 1 Date Title Weld Form #621 1/20 Solicitation # B2500001 Page 51 Form 1413 - Weld County Bidder's List Weld BIDDERS County LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Date Contractor Region Subcontractors/Suppliers/Vendors: The bidder must list all firms seeking to participate on the contract. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed (Select all that apply) DBE (Y/N) - Selected (Y/N) I certify that the information provided herein is true and correct to the best of my knowledge. Name Signature/lnitials Title Date Work Proposed Categories: 1. Materials and Supplies 2. Flagging and Traffic Control 3. Trucking and Hauling 4. Precast Concrete, Foundations. and Footings 5. Concrete Paving, Flatwork and Repair 6. Lighting and Electrical 7: Signs. Signal Installation. and Guardrail 8. Fencing 9. Buildings and Vertical Structures 10. Utility. Water and Sewer Lines This tom must DC 511omitten Lw me prop osai maculae. 11. Structural Steel and Steel Reinforcement 12. Riprep and Anchored Retaining Wells 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 Seal and Crack Fill 18_ Bridge Painting and Coating 19. Stairway and Ornamental Metal 20. Parking Lots and Commercial Sidewalks 21. Clearing, Demolition, Excavation and 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 HVA C 28. Tunnel Construction 29. Profiling and Grinding 30. Environmental Health and Safety Weld County Form #1413 08/22 Solicitation # B2500001 Page 52 Schedule I - Public Works Contract Forms The forms in Schedule I — 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 # B2500001 Page 53 Notice of Award To: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project The project in general consists of a mill and overlay of the WCR 37 asphalt roadway surface from WCR 8 to SH 52. 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 , 2025. Weld County, Colorado, Owner B y: Erich Green, P.E., Engineer III ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2025. By: Title: Solicitation # B2500001 Page 54 Performance Bond (Page 1 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Solicitation Number: B2500001. 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 # B2500001 Page 55 Performance Bond (Page 2 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 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 # B2500001 Page 56 Labor & Materials Payment Bond (Page 1 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Solicitation Number: B2500001. 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 # B2500001 Page 57 Labor & Materials Bond (Page 2 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners 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 # B2500001 Page 58 Attachment 1 — Contract Administration Forms Attachment 1 — Contract Administration Forms 1 Notice to Proceed (Example) 2 Change Order (Example) 3 Certificate of Substantial Completion (Example) 4 Lien Waiver (General Contractor) 5 Lien waiver (Subcontractors) 7 Notice of Final Acceptance (Example) 8 Notice to Proceed (Example) To: Date: PROJECT: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Invitation for Bids, Bid No. B2500001. You are hereby notified to commence Work in accordance with the Agreement dated • The date of completion of all Work is, therefore, • By Erich Green, P.E., Engineer III Weld County, Colorado, Owner Acceptance of Notice Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this _ day of , 20 . By Title Change Order (Example) Date: Project: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Invitation for Bids, Bid No. B2500001 Owner: Weld County, Colorado Contractor: The following change is hereby made to the Contract Documents: Change to Contract Price: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The New Contract Price, including this Change Order, will be: Change to Contract Time The Contract Time will be increased by calendar days. The date for completion of all Work will be Recommended Owner Representative: Date: Erich Green, P.E. (Engineer III) Approvals Contractor Name: Title: Weld County: Attest: Weld County Clerk to the Board BY: Date: Board of County Commissioners Weld County, Colorado Deputy Clerk to the Board Chairperson Certificate of Substantial Completion (Example) Contractor: Contract For: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Invitation for Bids, Bid No. B2500001. Contract Dated: This Certificate of Substantial Completion applies to all Work that has been sufficiently completed in accordance with the Contract Documents and as modified by any change orders agreed to by the parties, so that the County and/or Owner can utilize the project for the use for which it was intended, except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 14 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: Lien Waiver (General Contractor) (Page 1 of 2) TO: Weld County Public Works Attn: Erich Green, P.E., Engineer III P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: Project: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Invitation for Bids, Bid No. B2500001. Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all claims on the part of our material suppliers, laborers, employees, servants and agents or subcontractors arising from our Work on the Project, and we further agree to reimburse the Board of County Commissioners of Weld County for any and all costs, including reasonable attorney fees, which they may incur as a result of such claims. Contractor By: Title: Date: Lien Waiver (General Contractor) (Page 2 of 2) State of ) ss. County of ) The foregoing instrument was acknowledged before me this day of , 2025, by My commission expires: Notary Public Lien Waiver (Subcontractors) Project WCR 37 From WCR 8 to SH 52 Mill and Overlay Project To All Whom It May Concern: Whereas, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of Weld, State of Colorado of which Weld County is the Owner. NOW, THEREFORE, this day of , 2025, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (Name of sole ownership, corporation or partnership) (Seal) (Affix Corporate seal here) (Signature of Authorized Representative) Title: Instructions for Final Waiver A. Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. B. Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. C. If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. D. Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. E. Amount shown should be the amount actually received and equal to total amount of contract as adjusted. F. If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. Notice of Final Acceptance (Example) TO: Date: RE: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in Bid No. B2500001. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about , 2025. Final acceptance does not relieve the Contractor of the minimum one (1) year guarantee on all work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. By: Erich Green, P.E., Engineer III Weld County, Colorado, Owner Acceptance of Notice Receipt of the above Notice to Proceed is hereby acknowledged by: Dated this day of 2025. By (Contractor) Title December 18, 2024 Weld County Project Special Provisions Attachment 2 — Weld County Project Special Provisions The Weld County Project Special Provisions have been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. Table of Contents Attachment 2 — Weld County Project Special Provisions 1 Notice to Bidders 4 Commencement and Completion of Work 6 Certified Payroll Requirements — For Construction Contracts On -the -Job Training (OJT) Contract Goal Disadvantaged Business Enterprise — Contract Goal Force Account Items Revision of Section 101 Revision of Section 102 Revision of Section 103 Revision of Section 104 Revision of Section 105 Revision of Section 106 Revision of Section 107 Revision of Section 108 Revision of Section 109 Revision of Section 201 Revision of Section 202 Revision of Section 203 Revision of Section 208 Revision of Section 209 Revision of Section 212 Definition of Terms Bidding Requirements and Conditions Consideration of Proposals (Best Value Contract) Scope of Work Control of Work Control of Material Legal Relations and Responsibility to Public Prosecution and Progress Measurement and Payment Clearing and Grubbing Removal of Structures and Obstructions Excavation and Embankment Erosion Control (Under 1 Acre Disturbance) Watering and Dust Palliatives Seeding, Fertilizer, Soil Conditioner, and Sodding Revision of Section 213 — Mulching Revision of Sections 304 and 703 — Aggregate Base Course Revision of Section 401 — Plant Mix Pavements - General Revision of Section 403 — Hot Mix Asphalt Revision of Section 411 — Asphalt Materials Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements • • A• A A ^ A• A Revision of Section 626 — Mobilization Revision of Section 627 — Pavement Marking Revision of Section 629 — Survey Monumentation Revision of Section 630 — Traffic Control Management Revision of Section 632 — Night Work Lighting Traffic Control — General Utilities Coordination 8 9 10 11 12 19 21 23 32 79 119 132 139 149 150 157 172 211 212 236 238 243 252 258 259 267 274 276 277 280 285 289 291 Page 1 of 292 December 18, 2024 Weld County Project Special Provisions The Weld County Conformed Version of the Colorado Department of Transportation 2023 Standard Specifications for Road and Bridge Construction, the latest edition of the CDOT Field Materials Manual (as amended), and the latest edition of the CDOT Construction Manual (as amended) provide the standards and specifications for the construction of this project. The latest revisions to formerly issued Standard Special Provisions (SSP) and Project Special Provisions (PSP) that modify the CDOT 2023 Standard Specifications for Road and Bridge Construction are hereby incorporated by reference. The following Weld County Project Special Provisions supplement or modify the Standard Specifications and take precedence over the CDOT 2023 Standard Specifications, the CDOT SSP, the CDOT PSP, and plans and are provided to the Contractor as a courtesy. The Weld County Project Special Provisions are hereby incorporated into the Contract. Page 2 of 292 December 18, 2024 Weld County Project Special Provisions Summary Table for Each Project Special Revision that is Applicable to this Project. Section Name Date of Number Pages Weld County Project Special Provisions 12-18-2024 3 Notice to Bidders 12-18-2024 2 Commencement and Completion of Work 12-18-2024 2 12-18-2024 1 Certified Payroll Requirements — For Construction Contracts On -the -Job Training (OJT) Contract Goal 12-18-2024 1 Disadvantaged Business Enterprise — Contract Goal 12-18-2024 1 Force Account Items 12-18-2024 1 Revision of Section 101 — Definition of Terms 12-18-2024 7 Revision of Section 102 — Bidding Requirements and Conditions 12-18-2024 2 Revision of Section 103 — Consideration of Proposals (Best Value) 12-18-2024 2 Revision of Section 104 — Scope of Work 12-18-2024 9 Revision of Section 105 — Control of Work 12-18-2024 47 Revision of Section 106 — Control of Material 12-18-2024 40 12-18-2024 13 Revision of Section 107 — Legal Relations and Responsibility to Public Revision of Section 108 — Prosecution and Progress 12-18-2024 7 Revision of Section 109 — Measurement and Payment 12-18-2024 10 Revision of Section 201 — Clearing and Grubbing 12-18-2024 1 Revision of Section 202 — Removal of Structures and Obstructions 12-18-2024 7 Revision of Section 203 — Excavation and Embankment 12-18-2024 15 Revision of Section 208 — Erosion Control 12-18-2024 39 Revision of Section 209 — Watering and Dust Palliatives 12-18-2024 1 Revision of Section 212 — Seeding, Fertilizer, Soil Conditioner, and 12-18-2024 24 Sodding Revision of Section 213 — Mulching 12-18-2024 2 12-18-2024 5 Revision of Sections 304 and 703 — Aggregate Base Course Revision of Section 401 — Plant Mix Pavements - General 12-18-2024 9 12-18-2024 6 Revision of Section 403 — Hot Mix Asphalt Revision of Section 411 — Asphalt Materials 12-18-2024 1 12-18-2024 8 Revision of Sections 420 and 712 — Geosynthetics & Geogrid Reinforcements Revision of Section 625 — Construction Surveying 12-18-2024 7 Revision of Section 626 — Mobilization 12-18-2024 2 12-18-2024 1 Revision of Section 627 — Pavement Marking Revision of Section 629 — Survey Monumentation 12-18-2024 3 Revision of Section 630 — Traffic Control Management 12-18-2024 5 Revision of Section 632 — Night Work Lighting 12-18-2024 4 Traffic Control - General 12-18-2024 2 Utilities Coordination 12-18-2024 2 Page 3 of 292 December 18, 2024 Notice to Bidders Notice to Bidders The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details with an authorized Department representative. Information regarding the project may be obtained from the following authorized representatives. Erich Green, P.E. Project Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3741 egreen@weld.gov Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3749 ddunker@weld.gov The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. A mandatory pre -bid conference will be held on January 8, 2025 beginning at 10 a.m. at 1111 H St, Greeley, CO 80632, Public Works Conference Room. Bids will be accepted only from pre - qualified bidders who attend the mandatory pre -bid conference. Questions received from bidders along with Weld County responses will be posted on the BidNet Direct website as an addendum to the bid documents. If the bidder has a question or requests clarification that involves the bidder's innovative or proprietary means and methods, phasing, scheduling, or other aspects of construction of the project, the Project Engineer will address the question or clarification. The Engineer will keep the bidder's innovation confidential and will not share this information with other bidders. Weld County recognizes proposers may submit alternate technical concepts (ATCs) that are innovative or proprietary in nature with their proposal submission. During the bidding process, if the proposer asks questions related to an ATC, those questions shall be submitted separately with the email title of "Alternate Technical Proposal — Confidential". If the Engineer agrees that a question warrants confidentiality, the Engineer will answer the question, and keep both question and answer confidential. Weld County will keep a record of both question and answer in their confidential file. If the Engineer determines that a question does not warrant confidentiality, the bidder may withdraw the question. If the bidder withdraws the question, the Engineer will not answer the question and the question will not be documented on BidNet Direct. If the bidder does not Page 4 of 292 December 18, 2024 Notice to Bidders withdraw the question, the question will be answered, and both the question and answer will be posted on BidNet Direct. All questions shall be directed to the contacts listed above with a copy to bidsweld.gov no later than January 13, 2025 at 7:00 a.m. Final questions and answers will be posted no later than January 14, 2025. Questions and answers shall be incorporated into the bid documents and shall become part of Exhibit A to the Contract. End of Section Page 5 of 292 December 18, 2024 Commencement and Completion of Work Commencement and Completion of Work The Contractor shall commence work under the Contract as required in the "Notice to Proceed" letter and will complete all work by May 30, 2025 unless the period for completion is extended otherwise by the County. The work is a completion date contract. One calendar day of contract time will be assessed for each calendar day from the date that Contract time starts excluding Saturdays, Sundays, and holidays (except with written approval). No weather days or less than full time charges days will be granted in this contract. Anticipated Notice to Proceed — March 26, 2025 Anticipated Submittals and Pre -Con Meeting — March 27, 2025 to April 2, 2025 Anticipated Mobilization and Start of Construction — April 3, 2025 The following additional work schedule conditions shall apply, and the full amount of daily liquidated damages shall apply if any of the associated work is not completed by the dates specified: Construction Phasing Plan Phase 'I — Milestone Completion Date — April 25, 2025 Complete all work through final proposed condition at south end of project (Sta 10+00 to Sta 14+00). All work shall be completed under daytime lane closures and the entire WCR 37 / WCR 8 roadways and intersection opened to public traffic at the end of each work day: Work through the final proposed condition for Phase 1 of the project specifically includes: 1. Installation of initial erosion control. 2. Clearing and grubbing (shoulder areas only, as necessary to minimize disturbance). 3. Locating, preserving, and referencing existing section corner monument. Adjustment or removal of monument box to facilitate HMA milling. 4. HMA milling. 5. Temporary striping. 6. HMA patching, repair of underlying earthwork. 7. Construction surveying. 8. Final adjustment or replacement of monument box to correspond with HMA paving surface. 9. HMA paving. 10. Shouldering. 11. Final striping including installation of preformed thermoplastic pavement markings (stop bars). Page 6 of 292 December 18, 2024 Commencement and Completion of Work P hase 2 — All Remaining Work Completion Date — May 30, 2025 (Sta 14+00 to north end of project) All work shall be completed under road closures/detours but allow local access through the project for residents and services (including but not limited to emergency vehicles, school buses, U S Postal service, trash collection, etc.) Section 108 of the Standard Specifications is hereby revised for this project as follows: Salient features to be shown on the Contractor's Progress Schedule are: 1. Mobilization 2. Construction Surveying 3. Traffic Control 4. Installation of Initial Erosion Control 5. Clearing and Grubbing 6. Survey Monument Locating, Preserving and Referencing 7. Survey Monument Box Adjustments 8. Removal of Asphalt Mat 9. Repair of Earthwork Soft Spots 10. Hot Mix Asphalt (HMA) Patching 11. HMA Paving 12. Shouldering 13. Aggregate Base Course (ABC) Surface Tie -Ins at Accesses and Intersecting Roads 14. Installation of Final Erosion Control 15. Final Striping 16. Project Completion S ubsection 108.03 shall include the following: The Contractor's progress schedule shall be updated weekly at the weekly progress meeting which is to be held by the Contractor. Failure to submit a reasonable schedule as required may result in the County withholding payment to the Contractor. End of Section Page 7 of 292 December 18, 2024 Certified Payroll Requirements — For Construction Contracts Certified Payroll Requirements — For Construction Contracts Davis -Bacon and Related Acts (DBRA) requirements shall not apply to this Project. End of Section Page 8 of 292 December 18, 2024 On -the- Job Training (OJT) Contract Goal On -the -Job Training (OJT) Contract Goal The Department has determined that OJT shall not be required on this Project. Minimum number of total OJT required 0 (Zero) hours. End of Section Page 9 of 292 December 18, 2024 Disadvantaged Business Enterprise — Contract Goal Disadvantaged Business Enterprise — Contract Goal This is a not federally -assisted construction project. DBE goals are not required. Zero Percent (0%) DBE participation End of Section Page 10 of 292 December 18, 2024 Force Account Items Force Account Items Description This special provision contains the County's estimate for force account items included in the Contract. The estimate amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payments bonds. Force Account work shall be performed as directed by the Engineer. Basis of Payment Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Estimated Amount Force Account Item Quantity F/A Minor Contract Revisions $250,000 F/A $15,000 F/A Fuel Cost Adjustment F/A F/A Asphalt Cement Cost Adjustment $20,000 F/A F/A Erosion Control $15,000 F/A F/A Minor Contract Revisions — This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work for this contract. F/A Fuel Cost Adjustment — This account will pay for changes in fuel in accordance with the steps outlined in Section 109.06(1) of the Revised Standards and Specifications in use for this project. To utilize this force account, the Contractor must choose to take the asphalt cement adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the asphalt cement adjustment after the bids are opened. F/A Asphalt Cement Cost Adjustment - Adjustment will be made in accordance with the subsection 109.06(j). To utilize this force account, the Contractor must choose to take the asphalt cement adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the asphalt cement adjustment after the bids are opened. F/A Erosion Control — This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work for this contract. All items shall be pre -approved by the engineer prior to installation or they will be no cost to the project. End of Section Page 11 of 292 December 18, 2024 Revision of Section 101 - Definition of Terms Revision of Section 101 - Definition of Terms Technical Specifications related to construction materials and methods for the work required under this contract shall consist of the "CDOT Standard Specifications for Road and Bridge Construction" dated 2023, Weld County Project Special Provisions (PSP), CDOT Standard S pecial Provisions (SSP), and CDOT Project Special Provisions. Where the Contract Documents, Weld County PSP, or the Specifications contradict one another, the more stringent specification shall apply. Weld County at its sole discretion shall determine which specification is more stringent. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows in Section 101.02: S ubsection 101.02 shall be revised to include the following: 101.02 Definitions, alphabetically. All references (as applicable) to State, CDOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duly authorized representative or agent. As -Built Plans. A set of drawings showing actual elevations and other pertinent information related to the finished construction project. The drawings shall be stamped and dated by a Colorado licensed professional engineer or land surveyor. Also known by As -Constructed Drawings. Build America, Buy America (BABA) Requirements: Division G, title IX, subtitle A, parts I -II, sections 70901 through 70927 of the Infrastructure Investment and Jobs Act (Pub. L. 117-58) and 2 CFR Parts 184 and 200. The "domestic content procurement preference" set forth in section 70914 of the Build America, Buy America Act, requires that all construction materials and manufactured products incorporated into the project are produced in the United States. Buy America (BA) Requirements: FHWA Buy America statutory provisions are in 23 U .S.C.313 and the regulatory provisions are in 23 CFR 635.410, which requires that all of the steel and iron incorporated into the project is produced in the United States. For other policy and guidance links, see the FHWA Construction Program Guide. Buy America Preferences for Infrastructure Projects: Requirements for federal -aid funded highway projects as outlined and encompassed in 2 CFR Part 184. Chief Engineer. The Weld County Department of Public Works individual who is identified as the County Engineer. Component: An article, material, or supply, whether manufactured or unmanufactured, incorporated directly into: (i) a manufactured product; or, where applicable, (ii) an iron or steel product. Page 12 of 292 December 18, 2024 Revision of Section 101 — Definition of Terms Construction Material: Includes an article, material, or supply that consist of only one of the following items listed and means articles, materials, or supplies that consist of only one of the items listed in paragraph (1) of this definition, except as provided in paragraph (2). To the extent one of the items listed in paragraph (1) contains as inputs other items listed in paragraph (1), it is nonetheless a construction material. (1) The listed items are: (i) Lumber; (ii) Engineered wood; (iii) Drywall. (iv) Minor additions of a Non-ferrous metals; (v) Plastic and polymer -based products (including polyvinylchloride [PVC], composite building materials, and polymers used in fiber optic cables); (vi) Glass (including optic glass); (vii) Fiber optic cable (including drop cable); (viii) Optical fiber; (2) Minor additions of articles, materials, supplies, or binding agents to a construction material do not change the categorization of the construction material. Contract: The written agreement between Weld County through the Public Works Department and the Contractor, setting forth the obligations of the parties for the performance of the work and the basis of payment. The Contract includes the invitation for bids, proposal, contract bonds, standard specifications, supplemental specifications, special provisions, general and detailed plans, Notice to Proceed, contract modification orders, and authorized extensions of time, all of which constitute one instrument. Contract Modification Order. A written order issued to the Contractor by the Department covering contingencies, extra work, increases or decreases in contract quantities, and additions or alterations to the plans or specifications, within the scope of the Contract, and establishing the basis of payment and time adjustments for the work affected by the changes. The Contract Modification Order is the only method authorized for changing the Contract. Contract Modification Orders must be approved as established in subsection 105.14. Contractor. The individual, firm, or corporation contracting with Weld County through the Public Works Department for performance of prescribed work. Page 13 of 292 December 18, 2024 Revision of Section 101 — Definition of Terms Cost of Components for Manufactured Products: In determining whether the cost of components for manufactured products is greater than 55 percent of the total cost of all components, use the following instructions: 0) for components purchased by the manufacturer, the acquisition cost, including transportation costs to the place of incorporation into the manufactured product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (ii) components manufactured by the manufacturer, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (i) of this section, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the manufactured product. County. Weld County or Weld County Public Works. Department. The Weld County Public Works Department. Engineer. The Weld County Director of Public Works or designated who is responsible for engineering and administrative supervision of the project. Also called Resident Engineer or Project Engineer. Holidays. Holidays recognized by Weld County are: • New Year's Day: Wednesday, January 1, 2025 • Martin Luther King, Jr. Day: Monday, January 20, 2025 • President's Day: Monday, February 17, 2025 • Memorial Day: Monday, May 26, 2025 • Independence Day: Thursday, July 3 and Friday, July 4, 2025 • Labor Day: Monday, September 1, 2025 • Veterans Day: Tuesday, November 11, 2025 • Thanksgiving: Thursday, November 27 and Friday, November 28, 2025 • Christmas: Thursday, December 25 and Friday, December 26, 2025 When one of the holidays falls on a Sunday, the following Monday shall be considered a holiday. When one of the holidays falls on a Saturday, the preceding Friday shall be considered a holiday. Hours of Operation. Sunrise to 1/2 hour before sunset unless otherwise approved in writing by the Engineer. Infrastructure Project: Includes, at a minimum, the structures, facilities, and equipment for, in the United States, roads, highways, and bridges; public transportation; dams, ports, harbors, and other maritime facilities; intercity passenger and freight railroads; freight and intermodal facilities; airports; water systems, including drinking water and wastewater systems; electrical transmission facilities and systems; utilities; broadband infrastructure; and buildings and real property. Infrastructure includes facilities that generate, transport, and distribute energy. Page 14 of 292 December 18, 2024 Revision of Section 101 - Definition of Terms Iron or Steel Product: Articles, materials, or supplies that consists wholly or predominantly of iron or steel or a combination of both. Typical iron and steel products subject to Buy America preferences include, but is not limited to, structural and reinforcing steel incorporated into pavements, bridges, and buildings (such as maintenance facilities); steel rail; and other equipment. Manufactured Product: (1) Articles, materials, or supplies that have been: (i) Processed into a specific form and shape; or (ii) Combined with other articles, materials, or supplies to create a product with different properties than the individual articles, materials, or supplies. (2) If an item is classified as an iron or steel product, a construction material, or a section 70917(c) material under the definitions set forth in this section, then it is not a manufactured product. However, an article, material, or supply classified as a manufactured product under paragraph (1) of this definition may include components that are construction materials, iron or steel products, or section 70917(c) materials. Manufacturer: The entity that performs the final manufacturing process that produces a manufactured product. Method Statement. A written procedure from the Contractor detailing how a specific task will be completed including the expected resources and production rates required to complete the task. P re -construction Conference. A meeting of Weld County personnel, Contractor project personnel, and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. P redominantly of iron or steel or a combination of both: Means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components. P roduced in the United States: (1) Steel or Iron Products: All manufacturing processes, from the initial melting/smelting stage through the application of coatings, occurred in the United States. (2) Manufactured Products: Page 15 of 292 December 18, 2024 Revision of Section 101 - Definition of Terms (i) The product was manufactured in the United States; and (ii) The cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard that meets or exceeds this standard has been established under applicable law or regulation for determining the minimum amount of domestic content of the manufactured product. (3) Construction materials: All manufacturing processes for the construction material occurred in the United States per 106.11(f) of this specification. Project Engineer. The Department's duly authorized representative who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project under contract. Also called the "Resident Engineer" or "Engineer". Region Transportation Director. The Director of Public Works or designated representative responsible for construction, maintenance, and safety activities, within the geographical jurisdiction established by the Department. The Director is responsible for acting on written appeals made by the Contractor relating to contract claims for additional compensation or extension of contract time. Resident Engineer. The County's full-time engineer directly responsible for the overall administration of the assigned construction project. Only a Resident Engineer can approve and sign vouchers for interim and final Contractor pay estimates. Also referred to as the Engineer or Project Engineer. Roadway Prism: The portion of the roadway defined as the prism of embankment situated from beneath the shoulders and paved structure and inside the lines projected downward and outward on a one-to-one slope from edge of gravel shoulders to edge of gravel shoulder or back of curb to back of curb (as applicable) to their intersection with the base of the embankment. Safety Critical Work. Elements of the work that, if performed improperly, could encroach upon and endanger traffic that is following all traffic regulations. Safety critical work may include work elements performed under one or more of the following situations: (1) Work that is constructed on, over, or near a traffic route and could become unstable over time if installed improperly. (2) Work that requires the use of lifting devices in the vicinity of traffic. (3) Elements of work considered safety critical for the project will be identified in Section 107 - Performance of Safety Critical Work. (4) "Traffic" is defined as the vehicles, railroad, pedestrians, aircraft, and watercraft moving along a route. The route may be permanent or temporary, such as a detour. Page 16 of 292 December 18, 2024 Revision of Section 101 - Definition of Terms Section 70917(c) Materials: Cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives. See section 70917(c) of the Build America, Buy America Act. State. Weld County acting through its authorized representative. Subcontractor. An individual, firm, corporation, or other legal entity at any tier to whom the Contractor sublets part of the Contract. A subcontractor shall include an individual, firm, corporation, or other legal entity who meets one or both of the following criteria: (a) Establishes a fabricating process or facility exclusively for the use of the Project, whether on or off the site of work per 29 CFR 5.2 Site of Work (1)(i)(ii)(iii). (b) Performs work that is incorporated within the Project limits. Subgrade. The top surface of a roadbed upon which the pavement structure, shoulders, and curbs are constructed. Subgrade that has been treated with lime, fly ash, cement kiln dust, or combinations thereof for stabilization will be considered subbase. Subgrade shall also include aggregate base course materials. Substantial Completion. The completion of all payable work as shown on the pay application. Only non -payable or minor items, as determined by Weld County in its sole discretion, may be placed on the Substantial Completion punchlist. Supplier: An individual, firm, or corporation who meets all of the following criteria: (a) Sells manufactured materials as a broker, distributor, dealer, manufacturer, or wholesaler who may or may not deliver the materials to the site of work. (b) The manufacturing of the materials, articles, supplies, or equipment used for the contract that is being supplied shall come from a facility or facilities that: (1) Is not located on, nor does itself constitute, the project or contract's primary construction site or secondary construction site as defined in 29 CFR 5.2; and (2) Either was established before opening of bids on the contract, or is not dedicated exclusively, or nearly so, to the performance of the contract. (c) The supplier's only obligations for activity on the contract is the delivery of materials, articles, supplies, or equipment, which may include pickup of the same in addition to, but not exclusive of, delivery, and which may also include activities incidental to such delivery and pickup, such as loading, unloading, or waiting for materials to be loaded or unloaded; and Page 17 of 292 December 18, 2024 Revision of Section 101 — Definition of Terms (d) If an entity, in addition to being engaged in the activities specified in paragraph (c) of this definition, also engages in other construction, prosecution, completion, or repair on the site of the work, then this entity is not a supplier but a contractor. End of Section Page 18 of 292 December 18, 2024 Revision of Section 102 — Bidding Requirements and Conditions Revision of Section 102 — Bidding Requirements and Conditions Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.01 shall be deleted and replaced with the following: 102.01 Bidding Procedures. The bidder shall follow the bidding procedures contained in the Contract Documents. Only bidders who attended a mandatory pre -bid meeting will be allowed to bid on any project. Bidders must also be on the CDOT Prequalified Contractor's List a minimum of 10 days prior to the bid opening date in order to bid on any project. Subsection 102.02 shall be deleted and replaced with the following: 102.02 Contents of Proposal Forms. The Department will publish bidding opportunities to prospective bidders at www.bidnetdirect.com. The forms on this website will state the location and description of the contemplated construction and will show the estimate of the various quantities and types of work to be performed or materials to be furnished and will have a schedule of items for which unit bid prices are invited. The proposal form will state the time in which the project must be completed, the amount of the proposal guaranty, and the date, time, and place of the opening of proposals. All bidders on the projects shall submit bids by one of the following methods: 1. Preferred: email Proposals to bids@weld.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. 2. If vendor does not submit the proposal via email, a sealed Proposal 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. 3. 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. The plans, specifications, and other documents designated in the proposal form, shall be considered a part of the proposal. Subsection 102.04 shall be deleted and replaced with the following: 102.04 Interpretation of Plans and Specifications. Any changes to proposal forms, plans, or specifications before the opening of proposals will be issued by the Department through posting of the changes on www.bidnetdirect.com. Certain individuals are named in the project Page 19 of 292 December 18, 2024 Revision of Section 102 — Bidding Requirements and Conditions specifications who have authority to provide information, clarification or interpretation to bidders before opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. Subsection 102.05 shall be revised to include the following: Weld County does not warrant any CAD data. This information is not considered to be part of the Contract and is provided to the Contractor as a courtesy. If the bidders use the CAD data in preparing a proposal or planning and prosecuting the work, it is at their own risk, and bidders are responsible for all conclusions, deductions, and inferences drawn from the CAD data. The CAD data shall not be used in relation to any request for additional time or compensation. After the proposals have been opened, the winning bidder may obtain electronic sets of plans and special provisions (PDF, CAD files) at no cost. Subcontractors and suppliers may obtain plans from the successful bidder. Subsection 102.07 shall be revised to include the following: (10) If the bidder is not in good standing with the Federal Government's System of Award Management (SAM). (11) If the bidder is not listed on CDOT's Prequalified Contractors List a minimum of 10 days prior to bid opening. (12) If the proposal does not follow the general rules outlined in the request for bids/proposals (i.e., does contain all required forms, surpasses the allowed number of pages, etc.). End of Section Page 20 of 292 December 18, 2024 Revision of Section 103 - Consideration of Proposals (Best Value Contract) Revision of Section 103 - Consideration of Proposals (Best Value Contract) Section 103 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 103.01 and replace with the following: 103.01 Consideration of Proposals. After the proposals (bids) are opened and read, they will be evaluated and the Contract awarded or rejected in accordance with the "Rules" referenced in subsection 102.01. When the bid is awarded using the "Best Value" process, all bidders shall submit a completed Contractor's Performance Capability Statement, Form 605, and Assignment of Antitrust Claims, Form 621 with their bid. Failure to submit the Forms 605 and 621 may result in the rejection of the Proposal. (a) When the project is not funded with CDOT or Federal funds, subsection 103.01(b) shall not apply. The bid documents shall indicate if the project is being funded with CDOT or Federal funds. (b) When a project is funded with CDOT or Federal funds the bidder must comply with the following: To be eligible for contracting with Weld County on a CDOT or Federally funded project, the apparent low responsible bidder shall have an account in the B2GNow software system. Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts shall be attached to all contracts and subcontracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The Contractor and all subcontractors who are subject to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPTracker, using the following web link: https://prod.lcptracker.net/WebForms/login.aspx. The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within LCPTracker and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the contract, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. Each construction subcontractor shall submit their payrolls directly into LCPTracker for approval by the Contractor. In the event that the Contractor or the sub -contractors do not Page 21 of 292 December 18, 2024 Revision of Section 103 — Consideration of Proposals (Best Value Contract) submit properly completed payrolls to LCPTracker, Weld County shall withhold any pay applications until all payrolls have been properly submitted and accepted. The Contractor shall submit and approve their own payrolls in LCPTracker. The Contractor is responsible for ensuring all of the subcontractors submit and approve their own payrolls in LCPTracker. The Contractor shall be responsible for providing all technical support to all of the subcontractors. In the event, the Contractor cannot provide the technical support to all subcontractors, the Contractor shall coordinate directly with LCP-Tracker for the required technical support. Weld County will not provide technical support to the Contractor or subcontractors. Weld County will accept or reject weekly payrolls for the Contractor. End of Section Page 22 of 292 December 18, 2024 Revision of Section 104 - Scope of Work Revision of Section 104 - Scope of Work Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02(a) shall be deleted and replaced with the following: (a) Differing Site Conditions. It is the County's expectation to complete this project with no change orders resulting in additional cost unless such change orders are initiated by the County. Change orders for differing site conditions will be entertained by the County in the event of extraordinary circumstances. However, the County is under no obligation to approve said change orders. No cost change orders, reduction in cost change orders, and County initiated change orders may occur. The Contractor shall not be entitled to a change order for Differing Site Conditions. By way of example, Differing Site Conditions not eligible for a change order include but are not limited to: (1) Encountering groundwater. (2) Discovery of debris (buried or unburied within the ROW). (3) Existing asphalt thicknesses that are different than expected. (4) Increased costs or delays due to relocations of utilities and/or oil and gas facilities. (5) Increased costs due to ROW or easement acquisitions. (6) Discovery of unknown or private utilities such as water, sewer, gas, electric, phone, irrigation, oil, etc. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. (8) Discovery of unknown irrigation facilities, field drain tiles/lines, landscape irrigation systems, or water wells. (9) On -site soils not suitable for structural foundations or embankments. (10) Unsuitable materials excavation. (7) (11) High water levels in drainageways due to stormwater runoff or snowmelt. The Contractor shall be expected to manage the risks associated with flows in the drainageways in order to meet the project completion date. (12) Frozen ground. Page 23 of 292 December 18, 2024 Revision of Section 104 — Scope of Work During the progress of work, if extraordinary conditions are discovered, the party discovering such conditions shall promptly notify the other party in writing of the specific conditions before the site is disturbed and the affected work is performed. The Contractor shall bear the burden of proving that a Differing Site Condition is an extraordinary circumstance, and that the Contractor could not have reasonably worked around the condition so as to avoid additional costs. Each request for a change order relating to a differing site condition shall be accompanied by a statement signed by a qualified professional setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change order under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. Upon written notification, the Engineer will investigate the conditions, and determine if an extraordinary condition exists that will cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment, excluding anticipated profits will be made and the Contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether or not an adjustment of the Contract is warranted. No Contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. Subsections 104.02(c)(1) and 104.02(c)(2) shall be revised as follows: (1) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction, and (2) When a major item of work is increased in excess of 150 percent of the original contract quantity or decreased below 25 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 150 percent of original contract item quantity, or in case of a decrease below 25 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value in excess of 10 percent of the original contract amount. Subsection 104.04, Paragraph 3 shall be deleted and replaced with the following: Portions of the roadway that are not included in the Contract Work will be maintained by the Department. Snow removal outside of the soft closure limits for the project will be the responsibility of the Department unless otherwise specified in the Contract. The Contractor shall be responsible for snow removal outside of the project limits to the nearest intersection(s) or the soft closures for the project The soft closure limits for this project are: (1) South side of the WCR 37 and WCR 8 Intersection (2) South side WCR 37 and SH 52 Intersection Page 24 of 292 December 18, 2024 Revision of Section 104 — Scope of Work (3) East and west of the nearest edge of WCR 37 for a minimum of 300 feet at each intersecting County Road and Subdivision Road (i.e. Sage Brush Way, Fair Lane, WCR 10, Clara Lee Street, and WCR 12) S now removal within the project limits and to the nearest intersections/soft closures shall also be the responsibility of the Contractor and shall not be measured and paid for separately but shall be included in the Work. S now removal within the project limits and to the nearest intersections shall be done within 24 hours after the end of the storm in order to provide local residents with access to their property. The Contractor shall be responsible for maintaining all work that is included in the Contract, and maintaining approaches, crossings, intersections, and other features as may be necessary to accommodate traffic without direct compensation, except as provided in the Contract or described in (a) and (b) below. Subsection 104.05 shall be deleted and replaced with the following: 104.05 Rights in and Use of Materials Found on the Work. The Contractor shall not excavate or remove any material from within the roadway, which is not within the grading limits, as indicated by the slope and grade lines, without authorization from the Engineer or Inspector. S nless otherwise provided, the material from structures designated for removal shall become the Contractor's property. S ubsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled to a disposal site approved by the Engineer. Excess soil materials including topsoil generated from the project shall not be disposed of within the project area unless written authorization is provided by the Engineer. Backfill areas shall be graded such that the final grades are similar to the final grades as described in the Contract Drawings, unless otherwise directed by the Engineer. The Contractor shall be responsible for removing all construction debris and trash from the jobsite on a daily basis. Any construction debris and trash which may be washed away shall be located, removed, and disposed of away from the site at a certified landfill location. Trash and debris shall be collected and disposed of at no additional cost to the project. Any petroleum products accidentally spilled or leaked shall be cleaned up and disposed of immediately. The Contractor shall be held liable for any damages resulting from the spillage or leakage of any hazardous materials within the project area. S ubsection 104.07 shall be deleted and replaced with the following: 104.07 Value Engineering Change Proposals by the Contractor. The Contractor is encouraged to develop and offer proposals for improved construction techniques, alternative Page 25 of 292 December 18, 2024 Revision of Section 104 — Scope of Work materials, and other innovations. Proposals must provide a project comparable to the original design either at lower cost, improved quality, or both. Proposals that lower the quality of the intended project will be rejected. Bid prices shall not be based on the anticipated approval of a Value Engineering Change Proposal (VECP). Proposals shall be submitted only by the successful bidder after contract award. If a VECP is rejected, the work shall be completed per the Contract at contract bid prices. Any delay to the project due to a VECP submittal and review shall be considered within the Contractor's control and will be non -excusable with the exception of those delays that are approved as part of the VECP. Proposals shall be categorized as VECP (Category A) or VECP (Category B). VECPs (Category A) will be all proposals that involve the design and construction of a structure including but not limited to a bridge, retaining wall, concrete box culvert, or building. A VECP (Category A will also include any proposal that would result in a change of original bid items that totals over $250,000. Alternatives investigated and not selected in the project Structural Selection Reports may be presented in a VECP if significant benefits can be demonstrated to the Engineer. In addition, design criteria and constraints listed in the Structural Selection Report cannot be modified or relaxed as part of a VECP unless significant and previously unknown benefits can be proven to the Engineer. Experimental or demonstration -type design concepts, products, structures, or elements that have not been pre -approved by the Department, in writing, for general use will be considered a VECP (Category A). Category A proposals will also result in a realized and shared cost savings to the Department. Cost savings generated to the Contract as a result of VECP offered by the Contractor and accepted by the Department shall be shared equally between the Contractor and the Department. All other VECPs that do not meet the previous requirements will be classified as a VECP (Category B). Net cost savings on VECPs shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification. VECPs shall be submitted before the start of construction activities relating to the VECP. Both VECP (Category A) and VECP (Category B) will produce savings to the Department or provide improved project quality without impairing essential functions and characteristics of the facility. Essential functions include but are not limited to service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor may submit either a full VECP or a preliminary Conceptual VECP, followed by a full proposal. These proposals are subject to rejection at any time if they do not meet the criteria outlined in this subsection. (a) Submittal of Conceptual Proposal. For a VECP (Category A) that requires a significant amount of design or other development resources, the Contractor may submit an abbreviated Conceptual Proposal for preliminary evaluation. The Engineer will evaluate Page 26 of 292 December 18, 2024 Revision of Section 104 — Scope of Work the information provided. The Contractor will then be advised in writing if any conditions or parameters of the Conceptual Proposal are found to be grounds for rejection. Preliminary review of a conceptual proposal reduces the Contractor's risk of subsequent rejection but does not commit the Department to eventual approval of the full VECP. The following information shall be submitted for each Conceptual Proposal: 1. Statement that the proposal is submitted as a Conceptual VECP. 2. General description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor shall request in writing the necessary information from the Engineer. 3. One set of conceptual plans and a description of proposed changes to the Contract specifications. 4. Estimate of the anticipated cost savings or increase. 5. Statement specifying the following: A. When a response to the conceptual proposal from Weld County is required to avoid delays to the existing contract prosecution. B. The amount of time necessary to develop the full Proposal. C. The date by which a Contract Modification Order must be executed to obtain maximum benefit from the Proposal. D. The Proposal's impact on time for completing the Contract. (b) Submittal of Full Value Engineering Change Proposal. The following materials and information shall be submitted for both Category A and Category B VECPs: 1. A statement that the proposal is submitted as a VECP: 2. A description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease and cost of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor shall request in writing the necessary information from the Engineer. Page 27 of 292 December 18, 2024 Revision of Section 104 — Scope of Work 3. A complete set of plans and specifications showing the proposed revisions relative to the original Contract. This portion of the submittal shall include design notes and construction details. The Contractor's Engineer shall electronically seal the proposed plans and specifications. 4. A cost comparison, summarizing all of the items that the proposed VECP replaces, reduces, eliminates, adds, or otherwise changes from the original Contract work, including all impacts to traffic control, detours and all other changes. The cost comparison shall not include cost savings resulting from purportedly decreased inspection or testing requirements, or the Department's overhead. All costs and proposed unit prices shall be documented by the Contractor. 5. A statement specifying the date by which a Contract Modification Order must be executed to obtain the maximum cost reduction during the remainder of the Contract and the date when a response from the Department is required to avoid delays to the prosecution of the Contract. 6. A statement detailing the effect the Proposal will have on the time for completing the Contract. 7. A description of any previous use or testing of the proposed changes and the conditions and results. If the Proposal was previously submitted on another the Department project, the proposal shall indicate the date, Contract number, and the action taken by the Department. 8. An estimate of any effects the VECP will have on other costs to the Department. 9. A statement of life cycle costs, when appropriate. Life cycle costs will not be considered as part of cost savings but shall be calculated for additional support of the Proposal. A discount rate of four percent shall be used for life cycle calculations. (c) Evaluation. VECP will be evaluated by Weld County per the CDOT Construction Manual. Additional information needed to evaluate Proposals shall be provided in a timely manner. Untimely submittal of additional information will result in rejection of the Proposal. Where design changes are proposed, the additional information shall include results of field investigations and surveys, design and computations, and changed plan sheets required to develop the design changes. 1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The Engineer may reject any Proposal that requires excessive time or costs for review, evaluation, or investigation. The Engineer may reject proposals that are not consistent with the Department's design criteria for the project. 2. VECPs, whether or not approved by the Department, apply only to the ongoing Contracts referenced in the Proposal and become the property of the Department. Proposals shall contain no restrictions imposed by the Contractor on their use or Page 28 of 292 December 18, 2024 Revision of Section 104 — Scope of Work disclosure. The Department has the right to use, duplicate and disclose in whole or in part any data necessary for the utilization of the Proposal. The Department retains the right to utilize any accepted Proposal or part thereof on other projects without obligation to the Contractor. This provision is subject to rights provided by law with respect to patented materials or processes. 3. If Weld County is already considering revisions to the Contract or has approved changes in the Contract that are subsequently proposed in a VECP, the Engineer will reject the Proposal and may proceed to implement these changes without obligation to the Contractor. 4. The Contractor shall have no claim against Weld County for additional costs or delays resulting from the rejection or untimely acceptance of a VECP. These costs include but are not limited to: development costs, loss of anticipated profits, increased material or labor costs, or untimely response. 5. Proposals will be rejected if equivalent options are already provided in the Contract. 6. Proposals that only reduce or eliminate contract pay items will be rejected. 7. The cost savings and other benefits generated by the Proposal must be sufficient to warrant review and processing, as determined by the Engineer. 8. A proposal changing the type or thickness of the pavement structure will be rejected. 9. No VECP proposal can be used to alter incentive and disincentive rates and maximums on Cost plus Time bid (A + B) projects. 10. Right of way cannot be bought as part of a VECP to eliminate phasing on a project. 11. A VECP changing the design of a structure may be considered by Weld County, if the design meets the following conditions: A. The design shall not involve detouring of traffic onto local roads or streets to an extent greater than the original plans, unless previously approved by the affected local agencies. B. The design has the same roadway typical section as the original plans. C. The design meets or exceeds the benefits of the construction -handling or traffic phasing scheme shown in the original plans. D. The design meets or exceeds all environmental commitments and permit requirements of the original Contract. Page 29 of 292 December 18, 2024 Revision of Section 104 — Scope of Work E. The design shall not increase environmental impacts beyond those of the original Contract. F. The design meets or exceeds the vertical and horizontal clearances and hydraulic requirements shown on the original plans. G. The design has the same or greater flexibility as the original design to accommodate future widening. H. The design shall not change the location of the centerline of the substructure elements, without demonstrating substantial benefits over the original plans. I. The design shall not change the grade or elevation of the final riding surface, without demonstrating substantial benefits over the original plans. J. The design shall match corridor future development plans and architectural, aesthetic and pavement requirements, if applicable. K. The design shall not adversely impact Weld County's bridge inspection, maintenance, or other long-term costs or operations. L. The design shall meet all Weld County design standards and policies. M. The design shall include all additional costs and coordination necessary to relocate utilities. N. Major structure designs provided by the Contractor shall include an independent plan review and design check by a Professional Engineer licensed in the State of Colorado and employed by a firm other than the engineer -of -record. This design review will be performed at the Contractor's expense and shall be included in the Contractor's engineering costs. O. The Contractor shall provide Weld County with all design calculations, independent design check calculations, a rating package for each bridge prepared per the current CDOT Bridge Rating Manual, and a record set of quantity calculations for each structure. If a structure design VECP meets these and all other requirements, the Weld County may, at its sole option, accept or reject the proposal. 12. The Engineer will reject all or any portion of the design or construction work performed under an approved VECP if unsatisfactory results are obtained. The Engineer will direct the removal of such rejected work and require construction to proceed under the original Contract requirements without reimbursement for work performed under the proposal, or for its removal. Page 30 of 292 December 18, 2024 Revision of Section 104 — Scope of Work (d) Basis of Payment. If the VECP is accepted, a Contract Modification Order will authorize the changes and payment. Reimbursement will be made as follows: 1. The changes will be incorporated into the Contract by changes in quantities of unit bid items, new agreed unit price items, lump sum or any combination, as appropriate, under the Contract. Unless there is a differing site condition as described in subsection 104.02, the Contractor shall not receive additional compensation for quantity overruns, design errors, supplemental surveys, geotechnical investigations, additional items, or other increases in cost that were not foreseen in the accepted VECP unless otherwise approved by the Engineer. 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) — (gross cost of added work) _ (gross savings) (gross savings) — (Contractor's engineering costs) — (Weld County's engineering costs) _ (net savings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations. The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. Weld County's engineering costs shall be actual consultant costs billed to Weld County and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of $100.00 per hour per employee. Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in Weld County's portion of the costs. 3. At the completion of the VECP design work, the Contractor shall furnish Weld County any additional documentation such as surveys, geotechnical reports, documentation, or calculations and shop drawings required to complete the work. At the completion of the project, the Contractor shall furnish Weld County with Professional Engineer sealed Record sets, and As -Constructed plans showing the VECP work. (e) Contractor Appeal Process. Appeals can be made only on VECPs (Category A). The Prime Contractor submitting the VECP may file a one-time appeal to the Weld County Public Works Director on the denial of any VECP (Category A). The Contractor must have a valid reason for the appeal and the decision of the Weld County Public Works Director will be final. End of Section Page 31 of 292 December 18, 2024 Revision of Section 105 - Control of Work Revision of Section 105 - Control of Work Section 105 of the Standard Specifications is hereby revised for the project as follows: Subsection 105.01 shall be revised to include the following: Weld County has the authority by written order to suspend the Work wholly or in part for the reasons outlined in the Contract Documents. All the Contractor's employees shall have the skill, experience, and any licenses or certifications required to perform the Work assigned to them. If the County determines, in its sole discretion, that any Person employed by the Contractor or by any Subcontractor is not performing the Work properly and skillfully, then, at the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. The employee shall be removed from the project as soon as possible but in an amount of time not to exceed 24 hours. If the Contractor or the Subcontractor fails to remove such Person(s) or fails to furnish skilled and experienced personnel for the proper performance of the Work, then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Contract time shall not stop but shall continue as specified in the Contract. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Additionally, pay reductions shall be assessed in accordance with Subsection 108.12. Weld County, in its sole discretion, may require the Contractor to replace project management staff (Project Manager, Superintendent, Project Engineer, etc.) for any reason. This will also apply to all the Contractor's subcontractors. At the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. The Contractor shall remove the identified project management staff from the project as soon as possible but in an amount of time not to exceed 30 calendar days. If the Contractor has failed to take necessary actions to cure the project staffing issues, at day 15 of the 30 -day action period, the County will provide written notification the Contractor has failed to resolve the situation and highlighting a possible breach of Contract and settlement of Contract. If at the end of the 30 day action period the Contractor has still not resolved the situation, the County will provide written notice terminating the Contract. At any time during the 30 day action period, if the Contractor or the Subcontractor fails to remove such Person(s), then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Contract time shall not stop but shall continue as specified in the Contract. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Additionally, pay reductions shall be assessed in accordance with Subsection 108.12. Page 32 of 292 December 18, 2024 Revision of Section 105 - Control of Work S ubsection 105.02 shall include the following paragraph before Subsection 105.02(a): 105.02 Plans, Shop Drawings, Working Drawings, Other submittals, and Construction Drawings. The County has provided a Construction Phasing Plan for this Project (See Commencement and Completion of Work Project Special Provision and/or the Construction P lans. The Contractor shall review and follow the provided Construction Phasing Plan. Changes to the Construction Phasing Plan shall be submitted to the Engineer for review and acceptance. The Contractor shall incorporate the Construction Phasing Plan into the Baseline Project Schedule and submit the schedule to the Engineer for review and approval at least five (5) days prior to the Pre -construction Conference. The Construction Phasing Plan shall be updated at least once per month and shall be included with the Project Schedule Update. P rovisions regarding plans, shop drawings, working drawings, and construction documents are set forth in the Contract Documents. Subsection 105.02(b), Paragraph 1 shall include the following: For the purposes of review, working drawings are considered the same as shop drawings and shall be reviewed in the same manner. Subsection 105.02(e) be deleted and replaced with the following: (e) Other Submittals. Other submittals shall be prepared and submitted by the Contractor as defined for working drawings. Unless otherwise specified, a copy shall be submitted to the Engineer for review. The plans or specifications will indicate which submittals require formal review by the Engineer. One record set of all design work performed by the Contractor's Engineer shall be submitted to the Project Engineer. S ubsection 105.02(f), paragraph 2 shall be deleted and replaced with the following: U pon completion of the work and before final payment, the construction drawings shall be submitted to the Engineer. The As -Constructed drawings shall be completed per Section 121.2.3 of the CDOT Construction Manual and CDOT Procedural Directive 508.1 — Professional Engineer's Stamp. The As -Constructed drawings shall be stamped, signed, and dated by a licensed professional engineer or professional land surveyor registered in the State of Colorado. References in Section 121.2.3 of the CDOT Construction Manual to the Project Engineer shall apply to the Contractor. S ubsection 105.02(j) shall be added immediately following Table 105-1 and shall include the following: (j) Weld County Project Submittals. Table 105 -la summarizes the minimum required submittals by Weld County. Items highlighted in the table are required to be submitted and approved by Weld County before the start of construction. Table 105 -la is not intended to Page 33 of 292 December 18, 2024 Revision of Section 105 — Control of Work be all inclusive but is intended to provide the Contractor with submittal requirements in one convenient location. Additional submittals that are not in this table may be required by the Engineer. The Contractor shall provide all submittals required by the Contract, including those not listed in the table. Not all submittals are required for every project and the Contractor shall communicate with the Engineer in the event of any questions. Method Statements required by Section 108.03(j) and have been included in the section that covers a given item. Failure to provide the appropriate submittals to the Engineer for review and approval shall result in the assessment of a pay reduction in the amount of $500 per day per submittal for each day the Contractor fails to provide the required submittal and/or revised submittal. If the Contractor fails to provide a required submittal, the Contractor shall communicate with the Engineer and provide reasons why the submittal was not sent to the Department and a timeline for providing the submittal. Table 105 -la — Required Weld County Submittals Section No. Description 103.01 Form 605 and 621 (submitted with proposal) 104.07 Value Engineering Proposals (if applicable) 105.02 Construction Construction Phasing Meeting Plan and (submit updated a monthly) minimum of 5 days prior to Pre - 105.02(b) & (c) Shop Drawings 105.02(b) & (d) Working Drawings (Note considered same as a shop drawing) 105.02(e) As -Construction (As -Built) Drawings 105.07(b) Method of Handling Traffic for Smoothness Acceptance Testing Method Statement for Corrective Actions (i.e., grinding) 105.07(e) 105.18 Overweight Permits 106.011 Form providing project 1425 more Suppliers than $10,000 List from or more Contractor of supplies and or Sub materials -contractors to the 106.02(b) Agreements between landowners and contractor 106.02(b) Material source of sand and gravel with testing results 106.02(b) For substances imported certification embankment or topsoil - Hazardous waste and 106.041 Process Control tester certifications for lab and each tester 106.05(a) HMA Process Control Plan 106.05(a)(8) HMA PC notebook (See Colorado Procedure 12) 106.05(b) HMA Dispute Testing 106.05(d) HMA written quality proposal level for for a mix stability design less revision than 65 - Contractor to submit 106.06(a) Portland Cement Concrete Paving Process Control Plan 106.06(a) Concrete Quality Control Plan PCCP PC notebook (See Colorado Procedure 12) 106.06(a)(7) 106.11 Buy America Certification Page 34 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 106.12 Submittal for certificates of compliance 106.13 Submittal for certified test results Any permits and/or agreements 107.02 Site specific safety plan 107.061 Safety "Toolbox" Meeting Schedule 107.06(a)(4) PPE Statement 107.06(e) 1 Spill Response Plan 107.26(b)(5)' List of Potential Pollutant Sources 107.26(b)(5) 1 107.26(b)(6)' Construction Dewatering Permit From CDPHE (if required) Dewatering Plan (if required) 107.26(b)(7)' Agreement to discharge water to a ditch (if required) 107.26(b)(7)' Diversion Plan (if working in river) 107.26(b)(8)' Method Statement for Containing Pollutant Byproducts 107.26(b)(12)' Clean Equipment Certifications (if working in water) 107.26(b)(17)' Colorado Discharge Permit System - Stormwater 107.26(c) 1 108.011 Form applicable) 205 for Contractor and each sub -contractor on the project (if 108.03(b) 1 Baseline Schedule and Monthly updates 108.03(g) Weekly update for 2-3 week look ahead 108.030)1 Method Statements for Salient Features 108.04(b) Form 1418 - Monthly Payment Summary 109.01 Scale tickets 109.01 Weigher Certifications 109.01 Truck project identification sheet for each truck making deliveries to the 109.01 Scale Certifications 2011 Method statement for clearing and grubbing 2021 Method statement for removal of structures and obstructions 202.021 Tree references) Trimming Contractor Name & Qualifications (including 202.021 Bridge Removal Plan (if applicable) 202.09 Planing Plan 202.09 Method statement for removal of asphalt mat 202.09 Process Control Plan for planing operations 203 Method statement for embankment 203 Method statement for handling frozen subgrade and materials 203 Submittal for 57-67 Rock Fill 203.03(a) Submittal for 3 Inch Minus Rock Fill 203.03(a) Quality Control Plan for embankment 206 Method statement for excavation and backfill of structures 206.02(a) Submittal for flow fill mix design 206.09 Shoring designs Page 35 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 2071 Method statement for salvaging of topsoil and redistribution of topsoil 207.02(a) Test Results from an accredited lab Topsoil 207.04 Submittal for imported topsoil 2081 SWMP notebook 208.02(a) & 213.02 Weed Certification Free 208.02(j) Concrete Washout Method Statement 208.03(c)1 Proof of Erosion Control Supervisor Training 208.051 Submittal for straw bales 208.051 Submittal for silt fence 208.051 Submittal for silt berms 208.051 Submittal for erosion control logs 208.051 Submittal for aggregate bags 208.051 Submittal for mobile concrete washouts 208.051 Submittal for mobile tracking pads 208.051 Submittal for stormwater inlet protection 208.051 Submittal for turbidity curtain 208.051 Submittal for silt dikes 208.051 Submittal for temporary construction fence 208.051 Submittal for vehicle tracking pad aggregate 208.051 Submittal for other miscellaneous items 209 Method statement for watering and dust palliatives 209.05 Submittal for dust palliative material 209.06 Submittal for source of landscaping water 211 Method statement for dewatering (if required) 211 Dewatering Plan (if required) 212 Method statement for seeding, fertilizing, & soil conditioning 212.02 Submittal for seed mix/seed certification 212.02 Submittal for mycorrhizae 212.02 Submittal for fertilizer 212.02 Submittal for soil conditioner 212.02 Submittal for composting material 213 Method statement for mulching 213.02 Submittal for weed free straw/hay mulch 213.02 Submittal for hydraulic mulch 213.02 Submittal for mulch tackifier 214 & 215 Method statement for planting and transplanting 214 & 215 Plan for Landscape Maintenance 214.02 & 215.02 Submittal for vegetation to be planted or transplanted 214.02 & 215.02 Submittal for humus 214.02 & 215.02 Submittal for fertilizer 216 Method statement for soil retention blanket and installation TRM 216.02 Submittal for turf reinforcement mats Page 36 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 216.02 Submittal for soil retention blankets 216.02 Submittal for staples including a sample of the staple 216.02 Submittal for other miscellaneous items 250.031 (c) Hazardous Materials Health and Safety Plan 250.041 (b) Method materials Statement for capturing, testing, and disposing of hazardous 304.04 Method Statement for ABC Placement 306.01 Method Statement for Reconditioning Method Statement for Lime Treated Subgrade 307.04 401 for Method statement HMA placement 401.02 HMA Mix Design 401.10 HMA paver wedge system 401.10 Method statement for preventing asphalt paver segregation 401.16 HMA joint plan 401.16 HMA pavement marking plan 401.17 HMA changed QL less to obtain than 75 density - plan for methods and procedures that will be 403.02 Submittal for additives to HMA 403.02 Submittal for hydrated lime (if applicable) 403.02 Submittal for mineral fillers (if applicable) 403.02 Submittal for HMA Segregation Quality Control Plan 403.02 Submittal for other miscellaneous items 405 Method statement for heating and scarifying treatment 406 Method statement for using cold patch asphalt Submittal for tack coat material 407.02 408 Method statement for using joint and crack sealants 408.02 Submittal for joint and crack sealants 409 Method statement for chip seal 412 Method statement for placing PCCP 412.02 Submittal for PCCP mix design 412.02 Submittal for PCCP admixtures and additives 412.02 Submittal for PCCP joint and crack sealants 412.02 Submittal for PCCP curing materials 412.02 Submittal for dowel bars/dowel baskets 412.02 Submittal for tie bars 412.02 Submittal for reinforcing steel (if applicable) 412.02 Submittal for other miscellaneous items 412.13(a) Submittal for tie bar and dowel bar epoxy 412.13(b)(1) Method Statement for installing and repairing tie bars 412.13(b)(2) Method statement for installing and repairing dowel bars 412.16 Method statement for repair methods 412.22 Maturity curve for concrete per ASTM C1074 Page 37 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 420 Method statement for installing geosynthetics 420.02 Submittal for geotextiles/geogrids 420.02 Submittal for geotextile staples (if applicable) 420.02 Submittal for MSE wall materials 501 Method statement for driving sheet pile 501.02 Submittal for sheet piling 501.02 Submittal for sheet piling tips 502 Method statement for driving steel pile 502.01 Submittal for steel pile 502.01 Submittal for reinforcing pile tips 502.01 Submittal for mechanical splice plates 502.01 Submittal for certified welders 502.01 Submittal for certified welding inspector 502.01 Submittal for pile driving equipment (crane and hammer) 502.05 WEAP Analysis 502.09 CAPWAP analysis for pile driving 503.02 Project Reference List 503.02(a) List Listed of On -site Supervisors and Drill Rig Operators with Experience 503.02(b) Drilled Shaft Installation Plan 502.03(c) Slurry Technical Assistance 502.03(d) Drilled Shaft Logs for Construction 503.05 Class BZ Mix Design 503.08 to 503.10 Submittal for Various Slurry Mixes 503.20 CSL Report Testing 503.20 CSL Grout Submittal 504 Method statement for constructing walls 504.02 Submittal for MSE wall design 504.02 Submittal for geomembrane 504.02 Submittal for wire baskets 506 Method statement for placing riprap 506 Submittal for each size of riprap 507 Method statement for constructing slope and ditch paving 507.02 Submittal for concrete mix design 507.05 Submittal for grout mix design 507.10 & 507.11 Submittal for curing compounds 508 Method Statement for constructing timber structures 509 Method statement for constructing steel structures 509.27 Erection plan submittal 509.27 Written documentation of daily inspections of erected girders 510 Structural Plate Material 512.02 Submittal for bearing devices (plain or laminated) Page 38 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 512.02 Submittal for elastomeric bearing pads Submittal bearing devices of shop drawings, design calculations, & load data for 512.17 514 Method Statement for Pedestrian and Bikeway railing installation 515 Method statement for application of waterproofing membrane 515.02 Submittal for waterproofing membrane 515.02 Submittal for protective covering 516 Method Statement for Dampproofing 516.02 Submittal for Dampproofing Materials Method Statement for Waterproofing 517 Submittal for Waterproofing Materials 517.02 518.02 Submittal for Water Stop Materials 518.03 Submittal for Asphaltic Plug Materials 518.04 Submittal for Sidewalk Expansion Devices 518.05 Submittal for Modular Expansion Devices 518.06 Submittal for Polyester Concrete End Dam 601 Method statement for placing structural concrete 601.03 Submittal for admixtures 601.03 Submittal for curing compounds 601.03 Submittal for fly ash 601.03 Submittal for cement 601.03 Submittal for joint materials 601.03 Submittal for pre -formed joint materials 601.03 Submittal for bearing materials 601.03 Submittal for epoxy fillers 601.03 Submittal for pointing and patch materials 601.03 Submittal for fiber reinforcing materials (if applicable) 601.03 Submittal for Truck Mixing Certification 601.05 Submittal for concrete mix design 601.05 Submittal for Certified Test Results - Cement, fly ash, etc. 601.07(c)(3) Form 46 - Concrete Truck Mixer Inspection Certification 601.09 Submittal for precast deck panel working drawings 601.11 Erection plan submittal 601.11 Written documentation of daily inspections of erected girders 601.11(a) Submittal for falsework working drawings 601.12 Winter protection plan (if applicable) 601.12 Process Control Plan for placing concrete 601.13 Maturity curve for concrete per ASTM C1074 601.14(b) Submittal for structural concrete coating 601.15 Process protecting Control bridge Plan deck for concrete placing, consolidating, finishing, curing, and 602.02 Submittal for reinforcing steel Page 39 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 602.02 Submittal for steel chairs 602.03 Submittal of a bar list 603 Method statement for placing culverts and sewers 603.02 Submittal for culverts (all pipe types) 603.02 Submittal for pipe joint material 603.02 Submittal for pipe gaskets 603.02 Submittal for conduit 603.05 Submittal for pipe bedding material 604 Method materials statement for placing manholes, inlets, and other precast 604.02 Submittal for all manholes, inlets, and other precast materials 604.02 Submittal for grates and manhole covers 605 Method statement for laying underground pipes 605.02 Submittal for pipe material 605.02 Submittal for jointing material 605.02 Submittal for gaskets 606 Method statement for installing guardrail/bridge rail 606.02 Submittal for guardrail material (beams, posts, hardware, etc.) 606.02 Submittal for bridge rail material (beams, posts, hardware, etc.) 607 Method statement for installing fencing 607.02 Submittal for fence posts 607.02 Submittal for wire 607.02 Submittal for construction fencing 607.02 Submittal for gates 608 Method statement for installing sidewalks and bikeways 609 Method statement for constructing curb and gutter 611.02 Submittal for precast cattle guard base 611.02 Submittal for cattle guard decking material 612.02 Submittal for each type of delineator 612.02 Submittal for reflectors 613.02 Submittal for lighting fixtures 613.02 Submittal for conduit 613.02 Submittal for poles 613.02 Submittal for pullboxes 613.02 Submittal for grounding systems (ground rods, etc.) 614.02 Submittal for sign materials 614.02 Submittal for reflective material 614.02 Submittal for signposts 614.02 Submittal for signpost bases 614.02 Submittal for traffic signal equipment 614.02 Submittal for weather station equipment 615.02 Submittals for headgates, flumes, and other water control devices Page 40 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 618.02 Submittal for prestressed concrete mix design 618.04 Submittal for prestressed concrete shop drawings (Stamped by PE) 618.06 Process Control and Quality Assurance Plan submittal 618.06 Regrouting voids plan (if applicable) 618.06 Erection plan submittal 619.02(a) Method statement for installing water lines 619.02(a) Water Distribution System Plan Testing 619.02(a) Certifications of Calibration for testing equipment 619.02(a) Certified testing report 619.02(a) Submittal for pressure gauges 619.02(a) Submittal for PVC pipe 619.02(a) Submittal for ductile iron pipe 619.02(a) Submittal for mechanical thrust restraints 619.02(a) Submittal for service line materials 619.02(a) Submittal for curb stops 619.02(a) Submittal for curb stop boxes 619.02(a) Submittal for meters 619.02(a) Submittal for meter setters 619.02(a) Submittal for meter pits and vaults 619.02(a) Submittal for valves and valve boxes 619.02(a) Submittal for fire hydrants 619.02(a) Submittal for fittings and couplings 619.02(a) Submittal for corporation stops 619.02(a) Submittal for backflow prevention devices 619.02(a) Submittal for tracer wire and testing stations 619.02(a) Submittal for access points 619.02(a) Submittal for disinfection solutions 619.02(a) Submittal for bedding materials 619.02(a) Method statement for installing water lines 619.02(a) Water Distribution System Plan Testing 619.02(a) Certifications of Calibration for testing equipment 619.02(a) Certified testing report 619.02(a) Submittal for pressure gauges 619.02(a) Submittal for PVC pipe 619.02(a) Submittal for ductile iron pipe 619.02(a) Submittal for mechanical thrust restraints 619.02(a) Submittal for service line materials 619.02(a) Submittal for curb stops 619.02(a) Submittal for curb stop boxes 619.02(a) Submittal for meters 619.02(a) Submittal for meter setters 619.02(a) Submittal for meter pits and vaults Page 41 of 292 December 18, 2024 Revision of Section 105 - Control of Work Section No. Description 619.02(a) Submittal for fire hydrants 619.02(a) Submittal for fittings and couplings 619.02(a) Submittal for corporation stops 619.02(a) Submittal for backflow prevention devices 619.02(a) Submittal for tracer wire and testing stations 619.02(a) Submittal for access points 619.02(a) Submittal for disinfection solutions 619.02(a) Submittal for bedding materials 624 Method statement for constructing drainage pipelines 624.02 Submittals for pipes 624.02 Submittal for gaskets 626.01 Public Information Manager & Plan 626.01 Stakeholder list 626.01 Specific Stakeholders needing ongoing communications Method statement for pavement markings 627 Submittal for glass beads 627.02 Submittal for waterborne paint (if applicable) 627.02 Submittal for epoxy paint (if applicable) 627.02 Submittal for thermoplastic markers 627.02 630.021 Submittal for temporary traffic control signs 630.031 Submittal for message boards 630.041 Submittal for temporary traffic signals 630.051 Submittal for traffic cones 630.081 Submittal for concrete barrier 630.091 NCHRP 350 Certification for Work Zone Devices 630.101 Submittal for MHTs 630.101 Submittal for Transportation Operations Plan 630.101 Submittal for Transportation Management Plan/Traffic Control Plan 630.111 Superintendent & TCS Traffic Control Certifications 630.111 Flagger Certifications 630.16 Submittal for temporary rumble strips Paint Certification 708.00 Miscellaneous Methods of repair Monthly Pay Application Submittals 106.05(a)(8) HMA PC notebook with daily updates PCCP PC notebook with daily updates 106.06(a)(7) 106.11(a) & (b) Buy America Certification Statement (if required) 106.12 Certificates of Compliance 106.13 Certified Test Reports 108.03(c) Monthly predecessor/successor path report, Schedule & non Update -workdays report, includes report early job start progress report, float narrative report, report, critical Page 42 of 292 December 18, 2024 Revision of Section 105 — Control of Work Section No. Description Civil Rights Form EEO 1391 Report - Federal Aid Highway Construction Contractors Annual EEO EEO Supervisor EEO Orientation EEO Written Compliance Notification Programs to for Director any construction of the Office of Federal Contract DBE DBE Participation DBE Form 1432 - Commercially Useful Function Questionnaire DBE Prompt Payment DBE Form 1420 - DBE Participation Plan Modification Request OJT Form 1337 - Contractor Commitment to Meet OJT Requirements OJT Form 838 - OJT Trainee/Apprentice Report OJT Form 1336 OJT Modification Request OJT Form 832 - Trainee Status & Evaluation Report Project EEO Meeting FHWA 1273 NOTES: 1. 2. The submitted The additional items items in and submittals highlighted the approved table above required in prior cyan to are by the the not above start all Engineer. inclusive. of are construction. required There may to be be Subsection 105.03, paragraph 5 shall be deleted and replaced with the following: When the Engineer or Inspector finds the materials furnished, work performed, or the finished product are not in conformity with the Contract Documents, and Weld County determines, in its sole discretion, that it has resulted in an inferior or unsatisfactory product, the Work or Materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. Subsection 105.03, paragraph 7 shall be deleted and replaced with the following: Materials will be sampled and tested for Owner Acceptance by Weld County per the sampling and testing schedules and procedures contained in the Contract Documents and in CDOT's Field Materials Manual. The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit. The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant material changes, or other unusual characteristics of the Work. Tests that are determined to have sampling or testing errors will not be used. The Contractor will not have the option of accepting a price reduction in lieu of producing material that complies with the Contract Documents. Continued production of nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. Page 43 of 292 December 18, 2024 Revision of Section 105 - Control of Work S ubsection 105.03 the two paragraphs following the Table 105-2 and starting with "If P is a negative number ..." shall be deleted and replaced as follows: If P is a negative number quantity, the material will be accepted as being in conformity. In cases where one or more elements show a positive P value, such positive values will be added, and the resulting sum will be used to determine the total P value. If the total P value is between 0 (zero) and 25, the Engineer may require correction or may accept the material at a reduced price. If P is greater than 25, the Engineer may: (1) require complete removal and replacement with specification material at no additional cost to Weld County. (2) require corrective action to bring the material into conformity at no additional cost to Weld County; or (3) where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place with an appropriate price reduction to be based on engineering evaluation but not to be less than that which have occurred had a reduction been made where P=25. If the P for aggregate gradation for items 206, 304, or the gradation of hydrated lime for item 403 is 0 (zero) or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in Table 105-3: S ubsection 105.03(c) shall be added and shall include the following: (c) Conformity to the contract of embankment construction shall be determined per the following: 1. Process Control Plan. The Contractor shall be responsible for Process Control (PC) for all embankment material on this project. The Contractor shall submit a written Process Control Plan (PCP), including a methods statement, to the Engineer for acceptance. The PCP shall include but not be limited to the following: A. Methods Statements shall include but not be limited to: • Embankment placement and alternatives for placement that may be used. • Handling of frozen materials • Trenching through embankment for placement of culverts and pipes B. Maximum lift thickness of eight inches per subsection 203.06 or as directed. C. Compaction equipment capable of obtaining the specified compaction. Page 44 of 292 December 18, 2024 Revision of Section 105 — Control of Work D. Water trucks with an adequate distribution system that will apply water evenly. E. List of all inspection and materials testing forms and procedures utilized by the Contractor. F. Adherence to Table 106-4 requiring minimum testing frequency. The contractor shall submit the PCP at least five working days before the start of the work. The Engineer's review of the PCP will not exceed two working days. Work shall not begin until the PCP has been accepted in writing, unless otherwise approved. 2. Documentation. The Contractor shall maintain current records of process control operation activities, and tests performed. These records shall be in the form shown in the PCP, and shall include as a minimum, the Contractor or subcontractor, the number of personnel working, weather conditions, type of equipment being used, delays and their cause, and deficiencies along with corrective action taken. Such records shall cover both conforming and defective or deficient features. Additional documentation to the Engineer shall include all daily test results, daily inspection reports, daily non- compliance reports, and monthly certification reports. Copies of these records and a statement that work incorporated in the project complies with the Contract shall be submitted to the Engineer before payment for the work or upon request. Monthly certification reports shall be stamped with the seal of a Professional Engineer registered in Colorado. Failure to provide the Engineer with the necessary documentation will result in the suspension of payments on embankment until the documentation has been completed and accepted by the Engineer. Weld County Owner Acceptance (OA) documentation shall not be used as supporting documentation for the Contractor's certification. Weld County shall be responsible for OA and Independent Assurance Testing (IAT). S ubsection 105.05, paragraph 3 shall be deleted and replaced with the following: Materials will be sampled randomly and tested by the Department per subsection 106.05 and with the applicable procedures contained in CDOT's Field Materials Manual. The approximate maximum quantity represented by each sample will be as set forth in subsection 106.05. Additional samples may be selected and tested as set forth in subsection 106.05 at the Engineer's discretion. S ubsection 105.05 shall be revised to include the following: Any test result for the air voids or VMA elements greater than the distance 2 x V (see Table 105- 8) outside the tolerance limits will be designated as a separate process and the quantity it represents shall be removed and replaced with specification material at the Contractor's expense. S ubsection 105.05(f)(2), paragraph 1 shall be deleted and replaced with the following: Page 45 of 292 December 18, 2024 Revision of Section 105 — Control of Work (2) Where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place. If the material is permitted to remain in place, the PF for the process will not be greater than 0.75. The Engineer will be consulted before determining the material will be allowed to remain in place. The Engineer will also be consulted to assist in determining an appropriate pay factor. Table 105-8, "W" and "V" Factors for Various Elements shall be deleted and replaced with the following: Table 105-8 — W and V Factors for Various Elements Element V Factor W Factor 2.36 mm (No. 8) mesh and larger sieves 2.80 N/A 600 mm (No. 30) mesh sieve 1.80 N/A 0.80 N/A 75 mm (No. 200) mess sieve Gradation N/A 15 Asphalt Content 0.20 25 In -place Density 1.10 45 Joint Density 1.60 15 Voids in the Mineral Aggregate 0.60 10 Air Voids 0.60 30 Subsection 105.05(g) shall be deleted and replaced with the following: (9) Process I/DP Computation. Incentive/Disincentive payments will not be made to the Contractor for Hot Mix Asphalt. The conformance to contract of the material and elements involved shall be evaluated using the process outlined in Section 105, this subsection, and the CDOT Field Materials Manual. All sampling frequencies shall follow Table 106-2 and Stratified Random Sampling Schedules. Pay reductions shall be made in accordance with the following formula: Where: I/DP = (PF - 1)(QR)(UP)(W/100) I/DP = Incentive or Disincentive Payment PF = Pay Factor QR = Quantity in Tons of HMS Represented by the Process UP = Unit Bid Price of Asphalt Mix W = Element Factor from Table 105-8 Page 46 of 292 December 18, 2024 Revision of Section 105 — Control of Work When AC is paid for separately UP shall be: UP = [(TOnHMA)(UPHMA)+ (TonAc)(UPAc)]/ TOtIHMA Where: TonHMA = Tons of Asphalt Mix U PHMA TonAc U PAC Unit Bid Price of Asphalt Mix Tons of Asphalt Cement Unit Bid Price of Asphalt Cement For the joint density element: U P = UPHMA Where: UPHma is as defined above When AC is paid for separately UP shall be: UP = [(BTOnHMA) (BUPHMA)+(BTonAc) (BUPA0)]/ (BTOnHMA) Where: BTonHMA = Bid tons of Asphalt Mix BUPHMA = Unit Bid Price of Asphalt Mix BTonAc = Bid Tons of Asphalt Cement BUPAc = Unit Bid Price of Asphalt Cement Subsection 105.06 shall be deleted and replaced with the following: 105.06 Conformity of the Contract to Portland Cement Concrete Paving. Conformity to the Contract of all Portland Cement Concrete Pavement (PCCP), Item 412, will be determined per the following: The Plan Value for PCCP shall be 650 psi. The lower tolerance limit (TO, shall be 615 psi. Concrete less than the TL of 615 psi shall be evaluated for incentive/disincentive payment to 600 psi. Concrete flexural strength that is less than 600 psi shall be removed and replaced at the sole discretion of the Engineer. Page 47 of 292 December 18, 2024 Revision of Section 105 — Control of Work When the Engineer finds that the materials furnished, the work performed, or the finished product does not conform to the Contract, or the Pay Factor (PF) for an element's process is less than 0.75 but that reasonably acceptable work has been produced, the Engineer will determine the extent of the work that may be accepted and remain in place. The Engineer will use a Contract Modification Order to document the justification for allowing the work to remain in place and the price adjustment that will be applied. When the Engineer finds the materials furnished, work performed, or the finished product is not in conformity with the Contract, or the PF for an element's process is less than 0.75 and has resulted in an inferior or unsatisfactory product, the work or material shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. When the PF for any process is 0.75 or greater, the finished quantity of work represented by the process will be accepted at the calculated pay factor. Materials will be sampled and tested by the Contractor and the Department per subsection 106.06 and with procedures contained in the CDOT Field Materials Manual. The approximate quantity represented by each sample will be as set forth in subsection 106.06, Tables 106-5. Additional samples may be selected and tested at the Engineer's discretion. A minimum of 10 days prior to the start of concrete paving, the Contractor shall perform a pre- production batch test consisting of a minimum of 10 cubic yards of the approved mix design. The pre -production batch test shall be performed using the actual batch plant and the materials to be used during the concrete paving operation. The batch plant shall have been used to produce project specified concrete mix designs within the last 12 months. Proof of the batch plant's use to produce project specified concrete pavement mix designs shall be provided to the Engineer prior to the pre -production batch test. A set of flexural strength beams and splitting tensile strength cylinders shall be taken by the Contractor and tested at 7-, 14-, and 28 -days to determine the 7-, 14-, and 28 -day average flexural and splitting tensile strengths. The average 7 -day flexural strength will be compared with the average 7 -day flexural strength from the laboratory tests for the approved mix design. The 7, 14, and 28 -day average flexural strengths will be compared to the average 7,14, and 28 -day laboratory tests for the approved mix design. A flexural strength to splitting tensile strength correlation curve shall be developed for the pre -production batch test. If the average 7 -day flexural strength is more than 10% below the average 7 -day flexural strengths from the laboratory test for the approved mix design, the Contractor shall provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. In accordance with Section 108.09, liquated damages will be assessed if the project is not completed on time. Page 48 of 292 December 18, 2024 Revision of Section 105 — Control of Work If at any time during production, the average 7 -day flexural strength for a lot or sublot is more than 10% below the average 7 -day flexural strength from the laboratory tests for the approved mix design, the Contractor shall immediately stop the concrete paving production and provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. In accordance with Section 108.09, liquated damages will be assessed if the project is not completed on time. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. (a) Incentive and Disincentive Payments (I/DP) will be made based on a statistical analysis that yields Pay Factors (PF) and Quality Levels (QL). The PF and QL will be made based on test results for the flexural strength element and pavement thickness (flexural strength criteria). Incentive or Disincentive payment will not be made for thickness of concrete pavement furnished by the Contractor and placed by others. Plan thickness shall be the minimum thickness provided in the plans or higher. PCCP thickness will be measured per the procedures outlined in the CDOT Field Materials Manual. The QL will be calculated for the elements of flexural strength and pavement thickness on a process basis. A process will consist of the test results from a series of random samples. Test results determined to have sampling or testing errors will not be used. All materials produced will be assigned to a process. Changes in mix design, design pavement thickness, or a break of more than 120 working days between placements will create a new process. The following is provided to clarify changes in processes for each element: 1. Construction of mainline pavement, including the shoulders if placed with the mainline, is a single process for the flexural strength element, when the mix design does not change and there is not a break of more than 120 days between placements. If the QL falls to or below 0.75, a new process will begin. 2. Construction of mainline pavement, including the shoulders if placed with the mainline, is a single process for the thickness element, when the planned thickness does not change and there is not a break of more than 120 days between placements. If the QL falls to or below 0.75, a new process will begin. 3. Construction of ramps, acceleration and deceleration lanes and shoulders placed separately are considered separate processes. Page 49 of 292 December 18, 2024 Revision of Section 105 — Control of Work 4. Changes in paving equipment, changes in placement method, changes in hauling equipment, adjustments to mix designs that do not require a new mix design, changes in weather conditions, and changes in production rate shall not create a new process in the strength or thickness elements. The Contractor and Engineer will determine element processes and what distinguishes them as processes during the Pre -pave meeting before concrete placement. (b) When it is necessary to represent material by one or two tests, each individual test shall have a PF computed per the following: If the value of the test is at or above the lower tolerance limit, then PF = 1.000. If the value of the test is below the lower tolerance limit, then: PF = 1.00 — [0.25(TL -To)/V] Where: PF = Pay Factor V = V Factor from Table 105-10 To = The Individual Test Value TL = Lower Tolerance Limit (c) The following procedures will be used to compute Incentive and Disincentive Payments (I/DP), quality levels (QL), and pay factors (PF) for processes represented by three or more tests: (1) Quality Level (QL) will be calculated according to CP-71. (2) Compute the PF for the process. When the process has been completed, the number of tests (Pn) it includes shall determine the formula to be used to compute the final pay factor per the following: A. For pavement thickness: When 3 ≤ Pn ≤ 5 If QL ≥ 85, then PF = 1.00 + (QL - 85)'0.001333 If QL < 85, then PF = 1.00 + (QL - 85)*0.005208 When 0 ≤ Pn ≤ 9 Page 50 of 292 December 18, 2024 Revision of Section 105 - Control of Work If QL ≥ 90, then PF = 1.00 + (QL - 90)*0.002000 If QL < 90, then PF = 1.00 + (QL - 90)*0.005682 When 10 ≤ Pn ≤ 25 If QL ≥ 93, then PF = 1.00 + (QL - 93)*0.002857 If QL < 93, then PF = 1.00 + (QL - 93)*0.006098 When Pn ≥ 26 If QL ≥ 95, then PF = 1.00 + (QL - 95)*0.004000 If QL < 95, then PF = 1.00 + (QL - 95)*0.006757 B. For flexural strength: When 3 ≤ Pn ≤ 5 If QL ≥ 85, then PF = 1.00 + (QL - 85)*0.002000 If QL < 85, then PF = 1.00 + (QL - 85)*0.005208 When 6 ≤ Pn ≤ 9 If QL ≥ 90, then PF = 1.00 + (QL - 90)*0.003000 If QL < 90, then PF = 1.00 + (QL - 90)*0.005682 When 10 ≤ Pn ≤ 25 If QL ≥ 93, then PF = 1.00 + (QL - 93)*0.004286 If QL < 93, then PF = 1.00 + (QL - 93)'0.006098 When Pn ≥ 26 If QL ≥ 95, then PF = 1.00 + (QL - 95)x`0.006000 If QL < 95, then PF = 1.00 + (QL — 95)x`0.006757 Compute the I/DP for the process: I/DP (PF-1)(QR)(UP) Page 51 of 292 December 18, 2024 Revision of Section 105 — Control of Work Where: QR = Quantity Represented by the process. UP = Unit Price bid for the Item. The total I/DP for an element shall be computed by accumulating the individual I/DP for each process of that element. (d) As acceptance test results become available, they will be used to calculate accumulated QL and Incentive/Disincentive Payments (I/DP) for the item. The Contractor's test results, and the accumulated calculations shall be made available to the Engineer upon request. The Engineer's test results, and the calculations will be made available to the Contractor as early as reasonably practical. Numbers from the calculations shall be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R-11, Rounding Method. When the Contract specifies I/DP, the I/DP will be made to the Contractor per subsection 412.24(a). During production, Interim I/DP will be computed for information only. The Pn will change as production continues and test results accumulate. The Pn at the time and /DP is computed shall determine the formula to be used. When the Contract does not specify I/DP, no I/DP will be made to the Contractor for Portland Cement Concrete Paving. The conformance to contract of the material and elements involved shall be evaluated per Section 412. (e) The Contractor shall not have the option of accepting a price reduction or disincentive in lieu of producing specification material. Continued production of non -specification material will not be permitted. Material which is obviously defective may be isolated and rejected without regard to sampling sequence or location within a process. CO When flexural strength is indicated in the Contract, the Contractor shall, in the presence of the Engineer, begin batch testing a minimum of 10 days to the start of concrete paving to develop a correlation curve per AASHTO T198 (ASTM C496) Splitting Tensile Strength of Cylindrical Concrete Specimens. Specimens shall be evaluated per CP65-19 method B. At least three splitting tensile strength specimens and four flexural strength specimens will be tested at 3, 7, 14, and 28 days. The splitting tensile strength and flexural strength specimens for each age used to develop the correlation curve shall be cast from the same batch of concrete being placed on the project. Cores used to determine splitting tensile strengths shall only be allowed to be taken from the portion of the slab that is failing (595 psi and less) with written approval from the Engineer and in the presence of the Engineer. The Lower Tolerance Limit (TO for flexural strength shall be 615 psi. Page 52 of 292 December 18, 2024 Revision of Section 105 — Control of Work At any time during production, the Engineer may request a verification of the correlation curve developed during the batch testing for concrete paving. Verification of the curve shall be done by casting three splitting tensile specimens by the Department and testing them at the Contractor's Process Control Laboratory. The flexural strength of the correlated splitting tensile samples shall be compared to the Contractor PC flexural strength results cast from the same batch. For verification, both flexural strength specimens and splitting tensile specimens will be tested at 28 days. If the correlated flexural strength of the splitting tensile sample is not within 50 psi of the verification beam specimen's flexural strength, a new correlation curve shall be developed within 3 days for future low strength evaluations. The new correlation curve will be used for any future low flexural strength evaluations that result from concrete placed on or after the date the new correlation curve specimens are cast. Table 105 — 10 "V" Factors and Incentive Payments — Flexural Strength Criteria Element Factor Maximum Incentive Payment Lower Tolerance Limit, TL Plan Value 50 psi 3.00 % 615 psi 650 psi Flexural Strength (9) Sand Equivalence. The sand equivalence (SE) as determined by CP 37 will be considered acceptable when the running average of three consecutive tests is greater than 80 percent and no individual test result is less than 75 percent. When the running average of three consecutive SE tests falls below 80 percent or an individual SE test result falls below 75 percent, paving operations shall be suspended. The Contractor shall submit a written plan to correct the low SE test results to the Engineer for approval. The Contractor shall not continue paving operations until the Engineer approves the plan in writing and three SE test results from random samples in the stockpile are above 80 percent. (h) Pavement Surface Texture. The Contractor shall perform process control (PC) testing for the pavement surface texture depth per CP 77 Method B. All PC results for surface texture depth measurements shall be included in the Contractor's QC notebook. The start of PC testing for texturing depth shall be completed within 48 hours after the first 500 linear feet of textured pavement is placed for each lane. Paving shall not proceed until results are accepted by the Engineer. Surface texture will be considered acceptable when the average texture depth (ATD) of the panel is greater than 0.05 inch. When the ATD is less than 0.05 inches, the Contractor shall determine the area represented by this test. The area shall be determined by taking additional tests at 15 -foot intervals parallel to the centerline in each direction from the affected location until two consecutive tests are found to be within the specified limits. Any surface with unacceptable texturing exceeding 25 linear feet in any lane or shoulder greater than 8 feet wide shall be diamond ground full width of the lane. Upon the second unacceptable test result, the Contractor shall notify the Engineer, in writing, of the action taken to provide an acceptable surface texture. Page 53 of 292 December 18, 2024 Revision of Section 105 — Control of Work The Department will perform surface texture acceptance testing per CP 77 Method B. The Department will determine the panel locations where acceptance test measurements are to be taken. One stratified random acceptance test per 2,500 linear feet or fraction thereof in each lane and shoulder wider than 8 feet shall be taken with a minimum of one test per day when the Contractor is paving. When the Department locates areas of surface texture that do not meet the minimum ATD, the Contractor will be notified, and the Contractor shall identify the limits of the deficient texture depth. After the Engineer approves the limits, the Contractor shall correct the deficient surface texture by diamond grinding full lane width to provide an ATD greater than 0.05 inch at no additional cost to the project. The Contractor shall correct surface texture deficiencies before pavement smoothness testing and pavement thickness determinations. Subsection 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. At least two weeks before the Pre -paving Conference the Contractor may request a change to the pavement smoothness category based on the CDOT's Design Bulletin guidelines for assigning pavement smoothness categories as found on CDOT's website at (https://www0codot0ci ov/business/designsuo ort/bulletins manuals/design-bulletins!). The Contractor shall not assume a change will be granted and shall be prepared to build the pavement according to the assigned smoothness category. Once paving operations have been started, a change in pavement smoothness category will not be made. (a) Smoothness Process Control Testing. 1. The Contractor shall perform Smoothness Process Control (SPC) testing. The test results shall be submitted to the Engineer within 48 hours of completion. SPC test results shall show the Mean Roughness Index (MRI) for each 0.10 mile. All traffic control costs associated with SPC testing will be paid for per Section 630. SPC testing shall be performed on the first 2,000 tons for the final layer of HMA or each day's paving within 24 hours after the concrete has achieved sufficient strength for PCCP. SPC testing on SMA will be tested after the sheen has been worn off. The Contractor may continue paving at his own risk. The Contractor shall not perform the SQC testing until after the concrete has attained a compressive strength of 1,000 psi if a lightweight profiler is used or 2,000 psi if a high-speed profiler is used. SPC testing shall be performed using the Contractor's inertial profiler, pursuant to the methods described in subsection 105.07(b). The Contractor's Inertial Profiler and Operator shall be certified according to CP 78. See CDOT's list of certified profilers Page 54 of 292 December 18, 2024 Revision of Section 105 — Control of Work and operators ( https://www.codot.gov/business/designsupport/matgeo/pave-smooth- testing). Production shall be suspended if SPC testing indicates that corrective work is required in accordance with subsection 105.07(e). If the SPC data becomes available after production has started for the day, suspension will begin at the end of that production day for HMA. Production will remain suspended until the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor. Production shall not resume until the proposed corrective actions have been accepted by the Engineer in writing. When production resumes, the Contractor shall profile the first 2,000 tons of HMA or each day's paving within 24 hours after the concrete has achieved sufficient strength for PCCP. The conditions described above for suspension of work will apply. 2. The finished transverse and longitudinal surface elevation of the pavement shall be measured using a 10 -foot straightedge. Areas to be measured will be directed by the Engineer. The Contractor shall furnish an approved 10 -foot straightedge, depth gauge, and operator to aid the Engineer in testing the pavement surface. Areas showing high spots of more than 3/16 inch in 10 feet shall be marked and diamond ground until the high spot does not exceed 3/16 inch in 10 feet. (b) Initial Smoothness Acceptance Testing. The Contractor shall perform Smoothness Acceptance Testing (SA) which will be used for locating corrective work. If no corrective work is required, it will be considered the final SA testing and shall be uses for acceptance and calculation of incentive adjustments. The Contractor shall submit a Method for Handling Traffic (MHT) to the Engineer for approval at least five days in advance of SA testing. The MHT shall detail the methods for traffic control that will allow for continuous non-stop profiling of each lane to be profiled at a minimum speed of 15 mph and for the placement of triggers. The Contractor shall provide the traffic control per the approved MHT. SA testing shall not be performed without traffic control using the approved MHT. All traffic control costs associated with SA testing will be paid for per Section 630. Pavement surfaces shall be tested and accepted for longitudinal smoothness as described. 1. Testing Procedure (General). The longitudinal surface smoothness of the final pavement surface shall be tested by the Contractor per CP 74 and using the Contractor's inertial profiler (profiler). The Contractor's Profiler and Operator shall be certified according to CP 78. See CDOT's list of certified profilers and operators at https://www.codot.govibusinessidesignsupportimatgeo/pave-smooth-testing. The profiler's instrumentation shall be verified in accordance with CP 74 prior to measurements. The Contractor shall lay out a distance calibration site. The distance Page 55 of 292 December 18, 2024 Revision of Section 105 — Control of Work calibration site shall be located no more than 10 miles from the project limits. The distance calibration site shall be 1056.0 feet long and shall be on a relatively flat, straight section of pavement as approved by the Engineer. The site shall have a speed limit equal to the project's highest speed limit that allows for the profiler to operate uninterrupted. The limits of the site shall be clearly marked, and the distance shall be measured to an accuracy of +/- 1 inch. The Contractor shall provide in writing the site location to the Engineer. The cost of the distance calibration site will not be measured and paid for separately but shall be included in the work. The entire length of each through lane, climbing lane and passing lane including bridge approaches, bridge decks and intersections from the beginning to the end of the project shall be profiled in their planned final configuration and direction. Shoulders with a width of 12 feet or greater, ramps, tapers, turn slots, acceleration lanes and deceleration lanes will be profiled, but will not be subject to incentive adjustments. Shoulders with a width of 12 feet or more, ramps, tapers, turn slots, acceleration lanes and deceleration lanes will be evaluated for MRI and shall require corrective work if a 0.10 mile or fraction thereof section exceeds an MRI greater than 100.0 in/mile. The profile of the entire length of a lane shall be taken at one time. However, a lane profile may be broken into sections to accommodate project phasing. At the Pre -paving Conference, the Contractor shall submit a plan for breaking the project profiling into phases for approval by the Engineer. Shoulders less than 12 feet in width and medians will not be profiled and will not be subject to incentive adjustments. Shoulders less than 12 feet in width and medians constructed as part of the project shall be measured per subsection 105.07(a). Pavement 25 feet outside of a traffic circle and traffic circles will not be profiled and will not be subject to incentive adjustments. Traffic circles shall be measured per subsection 105.07(a). A sufficient distance shall be deleted from the profile to allow the profiler to obtain the testing speed, plus a 300 -foot distance to stop and start when required. The distance deleted from a profile shall be minimized by reducing testing speed as necessary. Incentive adjustments will not be made for this area. The final surface of these areas shall be tested per subsection 105.07(a). The profile shall include transverse joints when pavement is placed on both sides of the joint. When pavement is placed on only one side of the joint, the profile shall start and stop 25 feet outside project paving limits. The section of pavement 25 feet outside the paving limits to 5 feet inside the paving limits will be evaluated per subsection 105.07(a) and will not be subject to incentive adjustments. The profile of the area 25 feet each side of every expansion joint, railroad crossing, cattle guard, bus pad, manhole, gutter pan and intersection (where there is a planned Page 56 of 292 December 18, 2024 Revision of Section 105 — Control of Work breakpoint in the profile grade line in the direction of traffic) shall be deleted from the profile before the MRI is determined. Incentive adjustments will not be made for these areas. Areas deleted from the profile shall be tested per subsection 105.07(a). The profile of the area 25 feet each side of the bridge deck shall be deleted from the profile before the MRI is determined. Incentive adjustments will not be made for this area. When both pavement and a bridge or bridge pavement are being constructed on the project, areas deleted from the profile shall be tested per subsection 105.07(a). Corrective work required in these areas will not be measured and paid for separately but shall be included in the work. For all other projects, the profile of the area 25 feet each side of the bridge deck shall be deleted from the profile before the MRI is determined. If the Engineer determines that corrective work is required in this area, payment will be made per subsection 109.04. The Contractor shall notify the Engineer in writing at least five working days in advance of their intention to perform SA testing. The Contractor shall profile the project within 14 days after the completion of paving operations. The Department will determine if Smoothness Verification Testing (SV) will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. The Engineer will witness the SA profiling. Within 24 hours after each profile is collected, the Contractor shall submit the data electronically along with an SA data submittal form to the Engineer and Inspector. 2. Smoothness Testing Procedures. The Contractor shall mark the profiling limits and excluded areas. The Engineer will verify that the Contractor's marks are located properly. The Contractor shall use traffic cones with reflective tape or reflective tape on the pavement at the beginning and end of each lane for triggering the start and stop locations on the profiler and at any other location, where portions of the profile are being excluded. GPS triggering shall not be used. These locations shall be marked with temporary paint so that the final SA testing uses the same triggering locations. The ambient temperature shall be at least 34 °F for the profiler to operate. The Contractor shall clear the lanes to be tested of all debris before profiling. Each lane shall be profiled at least once. Profiling shall be at a constant speed (+/- 5 mph of the distance calibration speed) with a minimum speed of 15 mph and a maximum speed of 70 mph. Shoulders with a width of 12 feet or more, ramps, tapers, turn slots, acceleration lanes, and deceleration lanes shall be profiled once. The profile shall be taken in the planned direction of travel. The left and right wheel paths shall be profiled simultaneously. Triggers for the start of the profile, the end of the profile, and the locations of each exclusion shall be collected during each run. The collected profiles shall be electronically submitted to the Department and Engineer to be analyzed using CP 74. Page 57 of 292 December 18, 2024 Revision of Section 105 — Control of Work The Department will determine an MRI for each 0.1 -mile section or fraction thereof of completed pavement. Sections will terminate at the beginning of an exclusion and a new section starts at the end of exclusion. The MRI consists of the left and right wheel path's profile passed through the International Roughness Index (IRI) filter. The IRI for the left and right wheel paths are averaged to determine MRI. The Contractor's SA test results will be available within ten working days of the completion of SA testing. The Engineer will give the Contractor a report that will include the lane profiled, the MRI in 0.1 -mile increments, and a summary of areas requiring corrective work. Areas requiring corrective work shall be addressed per 105.07(e) and the entire length of the lane(s) identified with corrective work shall be re -profiled and re -submitted as outlined in this section. Sections less than 0.005 miles in length shall not be subject to corrective work as specified by Table 105-13. Sections less than 0.005 miles in length shall be evaluated per subsection 105.07(a). (c) MRI Category D: For MRI Category D pavements, the following shall be used for acceptance: An MRI for each 0.1 -mile section shall be determined on the original pavement surface prior to beginning the work in accordance with subsection 105.07(b) without exclusions. An MRI for each 0.1 -mile section shall be determined on the pavement surface after the work is complete in accordance with subsection 105.07(b) without exclusions. The original and final profile lengths shall have a difference in the length of each lane less than 0.2 percent. When the profile length difference exceeds 0.2 percent, the final testing shall be repeated. When a 0.1 -mile section has a final MRI greater than 92.0 inches/mile and the final MRI is greater than the MRI prior to performing the work, that 0.1 -mile section shall be corrected by a method approved in writing by the Engineer. Corrective work shall be such that the resulting final MRI is equal to or less than the initial MRI or 92.0 in/mile, whichever is greater. All costs associated with corrective work shall be at the Contractor's expense, including but not limited to traffic control, additional hot mix asphalt, grinding, and milling. When the Contractor fails to collect the profile of the original pavement surface prior to beginning the work, the final pavement surface will be evaluated for corrective work in accordance with the criteria for Category C pavement smoothness. Incentive adjustments for smoothness will not be made for MRI Category D. Pavements evaluated for MRI Category D that will be overlaid with a surface seal shall be evaluated for pavement smoothness prior to application of the surface seal (e.g., chip seal). Page 58 of 292 December 18, 2024 Revision of Section 105 - Control of Work (d) Acceptance and Incentive Adjustments. This Project does not have monetary incentive/disincentive payments associated with HMA or PCCP pavement smoothness. The Contractor shall still meet all requirements and conditions for the pavement smoothness category defined for the project. Final acceptance for pavement smoothness will be based on the MRI for each 0.1 -mile section or fraction thereof from the Contractor's initial SA testing. Those sections requiring corrective work indicated by the initial SA testing will be re-evaluated. Table 105-11 HMA Pavement Smoothness (Inches/Mile) Mean Roughness Index Smoothness Pavement Category Incentive Maximum Payment ($/SY) Incentive ($ISY) Payment No Incentive Corrective (0.10 Required sections) mile Work A MRI ≤ 40.0 1= MRI 4.6933 > 40.0 55.0 and — 0.0853 < �` MRI ≥ 55.0 I = $1.28 MRI > 70.0 and ≤ 70.0 MRI B MRI ≤ 45.0 1= MRI 5.1200 > 45.0 60.0 — and 0.0853 < �` MRI ≥ 60.0 I = $1.28 MRI > 75.0 and ≤ 75.0 MRI C MRI ≤ 50.0 MRI > 50.0 and 65.0 < * MRI ≥ 65.0 MRI > 80.0 and ≤ 80.0 = $1.28 1= 3.66 - 0.0853 MRI Table 105-12 — PCCP Smoothness (Inches/Mile) Mean Roughness Index Smoothness Pavement Category Maximum Incentive Payment ($ISY) Incentive ($/SY) Payment Incentive No Corrective (0.10 Required sections) -mile Work A MRI ≤ 40.0 MRI > 40.0 and < 55.0 MRI ≥ 55.0 and ≤ I _ $2.80 I = 10.2670 — 0.1867 * MRI > 70.0 MRI 70.0 B MRI ≤ 45.0 MRI > 45.0 and < 60.0 MRI ≥ 60.0 and ≤ I - $2.80 MRI > 75.0 I = 11.2000 - 0.1867 * MRI 75.0 C MRI ≤ 50.0 1= MRI 12.1330 > 50.0 and — 0.1867 < 65.0 * MRI ≥ MRI > 80.0 65.0 and ≤ � _ $2 $� MRI 80.0 Page 59 of 292 December 18, 2024 Revision of Section 105 — Control of Work Table 105-13 — Corrective Work Criteria (Inches/Mile) — 0.005 to 0.10 Mile Sections Mean Roughness Index Pavement Smoothness Category Corrective Work Required D = Section Length (miles) A MRI >106.84 — 368.42 * D B MRI > 114.87 — 397.74 * D C MRI > 122.11 — 421.05 * D (e) Corrective Work. The Department will analyze the initial and final SA testing for acceptance and indicate areas requiring corrective work in accordance with subsection 105.07(b). The Engineer, at their sole discretion, shall determine the most effective corrective action outlined in items 1-3 below. The Contractor shall provide a detailed method statement describing the corrective actions to be taken for the corrective work. Corrective work shall not be performed until the method statement has been approved in writing by the Engineer. The Contractor shall perform corrective work in the areas indicated by the Department based on the SA testing. The criteria for determining if a 0.1 -mile section requires corrective work is specified in Table 105-11 or 105-12. The criteria for determining if a section less than 0.10 miles in length and greater than 0.005 miles in length requires corrective work is specified in Table 105-13. Shoulders with a width of 12 feet or more, ramps, tapers, turn slots, acceleration lanes and deceleration lanes will be evaluated for MRI and shall require corrective work if a 0.10 -mile section exceeds an MRI greater than 100.0 in/mile. Sections greater than 0.005 mile, but less than 0.1 miles shall not exceed MRI = 152.63 — 526.32 * D, where D is section length in miles. Corrective work shall consist of diamond grinding, an approved overlay, or removal and replacement. Corrective work shall conform to of one of the following conditions: 1. HMA Removal and Replacement. The pavement requiring corrective work shall be removed, full width of the lane and the full thickness of the layer per subsection 202.09. The removal area shall begin and end with a transverse butt joint, which shall be constructed with a transverse saw cut perpendicular to centerline. Replacement material shall be placed in sufficient quantity, so the finished surface conforms to grade and smoothness requirements. Sections removed and replaced shall be at least 0.20 miles in length. 2. HMA Overlay. The overlay shall cover the full width of the pavement including shoulders and adjacent lanes. The area overlaid shall begin and end with a transverse butt joint, which shall be constructed with a transverse saw cut and asphalt removal. All material shall be approved hot bituminous mixtures that meet all contract requirements. The overlay shall be placed so that the finished surface conforms to grade and smoothness requirements. The overlay area shall be compacted to the Page 60 of 292 December 18, 2024 Revision of Section 105 — Control of Work specified density. The overlay thickness shall be equivalent to that of the final layer per the Contract. Sections overlaid shall be at least 0.20 miles in length. 3. Diamond Grinding. Grinding shall be performed using diamond blades mounted on a self-propelled machine designed for grinding and texturing pavement. The equipment shall weigh a minimum 17,000 pounds including the grinding head and be of a size that will grind a strip at least 3 feet wide in a single pass. The effective wheelbase of the machine shall be at least 12 feet. Grinding equipment that causes raveling, aggregate fractures or disturbance to the joints shall not be permitted. The equipment shall be maintained to ensure it is in proper working order, including the roundness of the match and depth of control wheels. Any wheels found to be out of round shall be immediately replaced. The Engineer may approve smaller equipment for areas that the above equipment cannot reach. Grinding equipment that causes raveling, aggregate fractures or disturbance to the joints shall not be permitted. All grinding shall be parallel to the longitudinal joints. Adjacent passes shall be overlapped by a maximum of 2 inches. The grinding process shall produce a pavement surface that is true to grade and uniform in appearance. The grooves shall be evenly spaced. Any ridges on the outside edge next to the shoulder, auxiliary, or ramp lanes greater than 3/16 -inch high shall be feathered out to the satisfaction of the Engineer in a separate, feather pass operation. No adverse drainage conditions shall be caused by the grinding operations. Grinding shall not reduce planned pavement thickness by more than 0.3 inches. Diamond grinding shall be the full width of a wheel path. The wheel path is from the stripe to the center of the lane. The pavement surface after grinding shall have no depressions or misalignment of slope in the longitudinal direction exceeding 1/8 inch in 12 feet when measured with a 12 -foot straightedge placed parallel to the centerline. All areas of deviation shall be reground at no additional cost. The equipment shall have a positive means of vacuuming the grinding residue from the pavement surface, leaving the surface in a clean, near -dry condition. The slurry and residue resulting from the grinding operation shall not be allowed to flow across lanes occupied by the traffic and shall be continuously removed during the grinding operation, leaving the pavement in a clean condition. The Contractor shall haul the grinding residue to a suitable location at an approved location at no additional cost. Cores shall be taken to verify that minimum pavement thicknesses have been maintained. A minimum of one core shall be taken every 100 cumulative feet or fraction thereof per lane of diamond grinding, as directed by the Engineer. Coring shall be at the Contractor's expense. Page 61 of 292 December 18, 2024 Revision of Section 105 — Control of Work For HMA pavements, the entire ground area of the final pavement surface shall be covered with a Tack Coat conforming to Section 407 (CSS-lh at 0.1 gallons per square yard of diluted emulsion; the emulsion shall be diluted with water at the rate of 50 percent water and 50 percent emulsion) when grinding is complete after corrective work has been completed. The tack coat shall not be measured and paid for separately but shall be included in the Work. When any grinding on concrete pavement occurs where a core for determining pavement thickness has been previously taken, another core shall be taken after the grinding has been completed and shall replace the original core in the calculation of pavement thickness incentive and disincentive. Joint sealant that has been damaged by grinding on concrete pavement shall be repaired or replaced at the Contractor's expense in accordance with Standard Plan M-412-1 and subsection 412.18. For PCCP, diamond ground surface texture will be considered acceptable when the average texture depth (ATD) of the panel is greater than 0.05 inch. The Contractor will perform surface texture testing in accordance with CP 77 Method B. Each area in a lane that required diamond grinding will be tested at least once. Areas in a lane with more than 500 continuous feet of grinding will be tested at a frequency of one test per 500 linear feet. Areas with deficient surface texture shall be diamond ground and retested. Final Smoothness Acceptance Testing. After the Contractor has completed the required corrective work, the Contractor shall retest the pavement per subsection 105.07(b). Final SA testing shall only be required on lanes with sections requiring corrective work. Final SA testing shall start and stop at the same locations as the Initial SA testing. If additional corrective work is required, the Contractor shall perform the corrective work and perform additional Final SA Testing. Time count will be charged pursuant to contract requirements during the time period required for all Final SA. Delays associated with additional Final SA Testing will be considered non -excusable and non-compensable. The Contractor shall notify the Engineer by email at least 5 working days in advance of their intention to perform final SA testing. The Department will determine if Smoothness Verification Testing (SV) will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. The Initial SA and Final SA profile lengths shall have a difference in the length of each lane less than 0.2 percent. When the profile length difference exceeds 0.2 percent, the Final SA testing shall be repeated. Department Smoothness Verification Testing (SV). The Department may elect to perform smoothness verification testing using the Department's SV contractor's inertial profiler, with the methods described in subsection 105.07(b). The Engineer will notify the Contractor of the Department's intention to perform SV testing. The Contractor shall Page 62 of 292 December 18, 2024 Revision of Section 105 — Control of Work coordinate with the Department and his profiler to schedule SA and SV to occur at the same time. The Department will randomly select scheduled Contractor Smoothness Acceptance Testing to verify. A minimum of 25 percent of each scheduled Contractor Smoothness Acceptance Testing by an individual profiler will be verified. The Engineer may also request verification for any Smoothness Acceptance Testing. The Contractor's SA test results will be compared to the Department's SV test results. The Contractor's SA test results will be considered acceptable and will be used for incentive payment if the following criteria are met: 1. The difference in MRI for a 1/10 -mile section is less than 6.1 inches/mile for a minimum of 90 percent of the 1/10 -mile sections for each lane. 2. The difference in average MRI for each lane is less than 6.1 inches/mile. 3. The difference in the length of each lane is less than 0.2 percent. When the Contractor's SA test results are not considered acceptable, the Department's SV test results will be used for incentive payment and the Contractor's profiler certification will be suspended and evaluated pursuant to CP 78. The Contractor shall schedule with the Department within 10 working days to perform this evaluation or the profiler will be required to be re -certified per CP 78. Subsection 105.08 shall be deleted and replaced with the following: 105.08 Document Management and Professional Engineer and Professional Land Surveyor Electronic Seals. Where the specifications require the Contractor to submit or return documents either in writing or the format is not specified, an electronic file is preferred. The Contractor shall submit the schedule native file, video recordings, photographs, image files, and other media formats in their native file formats. When the document format is not specified, the contractor shall submit electronic documents in PDF. When a submittal requires multiple copies, one electronic document shall satisfy the requirement. Where a signature is needed, an electronic signature is acceptable. An original signature is a signature signed in ink. Where original signatures or original documents are required a scan shall satisfy the requirement. The Department will issue Contract Modification Orders (Form 90) and Form 105s that authorize additional work for signature via AdobeSign. Forms and records shall be signed with an electronic signature that includes the signer's name, date, and time the document was signed, in addition to locking the appropriate portions after signing. This guidance does not change the approval process or the content requirements for Page 63 of 292 December 18, 2024 Revision of Section 105 - Control of Work Buy America, COC, and CTR documentation, rather it allows the documentation to either be all electronically signed or a Scanned Original Wet Signature. An electronic seal is when a Contractor's Engineer, a Professional Engineer or a Professional Land Surveyor affix their electronic signature and seal to plans or documents prepared under their responsible charge or control. The electronic seal needs to meet State of Colorado Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1 requirements, lock the document after signature and shall have a non -expiring transaction identification number that can be used to view the final locked and signed document online. The Contractor shall submit as -built plans using the template provided by the Engineer. Subsection 105.09 shall be deleted and replaced with the following: 105.09 Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions. These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In the event of a discrepancy, the order of precedence is as follows: (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions 1. Weld County Project Special Provisions 2. Weld County Conformed Standard Special Revisions to CDOT's 2023 Standard Specifications for Road and Bridge Construction 3. CDOT Project Special Provisions 4. CDOT Standard Special Provisions 5. CDOT Field Materials Manual (Latest Edition) (c) CDOT Standard Specifications (d) Plans 1. Detailed Plans 2. Standard Plans Page 64 of 292 December 18, 2024 Revision of Section 105 — Control of Work 3. Calculated dimensions will govern over scaled dimensions. (e) CDOT Construction Manual (Latest Edition) Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, Project Special Provisions, or the CDOT Specifications, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall request the County's determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. The Contractor shall not take advantage of any apparent error or omission in the Contract. Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of all errors which it may discover in the Contract Documents and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby. The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract. If the Contract Documents omit or mis-describe any details of any work which is necessary to carry out the intent of the Contract Documents, that are customarily performed under similar circumstances, the Contractor shall not be relieved from performing such omitted work or mis- described details of the work, and they shall be performed as if fully and correctly set forth and described in the Contract Documents, without entitlement to a change order except as specifically allowed. Subsection 105.10 shall be deleted and replaced with the following: 105.10 Cooperation by Contractor. The Contractor shall give the work the constant attention necessary to facilitate progress and shall cooperate with the Engineer, inspectors, and other contractors. The Contractor shall be responsible for providing agendas, attendance lists, and meeting minutes for all meetings including but not limited to weekly progress meetings, pre -construction meetings, pre -pour meetings, pre -pave meetings, pre -environmental meetings, etc. Sample meeting agendas are provided in CDOT's Construction Manual. The sample meeting agendas shall be modified as necessary to contain project specific information. The Contractor shall provide copies of the meeting agendas to the Engineer a minimum of 24 hours before the meeting for review. During the meeting, the Contractor shall lead the meeting, take attendance, and take meeting minutes. Meeting minutes shall be generated by the Contractor and shall be provided to the Engineer within 72 hours for review and acceptance. Page 65 of 292 December 18, 2024 Revision of Section 105 — Control of Work The Contractor shall have on the project, at all times that work is being performed, a competent P roject Manager and a Superintendent capable of reading and understanding the contract documents and experienced in the type of work being performed. The Project Manager and S uperintendent shall not be the same individual unless approved in writing by the Engineer. The P roject Manager and Superintendent will receive instructions from the Engineer and shall be authorized to act for the Contractor on the project and to execute orders or directions of the Engineer without delay. The Project Manager and Superintendent shall promptly supply, irrespective of the amount of work sublet, materials, equipment, tools, labor, and incidentals to complete the Contract. Failure to provide a full-time competent Project Manager and a Superintendent with the authorization to act for the Contractor on the project shall result in pay reductions as outlined in Section 108.12 being applied. Furthermore, failure to provide a full-time competent Project Manager and a Superintendent shall be grounds for suspension of the Project until such time as a full-time competent Project Manager and Superintendent is provided by the Contractor. The Engineer shall have the sole discretion of determining when/if to assess the payment deduction. The payment deduction shall be documented on a Form 105, Speed Memo. Contract time will continue in the event of a work suspension caused by lack of furnishing a full-time competent Project Manager and a Superintendent that is satisfactory to the County. When the County issues a Speed Memo (Form 105), Minor Contract Revision (Form 94), or a Change Modification Order (Form 90), the Contractor shall return a signed version of the form within 10 calendar days. Failure to provide the signed form(s) to the Engineer shall result in the assessment of pay reductions as outlined in Subsection 108.12. S ubsection 105.11, paragraph 4 shall be deleted and replaced with the following: If utility facilities or appurtenances are found that are neither identified in the Contract, nor revealed by site investigation, the Engineer will determine whether adjustment or relocation of the utility is necessary. The Engineer will make arrangements with either the utility owner or the Contractor to accomplish necessary adjustments or relocations when not otherwise provided for in the Contract. Per subsection 104.02(a)(5, 7, 8, and 9), the discovery of unknown utility facilities or appurtenances shall not be entitled to a Change Order for Differing Site Conditions. Extra work may be considered for payment per subsection 104.03 only with the written approval of the Engineer. Consideration for additional contract time will be considered by the Engineer on a case -by -case basis. S ubsection 105.12, paragraph 1 shall be deleted and replaced with the following: The Contractor shall be responsible for managing all subcontractors, subcontractors of a subcontractor, all subsequent tiers. Failure to manage the subcontractors shall result in a stoppage of work and the assessment of liquidated damages in accordance with Section 108.09 of these Specifications, at the discretion of the Engineer. Working time shall not cease but shall continue. No additional time will be granted for a stoppage of work. If the Contractor fails to meet the specified completion date or milestone date, additional liquidated damages will apply. Page 66 of 292 December 18, 2024 Revision of Section 105 - Control of Work S ubsection 105.21(b) shall be deleted and replaced with the following: (b) Final Acceptance. At Substantial Completion, the Engineer will make an inspection of the project with the Contractor. The result of the inspection will be a punch list of outstanding items that have to be corrected and completed withing the time frame indicated on the Notice of Substantial Completion. The punchlist will include the remaining documentation items that shall be submitted for review and acceptance by the Engineer prior to Final Acceptance. Upon notice from the Contractor of completion of the Substantial Completion punchlist, the Engineer will make an inspection to verify the punchlist items have been addressed. If the work provided for by the Contract has been satisfactorily completed, that inspection shall constitute the final inspection and the Engineer will notify the Contractor in writing of final acceptance indicating the date on which the project was inspected and accepted. Upon reviewing and accepting the remaining documentation and with no other outstanding issues, the Engineer will initiate the final advertisement process utilized by the County's Purchasing Department. The final advertisement process involves placing an advertisement in a newspaper of general circulation a minimum of two times at least 10 days apart. A newspaper of general circulation is defined as a newspaper which is published daily, triweekly, semiweekly, or weekly and is printed or published in whole or in part in the county in which such notice or advertisement is required to be published. The advertisement shall include the final cutoff date for any protests from subcontractors or suppliers and the date of anticipated final payment to the Contractor. No retainage release will be made until the final advertisement period has been completed and all issues that have arisen during the final advertisement period have been resolved. Final acceptance under this subsection does not waive any legal rights contained in subsection 107.21. Subsection 105.22 shall be amended as follows: Delete all references to CDOT and replace with Weld County. S ubsection 105.22, paragraph 1 shall be deleted and replaced with the following: 105.22 Dispute Resolution. CDOT shall not participate in the resolution process for any claims filed by the Contractor. Weld County shall be the responsible party to such claims. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (Weld County and the Contractor) agree to resolve any issue that may result in a dispute. The intent of the process is to resolve issues early, efficiently, and as close to the project level as possible. Figure 105-1 outlines the process. Specified time frames may be extended by mutual agreement of the Engineer and the Contractor. In these subsections, when a time frame ends on a Saturday, S unday or holiday, the time frame shall be extended to the next scheduled workday. Page 67 of 292 December 18, 2024 Revision of Section 105 - Control of Work S ubsection 105.22(c) shall be deleted and replaced with the following: (c) Project Engineer Review. Within 15 days after receipt of the REA, the Project Engineer will meet with the Contractor to discuss the merits of the dispute. Within seven days after this meeting, the Project Engineer will issue a written decision on the merits of the dispute. The Project Engineer will either deny the merits of the dispute or notify the Contractor that the dispute has merit. This determination will include a summary of the relevant facts, Contract provisions supporting the determination, and an evaluation of all scheduling issues that may be involved. If the dispute is determined to have merit, the Contractor and the Project Engineer will determine the adjustment in payment, schedule, or both within 30 days. When a satisfactory adjustment is determined, it shall be implemented per subsections 106.05, 108.08, 109.04, 109.05 or 109.10 and the dispute is resolved. If the Contractor accepts the Project Engineer's denial of the merits of the dispute, the dispute is resolved, and no further action will be taken. If the Contractor does not respond in seven days, it will be assumed the Contractor has accepted the denial. If the Contractor rejects the Project Engineer's denial of the merits of the dispute or a satisfactory adjustment of payment or schedule cannot be agreed upon within 30 days, the Contractor may further pursue resolution of the dispute by presenting the dispute to the Dispute Review Board per subsection 105.23. S ubsection 105.23 shall be amended as follows: Delete all references to CDOT and replace with Weld County. S ubsection 105.23(b)(1) shall be deleted and replaced with the following: CDOT in conjunction with the Colorado Contractors Association, maintains a statewide list of pre -approved DRB candidates experienced in construction processes and the interpretation of contract documents and the resolution of construction disputes. Weld County will utilize this list during the DRB process. Only individuals who have completed training (currently titled DRB Administration and Practice Training) through the Dispute Resolution Board Foundation or otherwise approved by Weld County can be a DRB member. DRB nominees shall be selected from the list of pre -approved candidates. When a DRB is formed, the parties shall execute the agreement set forth in subsection 105.23(1). S ubsection 105.23(i) shall be deleted and replaced with the following: Dispute Review Board Recommendation. The DRB shall issue a Recommendation per the following procedures: 1. The DRB shall not make a recommendation on the dispute at the meeting. Before the closure of the hearing, the DRB members and the Contractor and Weld County Page 68 of 292 December 18, 2024 Revision of Section 105 — Control of Work together will discuss the time needed for analysis and review of the dispute and the issuance of the DRB's recommendation. The maximum time shall be 30 days unless otherwise agreed to by both parties. 2. After the meeting has been closed, the DRB shall prepare a written Recommendation signed by each member of the DRB. In the case of a three member DRB where one member dissents, that member shall prepare a written dissent and sign it. The DRB's recommendation shall include the following: A. A summary of the issues and factual evidence presented by the Contractor and Weld County concerning the dispute. B. Recommendations concerning the validity of the dispute. C. Recommendations concerning the value of the dispute as to cost impacts if the dispute is determined to be valid. D. The contractual and factual bases supporting the recommendation(s) made including an explanation as to why each and every position was accepted or rejected. E. Detailed and supportable calculations which support any recommendation(s). 3. The chairperson shall transmit the signed Recommendation and any supporting documents to both parties. Subsection 105.24 shall be deleted and replaced with the following: 105.24 Claims for Unresolved Disputes. The Contractor may file a claim only if the disputes resolution process described in subsections 105.22 and 105.23 has been exhausted without resolution of the dispute. Other methods of nonbinding dispute resolution, exclusive of litigation, can be used if agreed to by both parties. This subsection applies to any unresolved dispute or set of disputes between Weld County and the Contractor with an aggregate value of more than $15,000. Unresolved disputes with an aggregate value of more than $15,000 from subcontractors, materials suppliers or any other entity not a party to the Contract shall be submitted through the Contractor per this subsection as a pass -through claim. Review of a pass -through claim does not create privity of Contract between Weld County and any other entity. Subsections 105.22, 105.23 and 105.24 provide both contractual alternative dispute resolution processes and constitute remedy -granting provisions pursuant to Colorado Revised Statutes (CRS) which must be exhausted in their entirety. Litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. Page 69 of 292 December 18, 2024 Revision of Section 105 — Control of Work The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for Weld County. Non -binding Forms of alternative dispute resolution such as Mediation are available upon mutual agreement of the parties for all claims submitted per this subsection. The cost of the non -binding ADR process shall be shared equally by both parties with each party bearing its own preparation costs. The type of nonbinding ADR process shall be agreed upon by the parties and shall be conducted within the State of Colorado at a mutually acceptable location. Participation in a nonbinding ADR process does not in any way waive the requirement that litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. (a) Notice of Intent to File a Claim. Within 30 days after rejection of the Dispute Resolution Board's Recommendation issued per subsection 105.23, the Contractor shall provide the Director of Public Works (Director) or the Director's designated representative with a written notice of intent to file a claim. The Contractor shall also send a copy of this notice to the Engineer. Weld County will acknowledge in writing receipt of Notice of Intent within seven days. (b) Claim Package Submission. Within 60 days after submitting the notice of intent to file a claim, the Contractor shall submit, to the Director or the Director's designated representative five copies of a complete claim package representing the final position the Contractor wishes to have considered. All claims shall be in writing and in sufficient detail to enable the Director to ascertain the basis and amount of claim. The claim package shall include all documents supporting the claim, regardless of whether such documents were provided previously to Weld County. If requested by the Contractor, the 60 -day period may be extended by the Director in writing before final acceptance. At a minimum, the following information shall accompany each claim: 1. A claim certification containing the following language, as appropriate: A. For a direct claim by the Contractor: Page 70 of 292 December 18, 2024 Revision of Section 105 - Control of Work CONTRACTOR'S CLAIM CERTIFICATION Under penalty of law for perjury or falsification, the undersigned,(name) , (title) of (company) , hereby certifies that the claim of $ for extra compensation and _ days additional time made for work on this Contract is true to the best of my knowledge and belief and supported under the Contract between the parties. This claim package contains all available documents that support the claims made and understand that no additional information, other than for clarification and data supporting previously submitted documentation, may be presented by me. Dated /s/ Subscribed and sworn before me this day of , 20 . NOTARY PUBLIC My Commission Expires: B. For a pass -through claim: Page 71 of 292 December 18, 2024 Revision of Section 105 - Control of Work PASS -THROUGH CLAIM CERTIFICATION U nder penalty of law for perjury or falsification, the undersigned, (name) (title) , of (company) I hereby certifies that the claim of $ for extra compensation and Days additional time made for work on this Project is true to the best of my knowledge and belief and supported under the Contract between the parties. This claim package contains all available documents that support the claims made and I understand that no additional information, other than for clarification and data supporting previously submitted documentation, may be presented by me. Dated Is/ S ubscribed and sworn before me this day of , 20 . NOTARY PUBLIC My Commission Expires: Dated Is/ The Contractor certifies that the claim being passed through to Weld County is passed through in good faith and is accurate and complete to the best of my knowledge and belief. Dated Is/ S ubscribed and sworn before me this day of , 20 . NOTARY PUBLIC My Commission Expires: 2. A detailed factual statement of the claim for additional compensation, time, or both, providing all necessary dates, locations, and items of work affected by the claim. The Contractor's detailed factual statement shall expressly describe the basis of the claim and factual evidence supporting the claim. This requirement is not satisfied by simply incorporating into the claim package other documents that describe the basis of the claim and supporting factual evidence. 3. The date on which facts were discovered which gave rise to the claim. 4. The name, title, and activity of all known Weld County, Consultant, and other individuals who may be knowledgeable about facts giving rise to such claim. Page 72 of 292 December 18, 2024 Revision of Section 105 — Control of Work 5. The name, title, and activity of all known Contractor, subcontractor, supplier, and other individuals who may be knowledgeable about facts giving rise to such claim. 6. The specific provisions of the Contract, which support the claim and a statement of the reasons why such provisions support the claim. 7. If the claim relates to a decision of the Project Engineer, which the Contract leaves to the Project Engineer's discretion, the Contractor shall set out in detail all facts supporting its position relating to the decision of the Project Engineer. 8. The identification of any documents and the substance of all oral communications that support the claim. 9. Copies of all known documents that support the claim. 10. The Dispute Review Board Recommendation. 11. If an extension of contract time is sought, the documents required by subsection 108.08(d). 12. If additional compensation is sought, the exact amount sought and a breakdown of that amount into the following categories: A. These categories represent the only costs that, if applicable, are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional labor. (2) Costs for additional bond, insurance, and tax. (3) Increased costs for materials. (4) Equipment costs calculated per subsection 109.04(c) for Contractor owned equipment and based on certified invoice costs for rented equipment. (5) Costs of extended job site overhead (only applies if the dispute also includes a time extension). (6) Salaried employees assigned to the project (only applies if the dispute also includes a time extension or if the dispute required salaried employee(s) to be added to the Project). (7) Claims from subcontractors and suppliers at any level (the same level of detail as specified is required for all such claims). Page 73 of 292 December 18, 2024 Revision of Section 105 - Control of Work (8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for which no specific allowance is provided, including profit and home office overhead. (9) Interest shall be paid per CRS 5-12-102 beginning from the date of the Notice of Intent to File Claim. B. In adjustment for the costs as allowed above, the Department will have no liability for the following items of damages or expense: (1) Profit in excess of that provided in 12.A.(8) above. (2) Loss of Profit. (3) Additional cost of labor inefficiencies in excess of that provided in A. above. (4) Home office overhead in excess of that provided in A. above. (5) Consequential damages, including but not limited to loss of bonding capacity, loss of bidding opportunities, and insolvency. (6) Indirect costs or expenses of any nature in excess of that provided in A. above. (7) Attorney's fees, claim preparation fees, and expert fees. (c) County Engineer (RTD) Decision. When the Contractor properly files a claim, the County Engineer will review the claim and render a written decision to the Contractor to either affirm or deny the claim, in whole or in part, per the following procedure. The County Engineer may consolidate all related claims on a project and issue one decision, provided that consolidation does not extend the time period within which the Director is to render a decision. Consolidation of unrelated claims will not be made. The County Engineer will render a written decision to the Contractor within 90 days after the receipt of the claim package or receipt of the audit whichever is later. In rendering the decision, the Director: (1) will review the information in the Contractor's claim; (2) will conduct a hearing if requested by either party; and (3) may consider any other information available in rendering a decision. Page 74 of 292 December 18, 2024 Revision of Section 105 — Control of Work The County Engineer will assemble and maintain a claim record comprised of all information physically submitted by the Contractor in support of the claim and all other discoverable information considered by the County Engineer in reaching a decision. Once the County Engineer assembles the claim record, the submission and consideration of additional information, other than for clarification and data supporting previously submitted documentation, at any subsequent level of review by anyone, will not be permitted. The County Engineer will provide a copy of the claim record and the written decision to the Contractor describing the information considered by the County in reaching a decision and the basis for that decision. If the County Engineer fails to render a written decision within the 60 -day period, or within any extended time period as agreed to by both parties, the Contractor shall either: (1) accept this as a denial of the claim, or (2) appeal the claim to the Director, as described in this subsection. If the Contractor accepts the County Engineer's decision, the provisions of the decision shall be implemented per subsections 108.08, 109.04, 109.05, or 109.10 and the claim is resolved. If the Contractor disagrees with the County Engineer's decision, the Contractor shall either: (1) accept the County Engineer's decision as final, or (2) file a written appeal to the Director within 30 days from the receipt of the County Engineer's decision. The Contractor hereby agrees that if a written appeal is not properly filed, the County Engineer's decision is final. (d) Director's (Chief Engineer) Decision. When a claim is appealed, the County Engineer will provide the claim record to the Director. Within 15 days of the appeal either party may submit a written request for a hearing with the Director or duly authorized delegate. The Director or duly authorized delegate will review the claim and render a decision to affirm, overrule, or modify the County Engineer's decision per the following: The Director will render a written decision within 60 days after receiving the written appeal. The Director will not consider any information that was not previously made a part of the claim record, other than clarification and data supporting previously submitted documentation. The Contractor shall have 30 days to accept or reject the Director's decision. The Contractor shall notify the Director of its acceptance or rejection in writing. If the Contractor accepts the Director's decision, the provisions of the decision will be implemented per subsections 108.08, 109.04, 109.05, or 109.10 and the claim is resolved. Page 75 of 292 December 18, 2024 Revision of Section 105 — Control of Work If the Contractor disagrees with the Director's decision, the Contractor shall either: (1) pursue an alternative dispute resolution process per this specification, or (2) initiate litigation or merit binding arbitration per subsection 105.24(f). If the Director does not issue a decision as required, the Contractor may immediately initiate either litigation or merit binding arbitration per subsection 105.24(f). For the convenience of the parties to the Contract it is mutually agreed by the parties that any merit binding arbitration or De Novo litigation shall be brought within 180 -calendar days from the date of the Director's decision. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. (e) De Novo Litigation or Merit Binding Arbitration. If the Contractor disagrees with the Director's decision, the Contractor may initiate de novo litigation or non -binding arbitration to finally resolve the claim that the Contractor submitted to Weld County. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or Weld County at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed per the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for Weld County, unless both parties agree to the use of arbitration. If the Contractor selected non -binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of ARBITRATION PROVIDER'S Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (R35 through R39), the arbitrators shall issue a decision with regard to entitlement and a non -binding decision with regard to quantum. If either party disagrees with the decision on quantum, the disagreeing party may seek a trial de novo in Weld County District Court with regard to quantum only. Figure 105-1 provides a summary of the disputes and claims process described in subsections 105.22, 105.23, and 105.24. Page 76 of 292 December 18, 2024 Revision of Section 105 - Control of Work Figure 105-1 DISPUTES AND CLAIMS FLOW CHART (Note: If an audit is to be performed, durations in this flow chart are extended accordingly) 105.22 Project Issue - Verbal discussions between Proj. Eng. and Supt i Contractor provides written notice of dispute to Project Engineer 1 15 Days - 105.22(b) Contractor provides written REA including the following: (1) Date of dispute (2) Nature of order and circumstances causing dispute (3) Contract provisions supporting dispute. (4) Estimated cost of dispute with supporting documentation (5) Analysis of progress schedule and disruption, if any. 15 Days - 105.22 (c) CDOT Project Engineer and Contractor discuss merit of dispute. I t PE denies merit of dispute. 1 7 days - 105.22 (c) PE determines dispute has merit. Contractor rejects PE's denial. Contractor provides written notice to PE. 7 days - 105.22 (c) Contractor accepts denial. Dispute is resolved. 7 days - 105.22 (d) Merit granted - Quantum negotiations. 30 Days - 105.22 (c) Disagree on quantum. Proj Eng/Res Eng Et Supt/ PM Et Contractor's rep with decision authority above the project level to meet regularly to discuss dispute. DRB agreement signed. t Up to 30 days - 105.22 (d) Adjustment of payment/schedule in consultation with Program Engineer - Dispute is resolved. 30 days - 105.23 (e) Prehearing Submittal 105.22(a) Proj Eng initiates DRB process 10 days - 105.23 (f) I 4 DRB Hearing 1 Dispute is unresolved. 5 days - 105.23 (a) 30 days - 105.23 (i) DRB renders a recommendation. IT Request for Clarification and Reconsideration 10 days - 105.23 (j) 14 days - 105.23 Either party rejects DRB recommendation t (k) A DRB recommendation is accepted. Figure 105-1 continued on next page Page 77 of 292 December 18, 2024 Revision of Section 105 - Control of Work Figure 105-1 (continued) IEither party rejects DRB 30 — 1 05.24`0) 105.23 Notice of intent to file a claim 6O days —105.24(13) Contractor submits certified claim package with H D. 9O days —105.24(c) FED renders a decision. I of Contractor accepts. Adjustment of payment schedule in consultation with Program Engineer — Dispute Resolved 30 days— 105.24(c) Contractor rejects and appeals RTD decision to CE. 60 days — 105.24(d 15 days - 105.24(d) 30 days — 105.24(d) Decision is implemented. Chief Engineer (CE) renders decision. 45 days - 105.24(d) 1 Contractor rejects and appeals CE decision. Contractor accepts CE decision. Optional Mediation Dispute is unresolved. Contractor rejects and appeals CE decision. Decision is implemented. Dispute is unresolved. Contractor initiates De Novo Litigation Litigation Court Decision End of Section Page 78 of 292 December 18, 2024 Revision of Section 106 - Control of Material Revision of Section 106 - Control of Material Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall be deleted and replaced with the following: 106.01 Source of Supply and Quality Requirements. All materials used shall meet all quality requirements of the Contract. The Contractor shall comply with the requirements of the special notice to contractors contained in the CDOT Field Materials Manual, including notifying the Engineer of the proposed sources of materials at least two weeks before delivery. When alternative materials are permitted for an item in the Contract, the Contractor shall state at the Pre -construction Conference the material that will be furnished for that item. Reference in the Contract to a particular product or to the product of a specific manufacturer, followed by the phrase "or approved equal", is intended only to establish a standard of quality, durability, and design, and shall not be construed as limiting competition. Products of other manufacturers will be acceptable provided such products are equal to that specified. In order to be considered an equal or equivalent product, all technical specifications for the alternate product must meet or exceed all technical specifications for the specified product. The technical specifications for the proposed equivalent product as well as the specified product shall be submitted to the Engineer for review. All rental equipment companies and all entities who meet the Supplier definition, as outlined in 101.02, in which the written agreement exceeds $10,000, shall have the following requirements for the Contract: (a) Rental equipment companies and Suppliers shall create an account in the B2GNow software system. (b) The Contractor shall submit a completed Form 1425 in the B2GNow software system at such time that the $10,000 amount is known to be exceeded and/or before the following occurs on the Contract: • the Supplier's upper tier begins work, or • rental equipment is being used, or • incorporating materials into the Contract. The Contractor shall take the necessary actions to ensure subcontractors, suppliers, and vendors are paid within 30 days of receiving payment from the County. Failure to comply with the requirements of this subsection shall be grounds for a stop work order and withholding of any further progress payments., If the Contractor fails to take necessary actions to cure the project payment issues, at day 15, the County will provide written notification that the Contractor has failed to resolve the situation and highlighting a possible breach of Contract and settlement Page 79 of 292 December 18, 2024 Revision of Section 106 — Control of Material of Contract. If at the end of the 30 days the Contractor has still not resolved the situation, the County will provide written notice terminating the Contract. Subsection 106.03, paragraph 3 shall be deleted and replaced with the following: Sampling and testing will be done per the Department's minimum sampling, testing, and inspection schedule; the special notice to contractors; and the Colorado procedures; all contained in the CDOT Field Materials Manual and these specifications. Subsection 106.041 shall be added immediately following Subsection 106.04: 106.041 Sampling and Testing of Earthwork. The testing of items associated with earthwork shall conform to the following: (a) Process Control Testing. Process Control (PC) testing is mandatory for the elements listed in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers of the Specifications. The purpose of PC testing is to ensure the Contractor has complied with the Specifications prior to the Owner Acceptance (OA) testing performed by the County. The minimum PC sampling and testing frequencies are outlined in Table 106 -la for Sections 203, 206, and 603, Table 106-1 b for Section 304, and Table 106-1c for Section 306 are the minimum number of tests required. The Contractor shall utilize the PC testing to ensure the quality of the work. PC testing shall be required to Weld County will pay for PC testing in accordance with Subsections 106.15 and 106.16. OA testing is used for acceptance by the County regardless of the PC testing results. Failing Owner Acceptance tests shall result in the removal and replacement of the elements to specifications. The Engineer, at their sole option, may choose to use PC testing results in the event of a discrepancy. Page 80 of 292 December 18, 2024 Revision of Section 106 - Control of Material Table 106 -la — Section 203 (Embankment and Excavation), Section 206 (Excavation and Backfill for Structures, and Section 603 (Culverts and Sewers) Testing Schedule Minimum Contractor's Testing Process Frequency Control Element Minimum Owner Acceptance Testing Testing Frequency Testing None Required Soil (Classification) Survey 1 per soil type 1 per source in material and 1 type per change Moisture Curve — Density 1 per soi l type 1 per soil type Gradation 1 per soil type 1 per soil type Atterberg Limits 1 per soil type 1 & per a per minimum 200 change CY of in or 1 fraction material additional thereof type test In -Place Density 1 thereof change per 1,000 & in 1 material CY additional or fraction type. per 1 & per 1 per change 100 lift CY & in 1 or additional material fraction type thereof test per In within -Place Approach(s). 100 Density ft. of Bridge when 1 additional thereof per 500 material test & CY 1 per or per type fraction lift change & 1 in one 1 per per 200 change CY & in a minimum material type of Rock Correction 1 per 1,000 fraction thereof CY yards or Material Material In -Place of is is Consistent: 1 test Changing: Density per day. 1 Minimum test per 1 Point Check 1 per 2,000 thereof. CY or fraction Test 1 per soil type R -Value 1 per soil type more different Any optimum time than material than the 2 Ibs/ft3 moisture the being 1 -point proctor and/or tested. content check 2% of is the of Proctor different Any more of optimum time material than than the 2 lbs/ft3 moisture 1 the being -point proctor and/or tested. check content of 2% the is 1 per stockpile/source material and 1 per Slake Durability type per material 1 per stockpile/source type and 1 1 per source material of imported Water Soluble Ion Sulfate 1 per 2,000 thereof CY or fraction 1 per source material of imported Water Soluble Ion Chloride 1 per 2,000 thereof CY or fraction 1 per source material of imported Resistivity 1 per 2,000 thereof CY or fraction 1 per source material of imported pH 1 per 2,000 thereof CY or fraction Table Notes: 1. In -place densities, used for reported PC tests, shall be taken using 4, 1 -minute tests. When density testing and/or changes in the soil type are in question, no reported density shall exceed 100% compaction without a 1 -point proctor check on the material. Page 81 of 292 December 18, 2024 Revision of Section 106 — Control of Material 2. Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale. Follow CP 23 3. 1 -point checks shall be done in the field on the day of in -place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The Contractor shall also provide a stable and solid platform to perform the 1 -point verification checks. The use of the 1 -point checks is required so the correct proctor is being utilized for the material being tested. Follow CP 25. Table 106-1 b — Section 304 A re • ate Base Course Testin Schedule Minimum Contractor's Process Control Element Minimum Testing Owner Testing Testing Frequency Acceptance Frequency Testing 1 per 500 thereof tons or fraction Gradation 1 per fraction 2,000 thereof tons or 1 per 500 tons or fraction Atterberg thereof fraction Limits 1 per 2,000 thereof tons or 1 per 500 thereof tons or fraction In -Place Relative Density/Percent Compaction 1 per fraction 2,000 thereof tons or 1 per class and/or source Moisture -Density Curves 1 per class and/or source 1 per class and/or source LA Abrasion 1 per class and/or source 1 per class and/or source R -Value 1 per class and/or source Table Notes: 1. In -place densities, used for reported PC tests, shall be taken using 4, 1 -minute tests. When density testing or changes in the soil type are in question, no reported density shall exceed 100% compaction without a 1 -point proctor check on the material. 2. Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale. Follow CP 23 3. 1 -point checks shall be done in the field on the day of in -place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The Contractor shall also provide a stable and solid platform to perform the 1 -point verification checks. The use of the 1 -point checks is required so the correct proctor is being utilized for the material being tested. Follow CP 25. Page 82 of 292 December 18, 2024 Revision of Section 106 — Control of Material Table 106-1c — Section 306 (Reconditioning) Testing Schedule Frequency Process Minimum Control Contractor's Testing Element Minimum Owner Frequency Testing Acceptance Testing Testing thereof 1 shoulder fraction per only 1,000 & thereof are 1 (when per SY specified) or 500 shoulders for fraction SY each or is In If -Place more present, Relative than correction. Density/Percent Compaction run 5% o CP23 oversize rock 1 thereof per & shoulders 1 5,000 per for SY 2,500 each only or SY shoulder are fraction or specified) fraction thereof (when 1 per class and/or source Moisture -Density Curves 1 per class and/or source Material Minimum per Material In -Place is of is Changing: 1 Consistent: Density test per 1 day. test 1 Point Check 1 per 5,000 thereof. SY or fraction Test Table Notes: 1. In -place densities, used for reported PC tests, shall be taken using 4, 1 -minute tests. When density testing or changes in the soil type are in question, no reported density shall exceed 100% compaction without a 1 -point proctor check on the material. 2. Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale. Follow CP 23 3. 1 -point checks shall be done in the field on the day of in -place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The Contractor shall also provide a stable and solid platform to perform the 1 -point verification checks. The use of the 1 -point checks is required so the correct proctor is being utilized for the material being tested. Follow CP 25. (b) Process Control Plan. Process control plans (PCP) shall be submitted by the Contractor for approval by the Engineer for the elements listed in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, and Section 603 — Culverts and Sewers of the Specifications. All the above items shall be tested in accordance with the process control and acceptance procedures outlined in the latest version of the CDOT Field Materials Manual and the applicable Colorado Procedures (CP) contained in the CDOT Field Materials Manual. The PCP shall be submitted to the Engineer for approval before the Pre -Construction Conference. The Contractor shall not be allowed to start any work on the project until the Engineer has approved the PCP in writing. The PCP shall contain the following items: 1. Method Statements — The Contractor shall submit detailed method statements to the Engineer for approval before the Pre -Construction Conference. Method statements for Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, and Section 603 — Culverts and Sewers shall follow the requirements shown in Subsection 108.03(j). 2. Testing — The Contractor shall provide adequate details in the PCP describing how the PC testing shall be performed. Page 83 of 292 December 18, 2024 Revision of Section 106 — Control of Material The PCP shall include a sampling frequency as required by the Specifications. When a random sampling frequency is required for the element, the PCP shall indicate how and when the random sampling will occur. The PC tests shall be independent of the acceptance tests unless otherwise allowed by the Engineer. 3. Point of Sampling — The materials for PC testing shall be sampled by the Contractor using the appropriate Colorado Procedures outlined in the CDOT Field Materials Manual. The location where material samples will be taken shall be included in the PCP. 4. Testing Standards The PCP shall indicate which testing standards shall be followed. Acceptable standards are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, then AASHTO procedures, and then ASTM procedures. Deviations from the applicable procedures shall not occur unless approved by the Engineer in writing. All soils testing performed in the field and in the laboratory shall be performed per the WAQTC manual and the Colorado Procedures using the following procedures. A. AASHTO T 255 - Total Evaporable Moisture Content of Aggregate by Drying B. AASHTO T 265 - Laboratory Determination of Moisture Content of Soils C. AASHTO 272 and CP 23 & CP 25 - One -Point Method for Determining Maximum Dry Density and Optimum Moisture D. AASHTO T 99, CP 23 - Moisture -Density Relations of Soils Using a 2.5 -kg (5.5- Ib) Rammer and 305 -mm (12 -in.) Drop E. AASHTO T 180, CP 23 - Moisture -Density Relations of Soils Using a 4.54 -kg (l0-Ib) Rammer and 457 -mm (18 -in.) Drop F. AASHTO R 75 - Developing a Family of Curves G. AASHTO T 85 - Specific Gravity and Absorption of Coarse Aggregate H. AASHTO T 310 & CP 80 - In -Place Density and Moisture Content of Soil and Soil -Aggregate by the Nuclear Methods (Shallow Depth), CP 21, CP 31 (Class 1 and ABC) — Gradation I. AASHTO T 89 and T90 — Atterberg Limits J. AASHTO M 145 - Soils Classification K. AASHTO T 96 — LA Abrasion Page 84 of 292 December 18, 2024 Revision of Section 106 - Control of Material L. AASHTO TO T 190 — R -value u e 5. Testing Supervisor Qualifications — The person in charge of and responsible for the PC sampling and testing shall be identified in the PCP. This person qualified according to the requirements of CP 10 (Note: this will require a PE or a NICET Level III certification). Technician Qualifications — Technicians taking samples and performing the PC tests shall be WAQTC certified and shall meet the requirements of CP 10. Further qualifications for testing personnel are contained in Section 203, Chapter 200 of the CDOT Field Materials Manual, CP-10, CP 13, CP 15, and CP 80, and the CDOT Inspector's Checklist. 6. Testing Equipment — All testing equipment used to conduct the PC tests shall conform to the standards specified in the test procedures and shall be in good working order. Equipment calibrations shall be provided to the Engineer upon request. 7. Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer electronically at least once per day. Testing which is performed in the field (e.g., density, rock corrections, 1 -point verifications, and other field tests) shall be provided on the same day as they are performed. Testing which requires laboratory procedures shall be report electronically within 24 hours after the laboratory testing is completed. The PC tester shall provide written copies of the field test reports to the Engineer and Inspector within the timeframes outlined above. For tests involving compaction and density, the Contractor shall ensure the tester is performing rock corrections and 1 -point proctor checks in the field. Subsection 106.05 shall be deleted and replaced with the following: 106.05 Sampling and Testing of Hot Mix Asphalt (More than 5,000 Tons). All hot mix asphalt (HMA), Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested per the following program of process control testing and acceptance testing: OA sampling frequencies shall follow Table 106-2 and Stratified Random Sampling Schedules. Although Incentive/Disincentive payments may not be made to the Contractor for Hot Mix Asphalt, the conformance to contract of the material and elements involved shall be evaluated using the (Asphalt 03') Quality Project Management program and Section 105.03. (a) Process Control Testing. Contractor Process Control testing is mandatory. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-2. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's HMA supplier and Page 85 of 292 December 18, 2024 Revision of Section 106 — Control of Material HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA in accordance with Table 106-2. The Contractor shall develop a process control plan (PCP) per the following: 1. Process Control Plan. For each element listed in Table 106-2, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre -construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. A. Frequency of Tests or Measurements. The PCP shall indicate a random sampling frequency, which shall not be less than that shown in Table 106-2. The process control tests shall be independent of acceptance tests. Table 106-2 — Schedule for Minimum Sampling and Testing for HMA Element Process Control Acceptance1'2 Check (CTP) Asphalt Content 1/500 tons 1/1,000 tons 1/10,000 tons Gradation 1/Day 1/2,000 tons 1/20,000 tons Theoretical Specific Maximum Gravity minimum 1/1,000 tons, 1/Day minimum 1/1000 tons, 1/Day 1/10,000 tons In -place Density 1/500 tons 1/500 tons 1/5,000 tons Joint Density 1 core/2,500 feet of joint linear linear 1 core/5,000 feet of joint 1 core/50,000 joint linear feet of Aggregate Moisture Percent 3 minimum 1/2,000 tons, 1/Day 1/2,000 tons Not applicable Percent Lime 3'4 1/Day Not applicable Not applicable Table Notes: 1 The minimum number of acceptance tests will be: 5 asphalt content, 3 gradation, 10 in -place density and 5 joint density for all projects. 2 When unscheduled job mix formula changes are made (Form 43) acceptance of the elements, except for in -place density, will be based on the actual number of samples that have been selected up to that time, even if the number is below the minimum listed in the schedule. At the Engineer's discretion, additional random in -place density tests may be taken in order to meet scheduled minimums, provided the applicable pavement layer is available for testing under safe conditions. Beginning with the new job mix formula, the quantity it will represent shall be estimated. A revised schedule of acceptance tests will be based on that estimate. 3 Not to be used for incentive or disincentive pay. Test according to CP-33 and report results from Form 106 or Form 565 on Form 6. 4 Verified per Contractor's PC Plan Page 86 of 292 December 18, 2024 Revision of Section 106 — Control of Material B. Worksheets, Forms, and Charts. The Contractor shall submit examples of worksheets, test result forms, and test results charts per CP 12 as part of the PCP. C. Test Result Chart. Each process control test result, the appropriate tonnage and the tolerance limits shall be plotted. For in place density tests, only results after final compaction shall be shown. The chart shall be posted daily at a location convenient for viewing by the Engineer. D. Quality Level Chart. The Quality Level (QL) for each element used to calculate incentive or disincentive in Table 106-2 and each required sieve size shall be plotted. The QL will be calculated per the procedure in CP 71 for Determining Quality Level (QL). The QL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter the last five consecutive test results. The tonnage of material represented by the last test result shall correspond to the QL. For in place density tests, only results after final compaction shall be shown. The chart shall be posted daily at a location convenient for viewing by the Engineer. 2. Elements Not Conforming to Process Control. The QL of each discrete group of five test results, beginning with the first group of five test results, shall be a standard for evaluating material not conforming to process control. When the group QL is below 65, the process shall be considered as not conforming to the PCP. In this case, the Contractor shall take immediate action to bring the process back into control. Except where the cause of the problem is readily apparent and corrected without delay, production shall be suspended until the source of the problem is determined and corrected. A written explanation of actions taken to correct control problems shall accompany the test data and be submitted to the Engineer on the day the actions are taken. 3. Point of Sampling. The material for process control testing shall be sampled by the Contractor using approved procedures. Acceptable procedures are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. The location where material samples will be taken shall be indicated in the PCP. 4. Testing Standards. Acceptable procedures are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. 5. Testing Supervisor Qualifications. The person responsible for the process control sampling and testing shall be identified in the PCP and be qualified according to the requirements of CP 10. 6. Technician Qualifications. Technicians taking samples and performing tests must be qualified according to the requirements of CP 10. Page 87 of 292 December 18, 2024 Revision of Section 106 — Control of Material 7. Testing Equipment. All of the testing equipment used to conduct process control testing shall conform to the standards specified in the test procedures and be in good working order. Nuclear testing devices used for process control testing of in -place density do not have to be calibrated on the Department's calibration blocks. 8. Reporting and Record Keeping. The Contractor shall report the results of the process control tests to the Engineer in writing at least once per day. The Contractor shall assemble a process control (PC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, test results charts and quality level charts for each of the elements listed in Table 106-2. The Contractor shall submit the PC n otebook to the Engineer for review once a month on the date agreed to at the Pre - Paving Conference. The PC notebook will be returned to the Contractor within one working day after submittal. The Engineer will notify the Contractor in writing of any deficiencies in the PC notebook, including the failure to submit the notebook on time or an absence of the required reports. Upon the second failure to submit the complete PC notebook on time or with an absence of the required reports, the Engineer will n otify the Contractor, and the pay estimate will be withheld until the Contractor submits, in writing, a report detailing the cause for the failure to submit the complete PC notebook on time or the cause for the absence of required reports. The report shall include how the Contractor plans to resolve the failures. Additional failures to submit the PC notebook on time or absent the required reports will result in a delay of the pay estimate until the Contractor has identified and resolved the failure along with revising and resubmitting his PCP to address these issues. Once the Engineer has reviewed and approved the revised PCP the estimate may be paid. Upon submittal of the PC notebook for the semi-final estimate, the PC notebook shall become the property of the Department. The Contractor shall make provisions such that the Engineer can inspect process control work in progress, including PC n otebook, sampling, testing, plants, and the Contractor's testing facilities at any time. After compaction of the HMA is completed, in -place density tests for process control shall be taken at the frequency shown in Table 106-2. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of the testing equipment used for in -place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need n ot be calibrated on the Department's calibration blocks. (b) Acceptance Testing. Acceptance testing is the responsibility of the Department and shall not be addressed in the PCP. The Department will determine the locations where samples or measurements are to be taken. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results will be per Table 106-2. The location or time of sampling will be based on the stratified random procedure as described in CP 75. Acceptance sampling and testing procedures will be per the Schedule for Minimum Materials Sampling, Testing and Inspection in the Page 88 of 292 December 18, 2024 Revision of Section 106 - Control of Material CDOT Field Materials Manual. Samples for project acceptance testing shall be taken by the Contractor per the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Contractor may retain a split of each sample which cannot be included as part of the Contractor's process control testing. If the Contractor elects to question the Hot Mix Asphalt (HMA) acceptance test results, the steps outlined in CP 17 shall be followed. Dispute of the acceptance test results per CP- 17 will not be allowed unless the CP-13 Check Test Program has been successfully completed. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with the OA tester before HMA placement. The results from the CP 17 resolution process shall be binding on both the Department and the Contractor. Requests for CP 17 process for all elements except density shall be submitted in writing to the Engineer within five workdays from the date the Contractor receives acceptance test data from the Engineer. The specific element questioned shall be identified in writing. All requests for the CP 17 process for the density element shall be submitted in writing to the Engineer within 24 hours of receiving test data from the Engineer. The Contractor shall choose a consultant laboratory not associated with the project from the CDOT pre -established list to perform the third -party testing. The Contractor shall document his choice in writing at the Pre -Paving Conference. The Department shall determine that the consultant has no conflict of interest. If third party testing is required, the responsibility for the testing expenses shall be assigned per CP 17. The costs for testing are shown in CP 17, Table 17-2. All materials being used are subject to inspection and testing at any time before, during, or after incorporation into work. Acceptance tests will be made by and at the expense of the Department except when otherwise provided. (c) Check Testing Program (CTP). Before, or in conjunction with, placing the first 500 tons of asphalt pavement, under the direction of the Engineer, a CTP will be conducted between acceptance testing and process control testing programs. The CTP will consist of testing for asphalt content, theoretical maximum specific gravity, HMA 4.75 mm (#4) sieve, HMA 2.36 mm (#8) sieve, HMA 0.075 mm (#200) sieve, in -place density, and joint density per CP 13. An additional set of split samples from this CTP shall be retained and used in the event of third party testing per CP 17. If the Contractor intends to test to determine air voids and VMA, check testing for these tests is recommended. The CTP will be continued until the acceptance and process control tests are within the acceptable limits shown in Table 13-1 of CP 13. For joint density, the initial check test will be a comparison of the seven cores tested by CDOT and the seven cores tested by the Contractor. These are the cores from the compaction test section used for nuclear gauge calibration and test section payment. During production, a split sample check will be conducted at the frequency shown in Table 106-2. Except for joint density, the split samples will be from an acceptance sample Page 89 of 292 December 18, 2024 Revision of Section 106 — Control of Material obtained per subsection 106.05(b). The acceptance test result will be compared to the process control test result obtained by the Contractor using the acceptable limits shown in Table 13-1 of CP 13. For joint density, the comparison sample for testing by the Contractor will be obtained by taking a second core adjacent to the joint density acceptance core. The acceptance test result will be compared to the process control test result obtained by the Contractor using the acceptable limits as shown in Table 13-1 of CP 13 and following the check testing procedure given in CP 13. If production has been suspended and then resumed, the Engineer may order a CTP between process control and acceptance testing persons to assure the test results are within the acceptable limits shown in Table 13-1 of CP 13. Check test results shall not be included in process control testing. The Engineer shall be called upon to resolve differences if a CTP shows unresolved differences beyond the values shown in Table 13- 1 of CP 13. (d) Stability Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three stability verification tests to verify that the field produced HMA conforms to the approved mix design: The test frequency shall be one per day unless otherwise directed by the Engineer. The test results will be evaluated, and the Contractor shall make adjustments if required per the following: 1. The minimum value for stability will be the minimum specified in Table 403-1 of the specifications. There will be no tolerance limit. 2. Quality Level. Calculate a QL for stability. If the QL for stability is less than 65, then production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. After a new or revised mix design is approved, three additional stability tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. If the stability QL is less than 65, then production shall be halted until a new mix design has been completed and approved using plant produced material or the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. 3. New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional stability field verification tests shall be performed, Page 90 of 292 December 18, 2024 Revision of Section 106 — Control of Material and the test results evaluated per the above requirements. The test frequency shall be one per day unless altered by the Engineer. 4. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to 1 per 10,000 tons. (e) Mix Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three volumetric verification tests for each of the following elements to verify that the field produced hot mix asphalt conforms to the approved mix design: 1. Air Voids 2. Voids in Mineral Aggregate (VMA). 3. Asphalt Content (AC). The test frequency shall be one per day unless altered by the Engineer. The test results will be evaluated, and the Contractor shall make adjustments if required per the following: 1. Target Values. The target value for VMA will be the average of the first three volumetric field test results on project produced hot mix asphalt or the target value specified in Table 403-1 and Table 403-2 of the specifications, whichever is higher. The target value for VMA will be set no lower than 0.5 percent below the VMA target on Form 43 before production. The target values for the test element of air voids and AC shall be the mix design air voids and mix design AC as shown on Form 43. 2. Tolerance Limits. The tolerance limits for each test element shall be: AC ± 0.3 percent Air Voids ± 1.2 percent VMA ± 1.2 percent 3. Quality Levels. Calculate an individual QL for each of the elements using the volumetric field verification test results. If the QL for VMA or AC is less than 65 or if the QL for air voids is less than 70, the production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. Production shall only commence upon receipt of written approval from the Engineer of the proposed mix design revision. Page 91 of 292 December 18, 2024 Revision of Section 106 — Control of Material After a new or revised mix design is approved, three additional volumetric field verification tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. If the QL for VMA or AC is less than 65 or the QL for the test element of air voids is less than 70, then production shall be halted until a new mix design has been completed per CP 52 or CP 54, a new Form 43 issued, and the Contractor demonstrates that he is capable of producing a mixture meeting the verification requirements per A or B below: A. The Contractor shall produce test material at a site other than a Weld County project. The Contractor shall notify the Engineer a minimum of 48 hours before the requested test. The location and time of the test are subject to the approval of the Engineer before placement. Three samples will be tested for volumetric properties. If the QL for VMA or AC is equal or greater than 65 and the QL for the element of air voids is equal or greater than 70, full production may resume or; B. The Contractor may construct a 500 ton test strip on the project. Three samples in the last 200 tons will be tested for volumetric properties. After construction of the test section, production shall be halted until the testing is complete and element QLs are calculated. If the QL for VMA or AC is equal or greater than 65 or the QL for the element of air voids is equal or greater than 70, full production may resume. If the QL for VMA or AC is less than 65 or the QL for the element of air voids is less than 70, the material shall be removed and replaced at no cost to the Department. The time count will continue, and any delay to the project will be considered to have been caused by the Contractor and will not be compensable. The costs associated with mix designs shall be solely at the Contractor's expense. If the Contractor fails to verify the new mix design per A or B, then production shall be halted until a new mix design has been completed per CP 52 or CP 54, a new Form 43 issued, and the Contractor demonstrates they are capable of producing a mixture meeting the verification requirements per A or B. 4. New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional volumetric field verification tests shall be performed, and the test results evaluated per the above requirements. The test frequency shall be one per day unless altered by the Engineer. 5. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to a minimum of 1/10,000 tons. The Engineer has the discretion to conduct additional verification tests at any time. Page 92 of 292 December 18, 2024 Revision of Section 106 - Control of Material (f) Testing Schedule. Process control and project acceptance testing frequency shall be per Table 106-2. (g) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated per the procedure in CP 71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken are described as follows: (1) Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the past five consecutive test results are within the specification limits. (2) Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job -mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate. (3) Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included as an acceptance test.) After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-2. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected Page 93 of 292 December 18, 2024 Revision of Section 106 — Control of Material sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. Subsection 106.051 shall be inserted immediately after Subsection 106.05 and shall include the following: 106.051 Sampling and Testing of Hot Mix Asphalt (Less than 5,000 tons). All hot mix asphalt, Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested per the following program of process control testing and acceptance testing: OA sampling frequencies shall follow Table 106-3 and Stratified Random Sampling Schedules. Although Incentive/Disincentive payments may not be made to the Contractor for Hot Mix Asphalt, the conformance to contract of the material and elements involved shall be evaluated using the (Asphalt 03') Quality Project Management program and Sections 105.03. Dispute of the OA acceptance test results per CP-17 shall not be allowed unless Check Testing per CP-13 has been successfully completed for the elements specified. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with OA before hot mix asphalt placement. Hot Mix Asphalt Mix Designs submitted shall have historical test data on Total Voids %, VMA and AC Content %. If none are available, the Department may perform Verification for these elements on first day of production or if other element test results indicate a conformance issue. OA acceptance testing of the Mat Density element, shall follow Table 106-3 Note #1 using Asphalt Core samples tested per CP 44 (7-19), Method B. A Compaction Test Section or Gauge Correlation shall not be required by the Department. If PC performs gauge correlations, coring shall be the responsibility of the Contractor as is the repair of the core holes. Reduction in testing and sampling may be considered for specific testing elements or in whole if tonnage warrants. This in no way relieves the Contractor of submitting and executing approved construction method statements, quality control plans or placement of specification materials. For this project, Contractor process control testing of hot mix asphalt is mandatory and shall be accomplished every day that any HMA placement occurs on the jobsite. Process control testing will include Table 106-3 as stated below. (a) Process Control Testing. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-3. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's HMA supplier and HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA in accordance with Table 106-3. Page 94 of 292 December 18, 2024 Revision of Section 106 - Control of Material Table 106-3 - Schedule for Minimum Sampling and Testing for HMA Element Process Control Owner Acceptance (1) Asphalt Content 1/500 tons 1/1,000 tons Theoretical Specific Maximum Gravity1/day 1/1,000 tons, minimum 1/day 1/1,000 tons, minimum Gradation 2 1/Day 1/2,000 tons In -Place Density 1/500 tons 1/500 tons Joint Density 1 core/2,500 linear feet of joint 1 core /5,000 of joint linear feet Aggregate Moisture Percent 3 1/2,000 tons or 2,000 1/Day tons if less than 1/2,000 tons Percent Lime 3' 4 1/Day Not applicable Table Notes: 1 The minimum number of in -place density tests for acceptance will be 5. 2 Process control tests for gradation are not required if less than 250 tons are placed in a day. The minimum number of process control tests for gradation shall be one test for each 1,000 tons or fraction thereof. 3 Not to be used for incentive/disincentive pay. Test according to CP-33 and report results from Form 106 or Form 565 on Form 6. 4 Verified per Contractor's PC Plan. After completion of compaction, in -place density tests for process control shall be taken at the frequency shown in Table 106-3. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of the testing equipment used for in - place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's calibration blocks. For elements other than in -place density, results from process control tests need not be plotted, or routinely reported to the Engineer. This does not relieve the Contractor from the responsibility of performing such testing along with appropriate plant monitoring as necessary to assure that produced material conforms to the applicable specifications. Process control test data shall be made available to the Engineer upon request. (b) Owner Acceptance Testing. Owner Acceptance testing is the responsibility of the Department. For acceptance testing the Department shall determine the locations where samples or measurements are to be taken and as designated in Section 403. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results shall be per Table 106-3. The location or time of sampling will be based on the stratified random procedure as described in CP 75. Acceptance sampling and testing procedures will be per the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual. Samples for Owner Acceptance testing shall be taken by the Contractor per the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Page 95 of 292 December 18, 2024 Revision of Section 106 — Control of Material Contractor may retain a split of each sample which cannot be included as part of the Contractor's process control testing. Dispute of the acceptance test results per CP-17 shall not be allowed unless a provision for check testing has been included in the Contract and it has been successfully completed. All materials being used are subject to inspection and testing at any time before or during incorporation into the work. (c) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated per the procedure in CP 71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken are described as follows: 1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the past five consecutive test results are within the specification limits. 2. Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job -mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate. 3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included as an acceptance test.) After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-3. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Page 96 of 292 December 18, 2024 Revision of Section 106 — Control of Material Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. Subsection 106.06 shall be deleted and replaced with the following: 106.06 Sampling and Testing of Portland Cement Concrete Paving. All Portland Cement Concrete Pavement, Item 412, shall be tested per the following process control and acceptance testing procedures: (a) Process Control Testing. Process control testing by the Contractor is mandatory. Process control testing for Portland Cement Concrete Pavement (PCCP) pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's PCCP supplier and PCCP paving subcontractor shall be present and shall test the PCCP in accordance with Tables 106-4 and 106-5. The Contractor shall develop a process control plan (PCP) per the following: 1. Process Control Plan. For each element listed in Tables 106-4 or 106-5, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre -construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. A. Frequency of Tests or Measurements. The PCP shall indicate a random sampling frequency, which shall be equal to or more frequent than that shown in Tables 106-4 or 106-5. The process control tests shall be independent of acceptance tests. B. Test Result Chart. Each process control test result, the appropriate area, volume, and the tolerance limits shall be plotted. The chart shall be posted daily at a location convenient for viewing by the Engineer. C. Quality Level Chart. The QL for each element in Table 106-4 or 106-5 shall be plotted. The QL shall be calculated per the procedure in CP 71 for Determining Quality Level. The QL shall be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter the last five consecutive test results. The area of material represented by the last test result shall correspond to the QL. D. F -test and t -test Charts. If flexural strength criteria is indicated, then the results of F -test and t -test analysis between the Department's verification tests of flexural strength and the Contractor's process control tests of flexural strength shall be shown on charts. The F -test and t -test shall be calculated per standard Page 97 of 292 December 18, 2024 Revision of Section 106 — Control of Material statistical procedures using all verification tests and process control tests completed to date. Only results from cast beams shall be used in the F & t analysis, flexural strengths from splitting tensile correlations shall not be included in the F & t analysis. When a verification test is completed, the F- test and t- test calculations shall be redone. The area of material represented by the last test result shall correspond to the F -test and t -test. A warning value of 5 percent and an alert value of 1 percent shall be shown on each chart. The chart shall be submitted to the Engineer electronically daily, as results become available. 2. Point of Sampling. The material for process control testing shall be sampled by the Contractor using CP 61. The location where material samples will be taken shall be indicated in the PCP. 3. Testing Standards. The PCP shall indicate which testing standards will be followed. Acceptable standards are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, then AASHTO procedures, then ASTM Procedures. The flexural strength test for process control shall be performed using 6 -inch by 6 -inch beams cast in plastic molds from a single sample of concrete, cured under standard laboratory conditions. A maximum of 72 hours after the beams are molded, they shall be removed from the plastic molds. After demolding, the beams shall be cured in either a 100% humidified cure room or lime treated testing tanks until the testing date. A minimum of three 7 -day and four 28 -day flexural strength tests are required. 4. Process Control (PC) Manager Qualifications. A PC Manager shall be identified in the PCP. The PC Manager shall not be the Contractor's Project Manager. The PC Manager shall be in charge of and responsible for all aspects of the process control testing. This person shall be present on the project at all times during PCCP paving. Failure to provide a PC Manager shall result in the stoppage of paving operations. The PC Manager shall possess one or more of the following qualifications: A. Registration as a Professional Engineer in the State of Colorado. B. Registration as an Engineer in Training in the State of Colorado with two years of paving experience. C. A Bachelor of Science in Civil Engineering or Civil Engineering Technology with three years of paving experience. D. National Institute for Certification in Engineering (NICET) certification at level III or higher in the subfields of Transportation Engineering Technology, Highway Materials, or Construction Materials Testing Engineering Technology, Concrete and four years of paving experience. Page 98 of 292 December 18, 2024 Revision of Section 106 — Control of Material 5. Technician Qualifications. Technicians performing tests shall meet the requirements of Colorado Procedure 10. 6. Testing Equipment. All of the testing equipment used to conduct process control testing shall conform to the standards specified in the test procedures and be in good working order. The Contractor shall provide the following equipment and supplies which will not be paid for separately but shall be included in the work: A. Adequate space or a minimum of at least 300 square feet of a temperature controlled facility, separate from the onsite lab space is required to store all project PCCP flexural and compressive strength specimens is required. This facility shall be used exclusively for the molding and storage of concrete test specimens as required. A separate space will be required to house equipment and perform strength testing procedures. All equipment shall be maintained in satisfactory condition and calibration. Heavy rusting, mechanical, and/or electrical issues shall require testing and monitoring equipment to be replaced. These facilities shall be provided in addition to other facilities required in Section 620. The storage facility shall have sufficient water storage capacity for curing all required test specimens. The storage facility shall provide separate storage tanks for each type of required testing. (1) The storage facility shall provide proper ventilation and a continuous source of heating and cooling including backup power sources to maintain storage tank temperatures. (2) Each individual storage tank shall have continuously recording thermometers and sufficient blank charts for the project. The recording charts shall be changed regularly and used charts shall be kept in the PC notebook. The County's Engineer and Project Inspector shall be notified of the maximum and minimum temperatures in each tank on a daily basis. (3) Temperatures of each storage tank shall be recorded for the duration of the project or until the last OA strength test has been reported. (4) In the event, storage tanks drop below 60 °F or above 80 °F, all samples stored in the tank will be considered suspect and out of specification with the project requirements. Specimens shall be tested per the testing schedule for concrete specimens. If specimen test results indicate abnormalities or below the specified project strength requirements, the results shall be evaluated per the steps outlined below at the discretion of the Engineer. (i) The areas represented by the failing specimens shall be considered failing to meet the project specifications and shall be removed and replaced at no additional cost to the project. Page 99 of 292 December 18, 2024 Revision of Section 106 — Control of Material (ii) If in the Engineer's sole discretion, cored specimen sampling will be allowed, the core companion specimens shall be taken from with the slab areas represented by the failing specimens. Testing shall be completed per CP 65, Standard Practice for Evaluating Low Concrete Strength Test Results, Method B. (iii) X-raying of the in -place PCCP may be required prior to the start of any coring operations in order to determine where the welded wire mesh, tie bars and dowel bars are located. If the Contractor fails to provide proper curing or cold weather protection, the Contractor, at the Engineer's direction, shall use cores to determine the acceptance or rejection of the PCCP area(s) that are in question. Cores shall be taken with the following procedure. (i) The Engineer will notify the Contractor in writing that cores shall be taken in the PCCP area(s) that are in question. The locations for the coring will be directed by the Engineer. All coring, repairing, and testing shall be done at the expense of the Contractor regardless of the result. Cores shall be taken and tested per CP 65 Method B between 28 days and 45 days after PCCP placement. Cores shall be a minimum of 6 inches in diameter. Core bits used to cut the core shall have a 61/4" outside diameter which shall produce a true 6" core. At the direction of the Engineer, a minimum of 3 cores from a single slab area shall be obtained for the locations that are suspect. The flexural strength of the concrete shall be determined using the pre- production PCCP correlation to splitting tensile strength. Cores containing rebar steel, dowel bars, or other materials other than concrete shall be excluded from the splitting tensile testing results. If the splitting tensile strength of any one core differs from the average by more than 10 percent, that strength shall be discarded, and the average strength will be determined using the strength of the remaining two cores. If the strength of more than one core differs from the average by more than 10 percent, the average strength shall be determined using all three splitting tensile strengths of the cores. If the average core splitting tensile strength is greater than or equal to 600 psi, the concrete represented by the cores will be accepted or accepted with a price reduction per subsection 106.06. Page 100 of 292 December 18, 2024 Revision of Section 106 — Control of Material (ii) If the Contractor fails to maintain the tank temperatures within the specified range and the Engineer determines, in their sole discretion, that coring is required, the areas represented by the cylinders stored in the tank shall be cored and a pay reduction of 2.5% will be applied to the unit price of PCCP, regardless of the testing results. If the average core strength is between 615 psi (inclusive) and 645 psi, the PCCP shall be accepted by the Engineer but shall be assessed a pay reduction per subsection 105.06. If the average core strength is less than 600 psi, the PCCP shall be removed and replaced per subsection 105.03 and 105.06. (iii) Prior to coring, the Contractor shall submit a proposed repair method for the core hole for approval. The method shall use an approved high strength non -shrink concrete or grout patching material with of minimum compressive strength of 4,500 psi. The Contractor shall submit and follow the manufacturer's recommendations along with the repair method. The Engineer shall review and approve the repair method before the coring takes place. (iv) Time delays resulting due to the Contractor's failure to provide proper curing or cold weather protections will be considered non -excusable and will not be compensated. (v) The Contractor shall provide electronic copies of the testing results to the Engineer within two business days of receipt of the testing results. (vi) All costs associated with the repair of the core holes including the preparation and submittal of the repair method will not be measured, and paid for separately but shall be included in the work. B. A certified machine for testing flexural, compressive and splitting tensile strength of concrete specimens shall be provided by the Contractor. The machine shall have an opening size capable of housing the flexural strength apparatus, splitting tensile apparatus and compression heads. The machine shall have a square or rectangular bottom platen at least 2 inches thick. The machine shall have a minimum capacity of 300,000 lbs. The machine shall have a digital monitor capable of displaying load rate and total load. The following or an approved equal may be used: (1) Forney model number FHS-300 with a Co -Pilot digital monitor. (2) Humboldt model number HCM-3000 with an iD Digital Indicator. Page 101 of 292 December 18, 2024 Revision of Section 106 — Control of Material (3) Gilson model number MC -400 with Pro Controller. (4) Test Mark Industries CM -3000 with i720 Digital Indicator. Both the Contractor and the Engineer will use this machine for testing concrete specimens. The machine shall meet the requirements of AASHTO T97 and T22. After the machine has been certified and accepted by the Engineer it shall not be moved until all Portland cement concrete paving and flexural strength acceptance tests have been completed. A weekly check of the planeness of all bearing surfaces on the flexural strength apparatus shall be made and recorded in the Contractor's PC notebook for each week that flexural strength testing occurs. Swapping flexural strength apparatus, splitting tensile strength apparatus and compressive strength head will not require recertification of the test machine. C. Beam molds for molding all test specimens required. Beam molds shall have a cross section of approximately 6 inches by 6 inches. All beam molds shall be checked by the Contractor before being placed in service and monthly. The checks of each beam mold shall be recorded in the Contractor's PC notebook. This shall include all testing described in subsection 106.06. D. The Contractor shall supply an MIT Scan T2 or MIT Scan T3 and the associated tests plates when pavement thick acceptance is based on magnetic pulse induction (MPI). 7. Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer electronically at least once per day. The Contractor shall assemble a process control (PC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, test results charts and quality level charts for each of the elements listed in Table 106-5. The Contractor shall submit examples of worksheets, test result forms and test results charts per CP 12B as part of the Contractor's Process Control Plan (PCP). The Contractor shall submit the PC notebook electronically to the Engineer for review once a month on the date agreed to at the Pre -construction Conference. A list of recognized deficiencies will be returned to the Contractor within two workdays after submittal. Deficiencies may include, but are not limited to, the failure to submit the notebook on time or an absence of the required reports. For any month in which deficiencies are identified, the PC notebook will be submitted for review two weeks after the PC notebook is returned. Upon the second recognized deficiency the Engineer will notify the Contractor, and the pay estimate shall be withheld until the Contractor submits, in writing, a report detailing the cause for the recognized deficiency. The report shall include how the Contractor plans to resolve the deficiencies. Additional recognized deficiencies will result in a delay of the pay Page 102 of 292 December 18, 2024 Revision of Section 106 - Control of Material estimate until the Contractor has identified and resolved the deficiency along with revising and resubmitting his PCP to address these issues. Once the Engineer has reviewed and approved the revised PCP the estimate may be paid. Upon submittal of the PC notebook for the semi-final estimate, the PC notebook shall become the property of the Department. The Contractor shall make provisions such that the Engineer can inspect process control work in progress, including PC notebook, sampling, testing, plants, and the Contractor's testing facilities at any time. 8. PC Stockpile Management. For Projects greater than 25,000 SY of PCCP, the contractor shall perform PC Testing for each aggregate source. All aggregates furnished for the project shall conform to the range of tolerances listed in Table 106-4 when compared to the approved mix design gradations. Individual gradation testing shall be at a minimum frequency of 1/day or 1/1,000 tons, whichever is greater, as aggregate is delivered to the batch plant and incorporated into the stockpile. If material does not meet the listed tolerances, the area of the stockpile represented by the sample may be remixed and retested. If material fails to meet the tolerances a second time, it shall be rejected. If multiple batch plants are being utilized, aggregates at each plant shall be tested separately. Testing and Tracking methods shall be included in the Contractor's Process Control Plan. Table 106-4 — Individual A re• ate Gradation Tolerances Sieve Size Tolerance (%) ≥No. 4 ±6 No.8 — No. 30 ±4 No. 50 ±3 No. 100 ±2 No. 200 ±1 9. Optimized Gradation. The Contractor shall perform process control testing of the combined aggregate gradation (CAG) when an Optimized Gradation (OG) is used for Class P Concrete. The CAG testing frequency shall be three per day. Test one shall be sampled and tested after full production begins but before production reaches 100 cubic yards. Test two shall be sampled and tested after four hours of continuous production or production reaches 1,000 cubic yards, whichever comes first. Test three shall be sampled and tested after seven hours of continuous production or production reaches 1750 cubic yards, whichever comes first. The frequency shall be a minimum of one per day if production is less than 750 cubic yards. The Department will perform one gradation test each day that may be a split of one of the three daily PC samples. This data will not be used to determine acceptability of the material but as information only. The Contractor's gradation test data will be used to evaluate the gradation optimization based on the mix design optimization. Page 103 of 292 December 18, 2024 Revision of Section 106 — Control of Material When the Contractor's gradation test results fail to meet their optimization range, the Contractor shall immediately make corrections to bring the aggregate gradation optimization range and notify the Engineer. If two or more consecutive test results for any single day or two successive days are found to fall outside the optimization range, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval before resuming production. Upon being allowed to resume production, the Contractor shall follow the daily sampling frequency. If the next two consecutive gradation tests indicate that the meet the optimization range, the Contractor may continue production. If the first two aggregate samples do not meet the optimization range, production shall be suspended. Before resuming production, the Contractor shall sample the individual aggregate stockpiles at two or more locations to determine the range of variability within each stockpile, make appropriate adjustments to the percentages for each aggregate component, and discharge and sample the combined aggregates. The combined aggregate gradation shall be tested to determine if the CF and WF fall inside the workability box. Production can resume if the optimization range is met. Production will continue to be suspended for additional evaluation of stockpiles and aggregate feed rates until gradation sampling and testing indicate the optimization range is met. All gradation test information during production shall be provided to the Engineer daily. The Contractor shall immediately report all gradation test data to the Engineer for evaluation during periods when production is suspended or upon resuming production. The Contractor will be notified in writing in all cases when production may resume or shall remain suspended. 10. Aggregate Moisture Content. An aggregate moisture content sample from the first 100 cubic yards of concrete shall be tested; then one test per 750 cubic yards shall be performed. The frequency shall be a minimum of one per day if production is less than 750 cubic yards per day. The moisture content sample maybe the same sample used for gradation PC testing. Moisture content of each aggregate shall be tested per CP 33. As they become available, results shall be immediately input into the batching computer and reflected on batch tickets. When Recycled Concrete Aggregate (RCA) is used, the moisture content of the RCA shall be at or above the absorption of the RCA. When the moisture content of the RCA is lower than the absorption of the RCA, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval before resuming production 11. Box Test. When the Contractor is using a slipform paver, the Contractor shall perform a Box Test in accordance with CP-63 at the beginning of each day's paving. The Box Test shall show no more than 30 percent surface voids and an edge slump less than 1/4 inch. When the Box Test results fail to meet these requirements, the Contractor Page 104 of 292 December 18, 2024 Revision of Section 106 — Control of Material shall immediately make corrections and notify the Engineer. After corrective actions have been completed, the Contractor shall perform a Box Test. The Box Test shall show no more than 30 percent surface voids and an edge slump less than 1/4 inch. If two or more consecutive Box Test results fail to meet these requirements, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval before resuming production. 12. Concrete Test Reports. The Contractor shall distribute electronically to the concrete supplier all flexural strength PC data for the concrete supplied to the project. The Contractor shall distribute the PC flexural strength data within two business days of the 7 -day and 28 -day flexural strength testing. The data shall include the flexural strength and batch ticket number at a minimum. 13. Concrete Test Reports. The Contractor shall distribute electronically to the concrete supplier all flexural -strength process control (PC) data for the concrete supplied to the project. The Contractor shall distribute the PC flexural strength data within two business days of the 7 -day and 28 -day flexural strength testing. The data shall include the flexural strength and batch ticket number at a minimum. (b) Acceptance Testing. Acceptance testing frequencies shall be per the Schedule (Owner Acceptance) in the CDOT Field Materials Manual. Except for flexural strength, acceptance tests will be conducted by and at the expense of the Department. Acceptance sampling and testing procedures will be per the CDOT Field Materials Manual with the following exceptions and inclusions: A split sample from an acceptance test shall not be used for a process control test. The Engineer will designate the location where samples are to be taken. Samples shall be taken by the Contractor per CP61. The Engineer will be present during the sampling and take possession of all acceptance samples. Samples transported in different containers will be combined and mixed before molding specimens. All materials are subject to inspection and testing at all times. Pavement thickness acceptance will be determined by cores or magnetic pulse induction (MPI). Destructive thickness testing will not be allowed without Engineer's consent. Acceptance tests for thickness using MPI shall be the Contractor's process control tests. MPI testing shall be per AASHTO T359. Acceptance tests for flexural strength shall be the Contractor's process control tests. The flexural strength tests shall be the average flexural strength of four test beams. The test beams shall be prepared according to AASHTO T23. The flexural strength of each specimen shall be measured according to AASHTO T97 with the following additional requirements: If the flexural strength of only one specimen differs from the average by more than 10 percent, that specimen shall be deleted, and the average strength shall be determined using the remaining three specimens. If the flexural strength of more than one specimen differs from the average by more than 10 percent, the test value shall be the Page 105 of 292 December 18, 2024 Revision of Section 106 — Control of Material average of all four specimens. Each set of four beams shall be tested at 28 days after molding. If the nominal maximum aggregate size of the mix is 3/4 inches or less, then the Contractor shall prepare three additional test beams using the 4x4x14 inch molds. The 4x4x14 inch specimens will be tested 28 days. The results of the 4x4x14 inch specimens will be for information only and will not be used to determine the acceptability of the concrete. Results of the 4x4x14 inch specimens will be reported to the Engineer with the corresponding acceptance test results. These additional specimens are being used to evaluate the validity of using smaller test specimens for acceptance. Acceptance flexural strength specimens shall be cast, cured, tested for flexural strength by the Contractor's PC Manager or Concrete strength certified technician, and witnessed by the Engineer or an approved Weld County Representative. Test results not witnessed by Weld County will not be accepted. The Contractor shall, in the presence of the Engineer, begin batch testing a minimum of 10 days prior to the start of concrete paving to develop a correlation curve per AASHTO T198 (ASTM C496) Splitting Tensile Strength of Cylindrical Concrete Specimens. Specimens shall be evaluated per CP65-19 method B. At least three splitting tensile strength specimens and four flexural strength specimens will be tested at 3, 7, 14, and 28 days. The splitting tensile strength and flexural strength specimens for each age used to develop the correlation curve shall be cast from the same batch of concrete being placed on the project. As stated in Subsection 105.06, Splitting Tensile Strength (AASHTO T198) sampling and testing by Weld County is being used to determine the validity of Splitting Tensile Strength as an acceptance criterion and not a ratio or correlation to Flexural. Weld County OA will mold 6 — (6 in x 12 in) specimens for Splitting tensile strength to be tested (3) at 7 days and (3) at 28 days, at a minimum of 1 set per day of concrete placement. The splitting tensile strength test for acceptance shall be the average splitting tensile strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions before testing. If the splitting tensile strength of any one specimen differs from the average by more than 10 percent, that specimen will be deleted, and the average strength will be determined using the remaining two specimens. If the splitting tensile strength of more than one specimen differs from the average by more than 10 percent, the average strength will be determined using all three specimens. Each set of three cylinders will be tested at 28 days after molding. (c) Verification Testing. Verification testing will be used only when flexural strength criteria is indicated and is the responsibility of the Department. The Department will determine the locations where samples or measurements are to be taken. The location of sampling shall be based on a stratified random procedure. Verification sampling and testing procedures will be per Sections 105, 106, 412, the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual, and CP 13. Samples for verification testing shall be taken by the Contractor per CP 61 in the presence of the Engineer. Page 106 of 292 December 18, 2024 Revision of Section 106 - Control of Material An analysis of test results will be performed after all test results are known using the t -test and F -test statistical methods with an alpha value set at 0.05. If either the above t -test and F -test analysis shows a significant difference, then the following items shall be checked: comparison of beam fracture locations and types, computations, and flexural testing machine outputs, curing tank temperature charts, slump and air contents, plant batch tickets for major changes, review of sampling, molding, testing procedures, along with IAT check tests and any other investigations that may clarify the significant differences. If after a review of the data no reasons can be determined for the significant difference, the Department's test data shall be used for determining Quality Levels and Incentive or Disincentive according to the methods in this Section. (d) Check Testing. The Contractor and the Engineer shall conduct a check testing program (CTP) before the placement of any concrete pavement. The check testing program shall include a conference directed by the Engineer, the Contractor's testers, and the Department's testers concerning methods, procedures and equipment for flexural strength testing. Check testing shall be completed before any Portland cement concrete pavement is placed. A set of four beams will be molded by both the Contractor and the Department's project testers from a split sample. The specimens will be sampled, molded and cured for seven days and tested for tensile and flexural strength according to the procedures of Section 106. The Department's Independent Assurance Tester shall also mold, cure and test a set of four beams, but the Independent Assurance Test results will not be entered in the check testing analysis. If the results of the check tests do not meet the following criteria, then the check testing will be repeated until the following criteria are met: (1) The average of the Contractor's test results, and the average of the Department's test results shall be within 10 percent of the average of all test results. (2) Each specimen test result shall be within 15 percent of the average of all test results. During production, split samples of randomly selected acceptance tests will be compared to the permissible ranges shown in Table 13-1 of CP 13. The minimum frequency will be as shown in Table 106-5. If production has been suspended and then resumed, the Engineer may order a CTP between tests taken by process control and acceptance testing persons to assure the test results are within the permissible ranges shown in Table 13-1 of CP 13. Check test results shall not be included in process control testing. The Engineer shall be called upon to resolve differences if a CTP shows unresolved differences beyond the ranges shown in Table 13- 1 of CP 13. (e) Independent Assurance Testing. The sample for the IAT will be a split sample of the Contractor's process control test. The Department's representative performing verification tests shall also use a split sample of the Contractor's process control test and participate in the IAT. The IAT for flexural strength will be the average flexural strength of four test beams prepared according to the requirements of Section 106. IAT specimens will be Page 107 of 292 December 18, 2024 Revision of Section 106 — Control of Material tested at 28 days on the project's certified break machine. IAT specimens shall not be transported offsite. If the IAT specimens are transported offsite, the transported specimens shall be invalid. IAT lab will be rescheduled to retest, recast and retest for strength at IAT lab's expense. (f) Testing Schedule. All samples used to determine Incentive or Disincentive payment by quality level formulas per Section 105, will be selected by a stratified random process. Table 106-5 — Testing Schedule — Item 412 Portland Cement Concrete Pavement, Flexural Strength Criteria Element Minimum Process Control Contractor's Testing Frequency Aggregate Gradation and Sand Minimum of 1/day, then 1/10,000 SY. Slump three loads each day, then as needed for First control. Water Cement Ratio three loads each day, then 1/500 CY. First Air Content and Yield Minimum of 1/day, then 1/2500 SY. Flexural Strength Minimum of 1/day, then 1/2500 SY. Splitting Strength Minimum of 1/day, then 1/21500 /2,500 SY. Tensile Pavement Per subsection 412.21. Thickness Box the Minimum beginning of 1/day of when each day's a slipform paving paver is used at Test Aggregate Moisture Content Per Subsection 106.06(a)(10) Pull Joints locations transverse Minimum for of and six the transverse three first 2500 longitudinal linear and six longitudinal feet, joints then thereafter three joint Test Load Placement Dowel Bar Per subsection 412.13(b)(2) Transfer Average Depth 1 wider per 528 than linear 8 feet. feet in each lane and shoulder Texture Subsection 106.11 shall be deleted and replaced with the following: (a) For projects containing less than $500,000 in federal aid and/or CDOT highway funding, the following requirements shall apply: (1) Contractual Documents. This specification shall be used in conjunction with the applicable version of the Special Notice to Contractors Section of the CDOT Field Materials Manual (FMM), and the requirements therein, in effect at the time of bidding. The Special Notice to Contractors Section of the FMM, and the requirements therein, shall be considered a contractual document when this specification is included. (2) Categorization of articles, materials, and supplies. Page 108 of 292 December 18, 2024 Revision of Section 106 — Control of Material A. An article, material, or supply should only be classified into one of the following categories: i. Iron or steel products; ii. Manufactured products; iii. Construction materials; or iv. Section 70917(c) materials. B. An article, material, or supply should not be considered to fall into multiple categories. In some cases, an article, material, or supply may not fall under any of the categories listed in paragraph (b)(1) of this section. The classification of an article, material, or supply as falling into one of the categories listed in paragraph (b)(1) must be made based on its status at the time it is brought to the work site for incorporation into an infrastructure project. In general, the work site is the location of the infrastructure project at which the iron, steel, manufactured products, and construction materials will be incorporated. C. An article, material, or supply incorporated into an infrastructure project must meet the Buy America Preference for only the single category in which it is classified. Steel or Iron Products. All manufacturing processes, including the application of a coating, for all steel or iron products permanently incorporated in the work shall have occurred in the United States of America. All manufacturing processes include the processes that change the raw ore or scrap metal into a finished steel or iron product. The Contractor shall obtain and maintain on file Buy America certifications that every process from either the original smelting or melting operation, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United States of America. These Buy America certifications apply to every steel and iron product that requires pre -inspection, pretesting, certified test results, or a certificate of compliance. Shipping invoices, bar lists, and mill test reports shall accompany the Buy America certifications. These Buy America certifications shall be obtained from each supplier, distributor, fabricator, and manufacturer that has handled each steel or iron product. These Buy America certifications shall create a chain of custody trail for every supplier, distributor, fabricator, and manufacturer that handled the steel or iron product and shall include certified mill test reports with heat numbers from either the original smelting or melting operation. Prior to the permanent incorporation or payment for the steel or iron products, the Contractor shall also provide a copy of these certifications to the Project Engineer. The Contractor shall allow the State, FHWA, and their representatives access to the Buy America certifications including supporting documentation upon Page 109 of 292 December 18, 2024 Revision of Section 106 — Control of Material request. The lack of these certifications will be justification for rejection of the steel or iron product. Before the permanent incorporation into the project and before payment for steel or iron products, the Contractor shall also provide the following for every iron or steel product that is delivered: (4) Contractor Compliance Certification. The compliance certification document shall certify in writing that the Contractor has received and reviewed the Buy America certifications and supplied them to the Project Engineer; the certification(s) and supporting documentation is on file and complies with the Buy America requirements; and when requested, the Contractor has submitted the required documentation to FHWA or other CDOT representatives. (5) Monthly Summary of Buy America Certifications. The Contractor shall also maintain a document that summarizes the date and quantity of all steel and iron material delivered to the project. This summary document shall include the pay item, quantity of material delivered to the project, delivered cost of the pay item, and the quantity of material installed by the monthly progress payment cutoff date. The summary document shall reconcile the pay item for the material delivered to the project to the Buy America certifications. The summary document shall also include the delivered cost of all foreign steel or iron delivered and permanently incorporated into the project, if applicable. The Contractor shall also submit a summary document for each month that no steel or iron products are incorporated into or delivered to the project. The Contractor shall submit the summary document to the Engineer by the monthly progress payment cutoff date. The Contractor shall obtain and maintain on file Buy America certifications that every process from either the original smelting or melting operation, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United States of America. These Buy America certifications apply to every steel and iron product that requires pre -inspection, pretesting, certified test results, or a certificate of compliance. Shipping invoices, bar lists, and mill test reports shall accompany the Buy America certifications. These Buy America certifications shall be obtained from each supplier, distributor, fabricator, and manufacturer that has handled each steel or iron product. These Buy America certifications shall create a chain of custody trail for every supplier, distributor, fabricator, and manufacturer that handled the steel or iron product and shall include certified mill test reports with heat numbers from either the original smelting or melting operation. Prior to the permanent incorporation or payment for the steel or iron products, the Contractor shall also provide a copy of these certifications to the Project Engineer. The Contractor shall allow the State, FHWA, and their representatives access to the Buy America certifications including supporting documentation upon request. The lack of these certifications will be justification for rejection of the steel or iron product. Page 110 of 292 December 18, 2024 Revision of Section 106 — Control of Material This requirement will not prevent a minimal use of foreign steel or iron, provided the total cost, including delivery to the project, of all such steel and iron products does not exceed 1/10 of one percent (i.e., 0.1 %) of the total contract cost or $2,500, whichever is greater. When there is foreign steel or iron permanently incorporated into the project, the Contractor shall provide documentation of the project delivered cost of that foreign steel or iron to the Project Engineer. (6) Manufactured Products. The FHWA's 1983 Buy America Final Rule, (see https://www.fhwa.dot.gov/programadmin/contracts/112583.cfm) waive the application of Build America, Buy America requirements for manufactured products that do not include steel and iron components. However, Buy America requirements apply to steel or iron components of manufactured products (i.e., steel wire mesh or steel reinforcing components of precast reinforced concrete products. (7) Glass Beads for Pavement Marking. All post -consumer and industrial glass beads for pavement marking shall have been manufactured from North American glass waste streams in the United States of America. The bead manufacturer shall submit a COC in accordance with subsection 106.12 confirming that North American glass waste streams were used in the manufacture of the glass beads. (8) Project Level Waivers. The Federal Highway Administration is responsible for processing and approving all waivers, including waivers requested by recipients and on behalf of subrecipients. More information on Buy America waivers can be found in the Field Materials Manual Special Notice to Contractors. If a Contractor desires to pursue a waiver they shall notify the CDOT Project Engineer in writing who will then submit it to the CDOT Materials & Geotechnical Services Unit, Pavement Design and Documentation Services Program. The Pavement Design and Documentation Services Program will review it and forward it to the FHWA Division Office for consideration. A Contractor's decision to pursue any waivers on the project shall not waive or otherwise nullify any provisions of the Contract. In addition, the time to obtain a waiver shall be considered a non -excusable, non-compensable delay and Liquidated Damages (per Subsection 108.09) will be enforced should the Contract Time (original or as -amended) expire due to the approval or non -approval of a waiver. The Contractor will not be entitled to an extension of contract time due to the approval or non -approval of a waiver and no such claim will be considered. (b) For projects containing more than $500,000 in federal aid and/or CDOT highway funding, the following requirements shall apply: (1) Contractual Documents. This specification shall be used in conjunction with the applicable version of the Special Notice to Contractors Section of the CDOT Field Materials Manual (FMM), and the requirements therein, in effect at the time of bidding. Page 111 of 292 December 18, 2024 Revision of Section 106 - Control of Material The Special Notice to Contractors Section of the FMM, and the requirements therein, shall be considered a contractual document when this specification is included. (2) Categorization of articles, materials, and supplies. A. An article, material, or supply should only be classified into one of the following categories: i. Iron or steel products; ii. Manufactured products; iii. Construction materials; or iv. Section 70917(c) materials. B. An article, material, or supply should not be considered to fall into multiple categories. In some cases, an article, material, or supply may not fall under any of the categories listed in paragraph (b)(1) of this section. The classification of an article, material, or supply as falling into one of the categories listed in paragraph (b)(1) must be made based on its status at the time it is brought to the work site for incorporation into an infrastructure project. In general, the work site is the location of the infrastructure project at which the iron, steel, manufactured products, and construction materials will be incorporated. C. An article, material, or supply incorporated into an infrastructure project must meet the Buy America Preference for only the single category in which it is classified. (3) Steel or Iron Products. All manufacturing processes, including the application of a coating, for all steel or iron products permanently incorporated in the work shall have occurred in the United States of America. All manufacturing processes include the processes that change the raw ore or scrap metal into a finished steel or iron product. The Contractor shall obtain and maintain on file Buy America certifications that every process from either the original smelting or melting operation, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United States of America. These Buy America certifications apply to every steel and iron product that requires pre -inspection, pretesting, certified test results, or a certificate of compliance. Shipping invoices, bar lists, and mill test reports shall accompany the Buy America certifications. These Buy America certifications shall be obtained from each supplier, distributor, fabricator, and manufacturer that has handled each steel or iron product. These Buy America certifications shall create a chain of custody trail for every supplier, distributor, fabricator, and manufacturer that handled the steel or iron product and shall include certified mill test reports with heat numbers from either the original smelting or melting Page 112 of 292 December 18, 2024 Revision of Section 106 — Control of Material operation. Prior to the permanent incorporation or payment for the steel or iron products, the Contractor shall also provide a copy of these certifications to the Project Engineer. The Contractor shall allow the State, FHWA, and their representatives access to the Buy America certifications including supporting documentation upon request. The lack of these certifications will be justification for rejection of the steel or iron product. Before the permanent incorporation into the project and before payment for steel or iron products, the Contractor shall also provide the following for every iron or steel product that is delivered: (4) Contractor Compliance Certification. The compliance certification document shall certify in writing that the Contractor has received and reviewed the Buy America certifications and supplied them to the Project Engineer; the certification(s) and supporting documentation is on file and complies with the Buy America requirements; and when requested, the Contractor has submitted the required documentation to FHWA or other CDOT representatives. (5) Monthly Summary of Buy America Certifications. The Contractor shall also maintain a document that summarizes the date and quantity of all steel and iron material delivered to the project. This summary document shall include the pay item, quantity of material delivered to the project, delivered cost of the pay item, and the quantity of material installed by the monthly progress payment cutoff date. The summary document shall reconcile the pay item for the material delivered to the project to the Buy America certifications. The summary document shall also include the delivered cost of all foreign steel or iron delivered and permanently incorporated into the project, if applicable. The Contractor shall also submit a summary document for each month that no steel or iron products are incorporated into or delivered to the project. The Contractor shall submit the summary document to the Engineer by the monthly progress payment cutoff date. The Contractor shall obtain and maintain on file Buy America certifications that every process from either the original smelting or melting operation, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United States of America. These Buy America certifications apply to every steel and iron product that requires pre -inspection, pretesting, certified test results, or a certificate of compliance. Shipping invoices, bar lists, and mill test reports shall accompany the Buy America certifications. These Buy America certifications shall be obtained from each supplier, distributor, fabricator, and manufacturer that has handled each steel or iron product. These Buy America certifications shall create a chain of custody trail for every supplier, distributor, fabricator, and manufacturer that handled the steel or iron product and shall include certified mill test reports with heat numbers from either the original smelting or melting operation. Prior to the permanent incorporation or payment for the steel or iron products, the Contractor shall also provide a copy of these certifications to the Project Engineer. The Contractor shall allow the State, FHWA, and their representatives Page 113 of 292 December 18, 2024 Revision of Section 106 — Control of Material access to the Buy America certifications including supporting documentation upon request. The lack of these certifications will be justification for rejection of the steel or iron product. This requirement will not prevent a minimal use of foreign steel or iron, provided the total cost, including delivery to the project, of all such steel and iron products does not exceed 1/10 of one percent (i.e., 0.1%) of the total contract cost or $2,500, whichever is greater. When there is foreign steel or iron permanently incorporated into the project, the Contractor shall provide documentation of the project delivered cost of that foreign steel or iron to the Project Engineer. (6) Manufactured Products. The FHWA's 1983 Buy America Final Rule, (see https://www.fhwa.dot.gov/programadmin/contracts/112583.cfm) waive the application of Build America, Buy America requirements for manufactured products that do not include steel and iron components. However, Buy America requirements apply to steel or iron components of manufactured products (i.e., steel wire mesh or steel reinforcing components of precast reinforced concrete products). (7) Glass Beads for Pavement Marking. All post -consumer and industrial glass beads for pavement marking shall have been manufactured from North American glass waste streams in the United States of America. The bead manufacturer shall submit a COC in accordance with subsection 106.12 confirming that North American glass waste streams were used in the manufacture of the glass beads. (8) Construction Materials. Build America, Buy America (BABA) requirements apply to the following construction materials incorporated into infrastructure projects. Each listed construction material is followed by material -specific manufacturing process criteria that is necessary to be considered "produced in the United States." A. Non-ferrous metals. All manufacturing processes, from initial smelting or melting through final shaping, coating, and assembly, occurred in the United States; B. Plastic and polymer -based products (including polyvinylchloride [PVC], composite building materials, and polymers used in fiber optic cables). All manufacturing processes, from initial combination of constituent plastic or polymer -based inputs, or, where applicable, constituent composite materials, until the item is in its final form, occurred in the United States; C. Glass (including optic glass). All manufacturing processes, from initial batching and melting of raw materials through annealing, cooling, and cutting, occurred in the United States. See section 106.11(d) of the CDOT Specifications for additional requirements related to glass beads for pavement marking; D. Fiber optic cable (including drop cable). All manufacturing processes, from the initial ribboning (if applicable), through buffering, fiber stranding and jacketing, occurred in the United States. All manufacturing processes also include the Page 114 of 292 December 18, 2024 Revision of Section 106 - Control of Material standards for glass and optical fiber, but not for non-ferrous metals, plastic and polymer -based products, or any others; E. Optical fiber. All manufacturing processes, from the initial preform fabrication stage through the completion of the draw, occurred in the United States; F. Lumber. All manufacturing processes, from initial debarking through treatment and planing, occurred in the United States; G. Engineered wood. All manufacturing processes from the initial combination of constituent materials until the wood product is in its final form, occurred in the United States; and H. Drywall. All manufacturing processes, from initial blending of mined or synthetic gypsum plaster and additives through cutting and drying of sandwiched panels, occurred in the United States. Except as specifically provided, only a single standard under paragraph (6) of this section should be applied to a single construction material. Before the permanent incorporation into the project and before payment for all eligible construction materials, the Contractor shall obtain a certification from each supplier, distributor, fabricator, and manufacturer that has handled the construction material and submit it to the Project Engineer. This certification shall identify that every material -specific manufacturing process as listed above either has or has not been carried out in the United States of America and shall attest specifically to Build America, Buy America compliance. In the case that eligible construction materials are permanently incorporated into the project, the Contractor shall maintain and submit on a monthly basis, CDOT Form #1600, Contractor's Certificate of Compliance summarizing the Item Description, CDOT Bid Item Number, Manufacturer Name, Date, and Quantity Received, Date and Quantity Installed, Bid Item Unit, and delivered cost of all eligible construction materials. The completed Form #1600(s) shall be kept in the project files and shall be submitted as part of the material final documentation package. In the case that no eligible construction materials are permanently incorporated into the project, the Contractor shall maintain and submit on a monthly basis, CDOT Form #1610, Non -Applicable Projects: Build America, Buy America (BABA), certifying that no construction materials subject to Build America, Buy America requirements as defined in this section will be permanently incorporated into the project. The completed Form #1610(s) shall be kept in the project files and shall be submitted as part of the material final documentation package. Page 115 of 292 December 18, 2024 Revision of Section 106 — Control of Material Form #1600 or Form #1610 does not relieve the Contractor of providing the necessary Build America, Buy America supplier certifications prior to permanent incorporation into the project or before payment for the material. The Contractor shall allow the State, FHWA, and their representatives access to the Buy America and Build America, Buy America certifications and supporting documentation upon request. The lack of these certifications will be justification for rejection of the construction material. (i) This requirement will not prevent a minimal use of foreign construction materials, provided the total cost of non -compliant materials, including delivery to the project, of all such construction materials does not exceed $1,000,000 or five percent of the total applicable project costs, whichever is lesser. Total applicable project costs are defined as the cost of materials (including the cost of any manufactured products) used in the project that are subject to Buy America and/or Build America, Buy America requirements. When there are foreign construction materials permanently incorporated into the project, the Contractor shall provide documentation of the project delivered cost of the non -compliant materials to the Project Engineer before permanent incorporation or payment. Form #1600 shall be used to track the total applicable project cost of all materials subject to Buy America and/or Build America, Buy America requirements. The foreign construction material minimal use threshold percentage of five percent shall not be exceeded in any given month. (9) Section 70917(c) materials including cement and cementitious materials; aggregates such as stone, sand, or gravel; and aggregate binding agents or additives are not subject to Build America, Buy America requirements. (10) Project Level Waivers. The Federal Highway Administration is responsible for processing and approving all waivers, including waivers requested by recipients and on behalf of subrecipients. More information on Buy America waivers can be found in the Field Materials Manual Special Notice to Contractors. If a Contractor desires to pursue a waiver they shall notify the CDOT Project Engineer in writing who will then submit it to the CDOT Materials & Geotechnical Services Unit, Pavement Design and Documentation Services Program. The Pavement Design and Documentation Services Program will review it and forward it to the FHWA Division Office for consideration. A Contractor's decision to pursue any waivers on the project shall not waive or otherwise nullify any provisions of the Contract. In addition, the time to obtain a waiver shall be considered a non -excusable, non-compensable delay and Liquidated Damages (per Subsection 108.09) will be enforced should the Contract Time (original or as amended) expire due to the approval or non -approval of a waiver. Page 116 of 292 December 18, 2024 Revision of Section 106 — Control of Material The Contractor will not be entitled to an extension of contract time due to the approval or non -approval of a waiver and no such claim will be considered. Subsection 106.14 shall be inserted immediately following the end of Subsection 106.13 106.14 Trade Names, Approved Equals, and Substitutes. In order to establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description or process or by designating a manufacturer by name and referring to that brand or product designation or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit. Whenever a process is designated, or a manufacturer's name, brand or item designation is given, or whenever a process or material covered by patent is designated or described, it shall be understood that the words "or approved equal" follow such name, designation, or description, whether in fact they do so or not. In order to be considered an "approved equal" the item shall meet or exceed the specifications for the designated item specifications in all categories. If it is desirable to furnish items of equipment by manufacturers other than those specified as a substitute after the Contract is executed, the Contractor shall secure approval before placing a purchase order or furnishing the same. If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of submission of the bid, no substitutions therefore will be permitted after a proposal has been accepted without the express consent of the Owner. Subsection 106.15 shall be inserted immediately following the end of Subsection 106.14 and shall include the following: 106.15 Method of Measurement. Process Control (PC) sampling and testing for the earthwork items covered in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers will be measured as the actual number of days of PC sampling and Testing work performed. The PC tester shall be onsite for the entire time the Contractor is engaging in earthwork related to the above -mentioned sections. The Contractor shall utilize the PC tester to take samples and tests at the frequencies required in Subsection 106.041 as well as any other tasks needed (i.e., set rolling patterns for compactive effort, provide written daily test results to the Engineer and Inspector, log in and out on the daily sampling and testing results summary sheet, collecting tickets from trucks entering the site, etc.). Sampling and Testing report forms from the PC tester shall be provided to the Department within twenty-four hours of the field test being completed. Laboratory tests which take longer than 24 hours to complete shall be provided to the Department no later than 24 hours after the test is completed. It is not acceptable to provide the PC test results on a weekly basis. Page 117 of 292 December 18, 2024 Revision of Section 106 — Control of Material Failure to provide PC sampling and testing shall result in a pay reduction of $300/sample or $300/test to be assessed to the Contractor for each day PC testing is not performed for all items requiring testing including but not limited to earthwork items, HMA items, concrete items, PCCP items, etc. The continued failure of the Contractor to comply with the requirements of this subsection shall result in the suspension of Work by the Engineer, the assessment of pay reductions in accordance with Section 108.12, and withholding of progress payments. Contract time shall not stop in the event of a suspension of work. Failing Owner Acceptance (OA) tests shall result in the removal and replacement of the elements per the specifications. In the event of a failing OA test, the Engineer will issue a Form 105 to the Contractor documenting the failure and shall apply a $300/failing test pay reduction. The Engineer will in their sole discretion determine if a pay reduction will be assessed. The County shall be responsible for obtaining and paying an Independent Assurance Testing (IAT) consultant as required for the project. If IAT has to be rescheduled for another time or has to be redone due to the Contractor's actions, the Contractor shall be responsible for paying for the IAT. The Contractor shall be assessed a $500/test pay reduction for each test that has to be rescheduled or redone. The Engineer will, in their sole discretion, determine if a pay reduction will be assessed. Subsection 106.16 shall be inserted immediately following the end of Subsection 106.15 and shall include the following: 106.16 Basis of Payment. Payment for Process Control Sampling and Testing shall be at the Contract unit price for each item listed below that appears in the bid schedule. Pay under: Pay Item Pay Unit Process Control Testing for Items 203, 206, 304, 306, & 603 Day Payment for Process Control Testing for Items 203, 206, 304, and 603 shall be full compensation for all labor, materials, and equipment necessary for the PC tester to perform all the work described in the Specifications. Process Control Testing for other items not listed under Items 203, 206, 304, 306, and 603 is mandatory but will not be subject to payments and shall be incidental to the Work. The PC tester's commute time shall not be measured and paid for separately but shall be included in the work. End of Section Page 118 of 292 December 18, 2024 Revision of Section 107 - Legal Relations and Responsibility to Public Revision of Section 107 — Legal Relations and Responsibility to Public Section 107 of the Standard Specifications is hereby revised for the project as follows: Subsection 107.02 shall be deleted and replaced with include the following: 107.02 Permits, Licenses, and Taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and applicable taxes, and give all notices necessary and incidental to the due and lawful prosecution of the Contract. Before beginning work, the Contractor shall furnish the Engineer a written list of all permits required for the proper completion of the Contract. The list shall clearly identify the type of permit or permits that must be obtained before work on any particular phase or phases of work can be started. Copies of the fully executed permits shall be furnished to the Engineer prior to the start of construction. Before beginning work, a Zoning Permit for a Manufactured Home (ZPMH) shall be applied for and obtained from the Weld County Department of Planning and Zoning when there are to be trailers or shipping containers used as field offices on the project site. A building permit shall be obtained from the Weld County Building Department for any electrical connection to the office trailer or shipping container regardless of the electrical connection type. All costs associated with obtaining the required permits shall be incidental to the Work. When the project has more than 10,000 cubic yards of material (unclassified excavation, muck, topsoil, etc.) that is to be removed and transported out of the project limits, the Contractor shall obtain a mining permit (111 Special Operations Permit) from the Colorado Division of Reclamation, Mining, and Safety (DRMS) prior to the removal of any material out of the project area. The Contractor shall provide the County with a copy of the approved permit from DRMS. The Contractor shall be responsible for all bonds and fees required to obtain and maintain the DRMS permit. Subsection 107.06 shall be revised to include the following before subsection 107.06(a): 107.06 Safety, Health, and Sanitation Provisions. The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. In subsection 107.16(a), delete references to "CDOT" and replace with "Weld County". Page 119 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public In subsection 107.16(a)(5), delete references to "CDOT" and replace with "Weld County, CO, its elected officials, and its employees". Subsection 107.16(b) shall be deleted and replaced with the following: The insurance certificates shall name "Weld County, Colorado, its officers, and its employees as an additional insured party. Depending upon the funding source, it may be n ecessary 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. In subsections 105.16(d through g), delete references to "CDOT" and replace with "Weld County". Subsection 107.18 shall be deleted and replaced with the following: 107.18 Contractor's Responsibility for Work. When working in a drainageway, the Contractor shall assess and understand the risk of working within drainageways. Such risks include but are n ot limited to floods, high groundwater, and fluctuation in flows. The Contractor shall be responsible for constructing and maintaining all temporary facilities within the drainageway such as dewatering, cofferdams, and diversion of channel flows. Such work shall be subsidiary to other items of work. The Contractor shall be responsible for and protect the contract work against injury or damage from all causes whether arising from the execution or nonexecution of the work, including but n ot limited to action of the elements, traffic, fire, theft, vandalism, or third party negligence, until final written acceptance of the project by the Engineer. The Contractor shall rebuild, repair, restore, or replace all contract work that is injured or damaged before final written acceptance at no cost to the Department. The Engineer may, in writing, relieve the Contractor of expenses for damage to certain portions of the contract work caused by traffic or the action of the elements. The following conditions must be met before the Engineer will consider any relief: (1) All work on the portion of contract work being considered must be complete under terms of the Contract except for seeding, mulching, landscape items, final clean-up, and bridge painting or structural coating. (2) Traffic shall be in its final configuration and location. Portions of contract work that may be considered are described below: (1) A minimum of 0.5 mile of roadway, or a minimum of 0.5 mile of one direction of a divided highway. Page 120 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public (2) A complete bridge. This includes all approach roadway safety features that protect traffic from such items as: bridge railing and median barrier ends, piers, and abutments. (3) A complete intersection traffic signal system. (4) A complete highway lighting system. Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to Weld County. During periods that work is suspended, the Contractor shall be responsible for the work under the Contract and shall prevent damage to the project, provide for drainage, and shall erect necessary temporary structures, signs, or other facilities required to maintain the project. During the suspension period, the Contractor shall maintain in a growing condition all newly established plantings, seedings, and soddings furnished under the Contract, and shall protect new tree growth and other vegetative growth against injury. Subsection 107.20 shall be deleted and replaced with the following: 107.20 Furnishing Right of Way. The Department will be responsible for the securing of all necessary rights of way in advance of construction. Any exceptions will be indicated in the Contract. The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of-way, the Contractor shall obtain a right-of-way permit from the Weld County Department of Public Works Right -of -Way Permitting Technician, 970- 304-6496. The Contractor's attention is directed to this subsection: Subsection 107.25, shall be deleted and replaced with the following: 107.25 Water Quality Control. The requirements of this subsection shall be strictly enforced. The project work shall be performed using practices that minimize water pollution during construction. All the practices listed in (b) below shall be followed to minimize the pollution of any State waters, including wetlands. (a) Definitions. 1. Areas of Disturbance (AD). Locations where any activity has altered the existing soil cover or topography, including vegetative and non -vegetative activities during construction. Page 121 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public 2. Construction Site Boundary/Limits of Construction (LOC). The project area defined by the Colorado Discharge Permit System Stormwater Construction Permit (CDPS- SCP). The LOC is typically the same as the construction site boundary or project limits. 3. Discharge of Pollutants. One or more pollutants leaving the LOC or entering State waters or other conveyances. 4. Limits of Disturbed Area (LDA). Proposed limits of ground disturbance as shown on the Plans. 5. Pollutant. Dredged spoil, dirt, slurry, solid waste, incinerator residue, sewage, sewage sludge, garbage, trash, chemical waste, biological nutrient, biological material, radioactive material, heat, wrecked or discarded equipment, rock, sand, or any industrial, municipal, or agricultural waste, as defined in the Colorado Code of Regulations (CCR) [5 CCR 1002-61, 2(76)]. 6. Pollution. Man-made, man -induced, or natural alteration of the physical, chemical, biological, and radiological integrity of water. [25-8-103 (16), CRS]. 7. State waters. Defined in section 101. 8. Owner. The party that has overall control of the activities and that has funded the implementation of the construction plans and specifications. This is the party with ownership of, a long term lease of, or easements on the property on which the construction activity is occurring (e.g., Weld County). 9. Operator. The party that has operational control over day-to-day activities at a project site which are necessary to ensure compliance with the permit. This party is authorized to direct individuals at a site to carry out activities required by the CDPS- SCP (Contractor). 10. Construction Activities Associated with Water Quality. Per the CDPS-SCP, construction activities are defined as ground surface disturbing and associated activities (land disturbance), which include, but are not limited to, clearing, grading, excavation, demolition, installation of new or improved haul roads and access roads, staging areas, stockpiling of fill materials, and borrow areas. (b) Construction Requirements. I. The Contractor shall comply with the "Colorado Water Quality Control Act" (Title 25, article 8, CRS), the "Protection of Fishing Streams" (Title 33, Article 5, CRS), the "Clean Water Act" (33 USC 1344), regulations promulgated, certifications or permits issued, and to the requirements listed below. In the event of conflicts between these requirements and water quality control laws, rules, or regulations of other Federal, or State agencies, the more restrictive laws, rules, or regulations shall apply. Page 122 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public 2. If the Contractor determines construction of the project will result in a change to the permitted activities or LDA, the Contractor shall detail the changes in a written report to the Engineer. Within five days after receipt of the report, the Engineer will approve or reject in writing the request for change or detail a course of action including revision of existing permits or obtaining new permits. 3. If construction activities result in noncompliance of any permit requirement, the project will be suspended and the permitting agency notified, if required. The project will remain suspended until the Engineer receives written approval by the permitting agency. The Contractor is legally required to obtain all permits associated with specific activities within, or off the right of way, such as borrow pits, concrete or asphalt plant sites, waste disposal sites, or other facilities. It is the Contractor's responsibility to obtain these permits. The Contractor shall consult with the Engineer and contact the Colorado Department of Public Health and Environment (CDPHE-WQCD) or other appropriate federal, state, or local agency to determine the need for any permit. 4. The Contractor shall conduct the work in a manner that prevents pollution of any adjacent State waters. Erosion control work shall be performed per Section 208, this subsection, and all other applicable parts of the Contract. 5. Before the Environmental Pre -construction Conference, the SWMP Administrator, identified in subsection 208.03(c), shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated with construction activities. The list of potential pollutants shall be continuously updated during construction. At a minimum, each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges and identified in the SWMP, if found to have such potential: (1) All exposed and stored soils. (2) Vehicle tracking of sediments. (3) Management of contaminated soils. (4) Vehicle and equipment maintenance and fueling. (5) Outdoor storage activities (building materials, fertilizers, chemicals, etc.). (6) Significant dust or particle generating processes. (7) Routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc. Page 123 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public (8) On -site waste management practices (waste piles, dumpsters, etc.). (9) Dedicated asphalt and concrete batch plants. (10) Concrete and masonry equipment wash water, including byproducts from the concrete truck chute and associated fixtures and equipment. (11) Concrete placement and finishing tool cleaning. (12) Non -industrial waste sources that may be significant, such as worker trash and portable toilets. (13) Loading and unloading operations. (14) Reclaimed and potable water used in construction activities, including water used as a dust palliative. (15) Other areas or procedures where spills could occur. The SWMP Administrator shall record the location of potential pollutants on the site map. Descriptions of the potential pollutants shall be added to the SWMP. At or before the Environmental Pre -construction Conference, the Contractor shall submit a Spill Response Plan for any petroleum products, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. See subsection 208.06(c) for Spill Response Plan requirements. Work shall not be started until the plan has been submitted to and approved by the Engineer. On -site above ground bulk storage containers with a cumulative storage shell capacity greater than 1,320 U.S. gallons, or storage containers having a "reasonable expectation of an oil discharge" to State waters, are subject to the Spill Prevention, Control and Countermeasure Plan (SPCC) Rule. Oil of any type and in any form is covered, including, but not limited to: petroleum; fuel oil; sludge; oil refuse; oil mixed with wastes other than dredged spoil. EPA Region 8 is responsible for administering and enforcing the SPCC plan requirements in Colorado. Before start of work, the Contractor shall submit a SPCC Form which has been approved by the EPA for the project. 6. The Contractor shall obtain a Construction Dewatering (CDW) permit from CDPHE anytime uncontaminated groundwater, including groundwater that is commingled with stormwater or surface water, is encountered during construction activities and the groundwater or commingled water needs to be discharged to State waters. If contaminated groundwater is encountered, a Remediation permit may be needed from CDPHE per Section 250. Page 124 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public 7. Water from dewatering operations shall not be directly discharged into any State waters, unless allowed by a permit. Water from dewatering shall not be discharged into a ditch unless: (1) Written permission is obtained from the owner of the ditch. (2) It is covered in the approved CDW or Remediation Permit that allows the discharge. (3) A copy of this approval is submitted to the Engineer. A copy of the Permit shall be submitted to the Engineer before dewatering operations commencing. Construction Dewatering may be discharged to the ground on projects where CDPHE's Low Risk Guidance Document for Discharges of Uncontaminated Groundwater to Land are met. The conditions of this guidance are: i. The source of the discharge is solely uncontaminated groundwater or uncontaminated groundwater combined with stormwater and does not contain pollutants in concentrations that exceed water quality standards for groundwater referenced above. ii. Discharges from vaults or similar structures shall not be contaminated. Potential sources of contamination include process materials used, stored, or conveyed in the structures, or introduced surface water runoff from outside environments that may contain oil, grease, and corrosives. iii. The structures or introduced surface water runoff from outside environments that may contain oil and grease. iv. The groundwater discharge does not leave the LOC where construction is occurring. v. Land application is conducted at a rate and location that does not allow for any runoff into State waters or other drainage conveyance systems, including but not limited to streets, curb and gutter, inlets, borrow ditches, open channels, etc. vi. Land application is conducted at a rate that does not allow for any ponding of the groundwater on the surface, unless the ponding is a result of implementing control measures that are designed to reduce velocity flow. If the control measures used result in ponding, the land application shall be done in an area with a constructed containment, such as an excavation or berm area with no outfall. The constructed containment shall prevent the discharge of the ponding water offsite as runoff. vii. A visible sheen is not evident in the discharge. Page 125 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public viii. Control measures are implemented to prevent any sediment deposited during land application from being transported by stormwater runoff to surface waters or other conveyances. ix. All control measures used shall be selected, installed, implemented, and maintained according to good engineering, hydrologic, and pollution control practices. The selected control measures shall provide control for all potential pollutant sources associated with the discharge of uncontaminated groundwater to land. The discharge shall be routed in such a way that it will not cause erosion to land surface. Energy dissipation devices designed to protect downstream areas from erosion by reducing the velocity of flow (such as hose attachments, sediment and erosion controls) shall be used when necessary to prevent erosion. All dewatering operations shall be recorded in the SWMP as follows: (1) The source is identified in the SWMP and updated by the SWMP Administrator. (2) The SWMP describes and locates the practices implemented at the site to control stormwater pollution from the dewatering of groundwater or stormwater. (3) The SWMP describes and locates the practices to be used that will ensure that no groundwater from construction dewatering is discharged from the LOC as surface runoff or to surface waters or storm sewers. (4) Groundwater and groundwater combined with stormwater do not contain pollutants in concentrations exceeding the State groundwater standards in Regulations 5 CCR 1002-41 and 42. If surface waters are diverted around a construction area and no pollutants are introduced during the diversion, a CDW Permit is not required. If the diverted water enters the construction area and contacts pollutant sources (e.g., disturbed soil, concrete washout, etc.), the Contractor shall obtain a CDW permit for the discharge of this water to State waters or to the ground. 8. At least 15 days before commencing dredging or fill operations in a watercourse, the Contractor shall provide written notification to owners or operators of domestic or public water supply intakes or diversion facilities if these facilities are within 20 miles downstream from the dredging or fill operations. Notification shall also be given to Owners or operators of other intakes or diversions that are located within five miles downstream from the site of the project. Identities of downstream owners and operators can be obtained from Colorado Division of Water Resources, Office of the State Engineer. Page 126 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public 9. Temporary fill into wetlands or streams will not be allowed, except as specified in the Contract and permits. If such work is allowed, upon completion of the work all temporary fills shall be removed in their entirety and disposed of in an upland location outside of floodplains unless otherwise specified in the Contract. 10. Construction operations in waters of the United States as defined in 33 CFR Part 328.3, including wetlands, shall be restricted to areas and activities authorized by the U.S. Army Corps of Engineers as shown in the Contract. Fording waters will be allowed only as authorized by the U.S. Army Corps of Engineers 404 Permit. 11. Wetland areas outside of the permitted limits of disturbance shall not be used for storage, parking, waste disposal, access, borrow material, or any other construction support activity. 12. Pollutant byproducts of highway construction, such as concrete, asphalt, solids, sludges, pollutants removed in the course of treatment of wastewater, excavation or excess fill material, and material from sediment traps shall be handled, stockpiled, and disposed of in a manner that prevents entry into State waters, including wetlands. Removal of concrete waste and washout water from mixer trucks, concrete finishing tools, concrete saw, and all concrete material removed in the course of construction operations or cleaning shall be performed in a manner that prevents waste material from entering State waters and shall not leave the site as surface runoff. A minimum of 10 days before the start of the construction activity, the Contractor shall submit in writing a Method Statement for Containing Pollutant Byproducts to the Engineer for approval. The use of chemicals such as soil stabilizers, dust palliatives, herbicides, growth inhibitors, fertilizers, deicing salts, etc., shall be per the manufacturer's recommended application rates, frequency, and instructions. 13. All materials stored on -site shall be stored in a neat, orderly manner, in their original containers, with the original manufacturer's label. Materials shall not be stored in a location where they may be carried into State waters at any time. 14. Spill prevention and containment measures conforming to subsection 208.06 shall be used at storage, and equipment fueling and servicing areas to prevent the pollution of any State waters, including wetlands. All spills shall be cleaned up immediately after discovery or contained until appropriate cleanup methods can be employed. Manufacturer's recommended methods for spill cleanup shall be followed, along with proper disposal methods. When required by the Colorado Water Quality Control Act, Regulation 5 OCR 1002-61, spills shall be reported to the Engineer and CDPHE in writing. 15. The Contractor shall prevent construction activities from causing grass or brush fires. Page 127 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public 16. The construction activities shall not impair Indian tribal rights, including, but not limited to, water rights, and treaty fishing and hunting rights. 17. Before start of work, the Contractor shall certify in writing to the Engineer that construction equipment has been cleaned before initial site arrival. Vehicles and equipment shall be free of soil and debris capable of transporting noxious weed seeds or invasive species onto the site. Additional equipment required for construction shall also be certified before being brought onto the project site. 18. Vehicles which have been certified by the Contractor as having been cleaned before arrival on site may be cleaned on site at an approved area where wash water can be properly contained. Vehicles leaving and reentering the project site shall be recertified. 19. At the end of each day, the Contractor shall collect all trash and dispose of it in appropriate containers. 20. Construction waste that is considered a pollutant or contaminant shall be collected and disposed of in appropriate containers. This material may be stockpiled on the project when it is contained or protected by an appropriate control measure. 21. If the project area is covered by a CDPS-SCP, permittees are authorized to discharge stormwater associated with construction activity and specified non-stormwater associated with construction activity to State waters. A. Allowable Stormwater Discharges: (1) Stormwater discharges associated with construction activity. (2) Stormwater discharges associated with producing earthen materials, such as soils, sand, and gravel dedicated to providing material to a single contiguous site, or within 1/4 mile of a construction site (i.e., borrow or fill areas). (3) Stormwater discharges associated with dedicated asphalt, concrete batch plants and masonry mixing stations. (Coverage under the CDPS-SCP is not required if alternative coverage has been obtained.) B. Allowable Non-Stormwater Discharges if identified in the SWMP with appropriate control measures: (1) Discharges from uncontaminated springs that do not originate from an area of land disturbance. (2) Discharges to the ground of concrete and masonry washout water associated with the washing of concrete and masonry tools and concrete Page 128 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public mixer chutes. Discharges of concrete and masonry washout water shall not leave the site as surface runoff or reach receiving waters. (3) Discharges of landscape irrigation return flow. (4) Discharges to the ground of water used to wash vehicles, equipment, and external buildings. Wash waters with added soaps, solvents, and detergents shall be contained and disposed of properly. (5) Discharges resulting from emergency firefighting activities. Discharges authorized by the CDPS-SCP shall not cause, have the reasonable potential to cause, or measurably contribute to an exceedance of any applicable water quality standard, including narrative standards for water quality. All construction site wastes shall be properly managed to prevent potential pollution of State waters. The CDPS-SCP does not authorize on -site waste disposal. 22. The Contractor shall reclaim pollutants that discharge outside of the LOC. If discharging outside CDOT ROW, the Contractor shall coordinate access with the Project Engineer. (c) Stormwater Construction Permit. If the area of disturbance is greater than one acre, the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-.SCP) shall be obtained by the Contractor. The Contractor and Weld County will be co-permittees. The Contractor shall coordinate with Weld County to become the Operator permittee of the respective CDPS-SCP upon award of the Contract. The Contractor shall provide a copy of the CDPS-SCP certification as the Operator to the Engineer before or at the Environmental Pre -construction Conference. No work shall begin until the CDPS-SCP permit with Owner and Operator has been approved by CDPHE. A copy of the CDPS-SCP shall be placed in the project SWMP The Contractor shall be responsible for complying with the applicable requirements of the CDPS-SCP. After the Contractor has completed the construction but before the final acceptance is issued by the County, arrangements shall be made to transfer the permit from the Contractor to the County. Before the transfer of the permit to the County, the Contractor shall ensure that the SWMP is complete and up to date. CDPHE-WQCD may require sampling and testing, on a case -by case basis. If CDPHE- WQCD requires sampling and testing, the CDPHE-WQCD will send a notification to the permittee. Reporting procedures for any monitoring data collected will be included in the CDPHE-WQCD's notification. If monitoring is required, the following applies: 1. The thirty (30) day average must be determined by the arithmetic mean of all samples collected during a 30 day consecutive period; and Page 129 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public 2. A grab sample, for monitoring requirements, is a single "dip and take" sample. The Contractor shall provide a SWMP Administrator for this project. The Contractor is legally required to obtain all other permits associated with specific activities within or outside of the right of way, such as borrow pits, concrete or asphalt plant sites, waste disposal sites, or other facilities. Staging areas within a quarter mile, but not within Weld County right of way shall be considered a common plan of development and permits for these facilities require permitting in the Contractor's name as Owner and Operator. These permits include local agency, federal, or other stormwater permits. The Contractor shall consult with the Engineer and contact the CDPHE-WQCD or other appropriate federal, state, or local agency to determine the need for any permit. When a Utility Company has obtained a CDPS-SCP within a Weld County project area, before the Contractor being on -site, the Contractor shall coordinate with the Engineer and the Utility Company to transfer or reassign the permit area within the project's Limits of Construction to the Contractor and Weld County before work commencing. The Contractor shall not commence construction until CDPHE-WQCD issues a new CDPS-SCP identifying the Contractor as the Operator, and the permit is put in the SWMP. To initiate acceptance of the stormwater construction work (including seeding and planting required for erosion control), the Contractor shall request in writing a Stormwater Completion Walkthrough. The Engineer will set up the walkthrough. It will include the Engineer or designated representative, Superintendent or designated representative, and Stormwater Management Plan (SWMP) Administrator. Unsatisfactory and incomplete stormwater and sediment/erosion control work will be identified in this walkthrough and will be summarized by the Engineer in a punch list. The completed action items associated with the corrective work will be shown as completed on the punch list. Upon completion of all items shown, the Contractor shall notify the Engineer. Upon written agreement that the punch list is completed from the Engineer, the Contractor shall submit the appropriate form to the CDPHE-WQCD such that Weld County becomes the Operator permittee of the CDPS-SCP. Until the transfer of the CDPS-SCP has been approved by the CDPHE-WQCD, the Contractor shall continue to adhere to all CDPS-SCP requirements. Requirements shall include erosion control inspections, control measure installation, control measure maintenance, control measure repair including seeded areas, and temporary control measure removal. All documentation shall be submitted to the Engineer and placed in the SWMP. All costs associated with the Contractor applying for, holding, and transferring the CDPS- SCP permit between parties will not be measured and paid for separately, but shall be included in the work per subsection 107.02. Page 130 of 292 December 18, 2024 Revision of Section 107 — Legal Relations and Responsibility to Public (d) Measurement and Payment. 1. All the work listed in (b) above, including but not limited to dewatering, erosion control for dewatering, and disposal of water resulting from dewatering operations, including all costs for CDPHE-WQCD concurrences and permits, will not be measured and paid for separately, but shall be included in the work. 2. The Contractor shall be liable for any penalty (including monetary fines) applied to the Department caused by the Contractor's noncompliance with any water quality permit or certification. Monetary fines shall be deducted from any money due to the Contractor. If the monetary fine is in excess of all the money due to the Contractor, then the Contractor shall pay to the Department the amount of such excess. If monetary fines or penalties are applied to the Department while under stewardship of the Contractor but the exact amount is not known, the project retainage will be held by Weld County until the fines or penalties are resolved. If the monetary fine is in excess of all the money due to the Contractor, then the Contractor shall pay to the Department the amount of such excess. 3. The Contractor will not receive additional compensation, or time extensions, for any disruption of work or loss of time caused by any actions brought against the Contractor for failure to comply with good Engineering, hydrologic and pollution control practices. 4. If a spill occurs as a direct result of the Contractor's actions or negligence, the cleanup of such spill shall be performed by the Contractor at the Contractor's expense. 5. Areas exposed to erosion by fire resulting from the Contractor's operations shall be stabilized per Section 208 by the Contractor and at the Contractor's expense. End of Section Page 131 of 292 December 18, 2024 Revision of Section 108 - Prosecution and Progress Revision of Section 108 - Prosecution and Progress Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.01 shall be deleted and replaced with the following: 108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. Before beginning any work by the subcontractor, the Contractor shall request permission from the Engineer by submitting a completed Sublet Permit Application, CDOT Form No. 205 via the B2GNow software system. The subcontracted work shall not begin until the Contractor has received the Engineer's written permission. The Contractor shall make all project -related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request, and at a location convenient to the Engineer. When the project does not have CDOT funding, the B2GNow software system will not be used and the Contractor shall submit a hardcopy of the CDOT Form No. 205 to the Engineer for review and acceptance. The Contractor will be permitted to sublet a portion of the Contract. However, the Contractor's organization shall perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the Contract as "specialty items" may be performed by subcontract. The cost of "specialty items" so performed by subcontract may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor's own organization. The original contract amount includes the cost of material and manufactured products which are to be purchased or produced by the Contractor and the actual agreement amounts between the Contractor and a subcontractor. The proportional value of a subcontracted partial contract item will be verified by the Engineer. When a firm both sells material to a prime contractor and performs the work of incorporating the materials into the project, these two phases shall be considered in combination and as constituting a single subcontract. The calculation of the percentage of subcontracted work shall be based on subcontract unit prices. Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond. Failure to comply with all contractual obligations may lead to the suspension, debarment, or both of the subcontractor, and if necessary, the Contractor as stipulated in the "Rules". When the project has CDOT funding, all firms to which the contractor will be subletting a portion of the contract shall have an account created in the B2GNow software system. If the firm does not have an account created approval of the form 205 may be withheld. When the project has CDOT Funding, Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts shall be attached to all subcontracts. As described in Section Page 132 of 292 December 18, 2024 Revision of Section 108 — Prosecution and Progress I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: 1. The Contractor and all subcontractors who are subject to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPTracker, utilizing the following web link: https://prod.lcptracker.net/VVebForms/login.aspx 2. The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within the LCPTracker system and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the contract, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. 3. Each construction subcontractor shall submit their payrolls directly into LCPTracker for approval by the Contractor. In the event that the Contractor or the sub -contractors do not submit properly completed payrolls to LCPTracker, Weld County shall withhold any pay applications until all payrolls have been properly submitted and accepted. 4. The Contractor shall submit and approve their own payrolls in LCPTracker. The Contractor is responsible for ensuring all of the subcontractors submit and approve their own payrolls in LCPTracker. The Contractor shall be responsible for providing all technical support to all of the subcontractors. In the event, the Contractor cannot provide the technical support to all subcontractors, the Contractor shall coordinate directly with LCPTracker for the required technical support. Weld County will not provide technical support to the Contractor or subcontractors. 5. The Engineer will approve or reject weekly payrolls for the Contractor. Subsection 108.02 shall be deleted and replaced with the following: 108.02 Notice to Proceed. The Contractor shall not commence work before the issuance of a Notice to Proceed. The Notice to Proceed will stipulate the date on which contract time commences. When the Contractor proceeds with work before that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or before the 10th day following the issuance of the Notice to Procced. Subsection 108.03(b), paragraph 1 shall be deleted and replaced with the following: The Contractor shall use Microsoft Project Scheduling software to develop and manage a CPM Project Schedule to plan, schedule, and report the progress of the work. Before, or at the Pre - construction Conference, the Contractor shall notify the Engineer in writing, which scheduling software the Contractor shall use to manage the project. The Contractor's selection and use of particular scheduling software cannot be changed after the first schedule submittal. Page 133 of 292 December 18, 2024 Revision of Section 108 - Prosecution and Progress S ubsection 108.03(b), paragraph 2 shall be deleted and replaced with the following: The Contractor shall submit schedules for approval by the Engineer. The Contractor's schedule shall be an accurate plan to complete the work so that the Department can use the schedule to evaluate progress, schedule Weld County resources, inform the project stakeholders, and evaluate the effect of changes to the schedule. A schedule review meeting shall be held to discuss each schedule submittal. The Initial Schedule shall be submitted at least 10 working days before the start of the work. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. S ubsection 108.03(d) shall be deleted and replaced with the following: (d) (unused) S ubsection 108.03(e) shall be deleted and replaced with the following: (e) Baseline Schedule. Within 14 days of Award of the Contract, the Contractor shall submit a Baseline Schedule showing all planned activities from the Notice to Proceed through the end of the project. The Contractor shall use all information known by the Contractor at the time of submittal to develop the Baseline Schedule. The Baseline Schedule shall not show any progress and shall be approved in writing by the Engineer prior to the start of any work commencing. When approved by the Engineer, the Baseline Schedule shall become the Project Schedule. Subsection 108.03(j) shall be added immediately following Subsection 108.03(i) and shall include the following: (j) Method Statements. A Method Statement shall be prepared for the controlling activities in the CPM, salient features listed in the Commencement and Completion of Work special provision, or as directed by the Engineer. The Method Statement shall include any additional activity or feature that the Engineer considers to be a controlling factor for timely completion. The Method Statement shall be a detailed narrative describing each activity or feature and all work necessary to complete it. The Contractor shall include the following information in the Methods Statement: (1) Feature name; (2) Who is responsibility for the feature work (Contractor, subcontractor, supplier, utility, etc.); (3) Detailed description of the planned work procedures. The procedures to be used shall include information such as forming, excavation, pouring, heating and curing, backfill and embankment, trenching, protecting the work, etc. When separate or different procedures are to be employed due to seasonal or project phasing requirements, such differing procedures shall be described in the statement; Page 134 of 292 December 18, 2024 Revision of Section 108 — Prosecution and Progress (4) The planned quantity of work per day for each feature using the same units of measure as the applicable pay item; (5) The anticipated labor force required by labor type; (6) The number, types, and capacities of equipment planned for the work; and (7) The planned time for the work including the number of workdays per week, number of shifts per day, and the number of hours per shift. At the Engineer's discretion, the Contractor shall update the Method Statement or any part thereof and resubmit it to the Engineer for review and approval. Subsection 108.04, paragraph 1 shall be deleted and replaced with the following: 108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete, including Force Accounts, retainage and expected incentive payments, by the progress estimate date each month for the duration of construction. The payment schedule shall be signed by the Contractor's authorized agent. The payment schedule shall show the dollar amount of work the Contractor expects to complete for every month on the Contract from commencement of work to Project Acceptance. The fiscal year (January 1 to December 31) totals shall also be shown on the payment schedule. The payment schedule may be prepared using standard spreadsheet software such as MS Excel and submitted in electronic format. Subsection 108.04(b), paragraph 2 shall be deleted and replaced with the following: If the update has any Weld County Fiscal Year (January 1 to December 31) payment in excess of the encumbrance amount, the Department may, in its sole discretion, approve the update. If the Department does not approve the update the Contractor shall either revise the payment schedule or proceed at his own risk. The risk is either not being paid in a timely manner, or not being paid at all for any amounts over the encumbrance amount. If the Contractor proceeds at his own risk, then payment for the at -risk work will be dependent upon ratification of this work by the Weld County Controller. Subsection 108.08, paragraph 2 shall be deleted and replaced with the following: The Contractor may work between sunrise and % hour before sunset, Monday through Friday excluding holidays, without written consent from the Engineer. If the Contractor wishes to work outside of these hours of operation, they may request to do so by providing the Engineer with a written request outlining the reasons for the request. The Engineer is under no obligation to approve hours of operation outside of the hours listed above. The Contractor shall not carry on construction operations on Saturdays, Sundays, or holidays unless previously arranged and approved by the Project Manager and Inspector Supervisor. The Page 135 of 292 December 18, 2024 Revision of Section 108 — Prosecution and Progress Contractor shall not perform construction operations on any three or four -day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Engineer and Inspector Supervisor no later than Wednesday at 5 p.m. before the weekend in which the work will be performed. Written requests received after the deadline will be reviewed on a case by case basis. The Engineer and Inspector Supervisor are not required to provide written approval for weekend inspectable construction operations requests. In the event, the weekend construction operations involve inspectable work (operations requiring a construction inspector), the Contractor shall provide a credit on the next pay application to the County. The amount credited shall be $400.00 for the first four hours (four hour minimum) and $100.00 per hour per day thereafter for each Inspector or Engineer required to perform inspections on the inspectable work. Construction operations shall stop at 5 p.m. the day before the start of the holiday weekend. Construction operations may resume after the holiday weekend has passed. The Contractor shall only make emergency repairs and provide proper protection of the work and the traveling public on the holiday weekend days. Subsection 108.08(a)(2) shall be deleted and replaced with the following: (2) Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts including Saturdays, Sundays, and holidays. Calendar Day Contracts have been adjusted before bid advertisement to account for no work on Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior written approval has been granted by the Engineer. No weather days or less than full time charges days will be granted in this contract. Subsection 108.08(b) shall be deleted and replaced with the following: (b) Completion Date Contract. When the Contract specifies a completion date, all work under the Contract shall be completed on or before the date specified. Completion Date Contracts have been adjusted before bid advertisement to account for Saturdays, Sundays, and holidays by adjusting the completion date by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior written approval has been granted by the Engineer. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. If all work under the Contract is not completed on or before the specified completion date, contract time will be assessed for each additional calendar day per with subsection 108.8(a)(2) and liquidated damages will be assessed to the Contractor per day, per Table108-2 until the completion of the project. Page 136 of 292 December 18, 2024 Revision of Section 108 - Prosecution and Progress Subsection 108.09 shall be deleted and replaced with the following: 108.09 Failure to Complete Work on Time. A daily charge will be made against the Contractor for each calendar day, including free time, that any work remains uncompleted after the elapse of contract time. This daily charge will be deducted from any money due the Contractor. This deduction will not be considered a penalty, but as liquidated damages. Upon issuance of the Notice of Final Acceptance, the Contractor shall submit all required paperwork required to close out the project within 20 days. Failure to provide the required paperwork will result in the assessment of liquidated damages as outlined in Table 108-2. The schedule of liquidated damages set forth below is an amount, agreed to by the Contractor and the Department, as reasonably representing additional construction engineering costs incurred by the Department if the Contractor fails to complete performance within the contract time. Due account shall be taken of any adjustment of the contract time for completion of the work granted under the provisions of subsection 108.08. Permitting the Contractor to continue and finish the work or any part thereof after elapse of contract time will not operate as a waiver on the part of the Department of any of its rights under the Contract. Deductions assessed as liquidated damages under this subsection shall not relieve the Contractor from liability for any damages or costs resulting from delays to other contractors on the project or other projects caused by a failure of the assessed Contractor to complete the work according to contract times. Table 108-2 Liquidated Damages Original ($)From Contract More Amount Original ($) Contract and Including Amount Liquidated Calendar Damages Day ($) per Than To 0 1,000,000 1,400 1,000,000 2,000,000 2, 500 2,000,000 6,0001000 4, 500 6,0001000 9,0001000 8, 000 91000,000 15, 000, 000 8, 800 12,500 plus 1,400 Per Each 15,000,000 Additional Amount or 1,000,000 Part Contract Over Thereof 15,000,000 Page 137 of 292 December 18, 2024 Revision of Section 108 - Prosecution and Progress Subsection 108.12 shall be added with the following: 108.12. Pay Reductions. A pay reduction will be made against the Contractor for each calendar day, including free time, that the Contractor is out of compliance with the Specifications. This daily charge will be deducted from any money due to the Contractor. The pay reduction amounts are generally defined in the applicable sections of the Specifications. Where pay reductions are not defined in the specifications, the pay reduction amount shall follow Table 108-2 of these specifications. End of Section Page 138 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment Revision of Section 109 — Measurement and Payment Section 109 of the Standard Specifications is hereby revised for the project as follows: Subsection 109.01 shall be deleted and replaced with the following: 109.01 Measurement of Quantities. All work completed under the Contract will be measured by the Engineer according to United States standard measure (English units). A station when used as a definition or term of measurement will be 100 linear feet. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the Contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and deductions will not be made for individual structures having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or as ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Items which are measured by linear foot, such as pipe culverts, guardrail, underdrains, etc., will be measured parallel to the base or foundation upon which the structures are placed, unless otherwise shown on the plans. In computing volumes of excavation and embankment, the average end area method or the method incorporated into the Department's computer earthwork program will be used. The term "gauge," when used in connection with the measurement of plates, will mean the U.S. Standard Gage. When the term "gauge" refers to the measurement of wire, it will mean the wire gage specified in ASTM A510. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. Materials measured or proportioned by weight shall be weighed on accurate scales. Scales shall be accurate within the allowable tolerances as prescribed by State law. The scales shall be tested for accuracy by the Colorado Department of Agriculture or an approved Colorado Department of Agriculture vendor (https://www.colorado.gov/pacific/aginspection/scale- companies ) at least once each year, each time the scales are relocated, and as often as the Engineer may deem necessary. Scales shall be furnished by the Contractor, or the Contractor may utilize commercial scales. Page 139 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment Scales shall be operated according to the Colorado Department of Agriculture's regulations. Weighers, scales, scale tickets, scale house, and verification of the scales' accuracy will not be measured and paid for separately but shall be included in the work. The Contractor may use either certified hopper scales or certified platform scales. When platform scales are used to weigh vehicles carrying material paid for by weight, a certified weigher shall weigh each vehicle. Hopper scales used to directly measure material paid for by weight shall be operated by certified weighers and provide an accurate net weight. The operator of each vehicle carrying material measured and paid for by weight shall obtain a scale ticket (certificate of correct weight) from the certified weigher and deliver the ticket to the Engineer at the point of delivery of the material. The scale ticket shall include the following information: (1) Project Number. (2) Date. (3) Ticket Number. (4) Haul Unit Number. (5) Form 43 Number and Mix Type (HMA and SMA Only) (6) Plant Location (7) Gross Weight. (8) Tare Weight. (9) Net Weight. (10) Material Type. (11) Certified Weigher's Name. Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each of these vehicles shall be weighed empty daily at times directed by the Engineer. The Contractor shall furnish to the Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on the project: (1) Identification mark. (2) Vehicle length. Page 140 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment (3) Tare weight. (4) Number of axles. (5) The distance between extreme axles. (6) Information related to legal weight, including the Permit Number and permitted weight of each vehicle for which the State has issued an overweight permit. This information shall be furnished before time of delivery of the material and at any subsequent time the Contractor changes vehicles, combination vehicles, axle length relationships, or overweight permitting of vehicles. All materials (304 Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, shall be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the project's placement site. Tickets will be made available for inspection during placement to the Engineer or Inspector at all times. The Contractor will submit, in an envelope, within 48 hours of material placement, the following: (1) Truck Tare List (2) Original Scale Tickets (3) Weld County Materials Quantity Reconciliation Sheet, signed by Contractor's representative. Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the Contractor. Contractor will be made aware of any discrepancy immediately by the inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond these 48 hours, a price reduction on the material in question will occur as follows: • less than 24 hours=2% • 25 - 48 hours=5% • 48 hours to 72 hours=25% • Greater than 72 hours=100% Weighers using hopper scales solely for batching materials not measured and paid for by weight need not be certified. Page 141 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment The Engineer will randomly verify the accuracy of the certified weigher on every project where the weights are manually entered on the scale ticket. This verification will consist of at least one comparison check on the project. Additional verification checks may be required as determined by the Engineer. The Engineer will randomly select a loaded truck after the truck has been issued a scale ticket by the certified weigher. The loaded truck will then be reweighed, in the presence of the Engineer, on the same scale and the weight compared with the weight on the scale ticket. Reweighed loads shall be within the tolerance of 200 pounds plus or minus. The Engineer will also verify the accuracy of computerized scales. Computerized scales are scales that automatically print weights on the scale ticket. This verification will consist of at least one comparison check when the project requires more than 2,500 tons of material to be weighed. This comparison check shall be made by reweighing a loaded vehicle. The Contractor shall either provide a second certified scale or select a second certified scale in the vicinity to be used for the comparison check. Comparison checks shall be performed using the following procedures: (1) Hopper Scale. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be weighed on a certified platform scale to record the gross weight. The truck shall be unloaded and weighed again on the same scale to record the tare weight. The tare weight shall be subtracted from the gross weight and compared against the net weight recorded on the scale ticket. (2) Platform Scales. The Engineer will randomly select a loaded truck. The loaded truck shall be reweighed on a second certified scale and the gross weight shall be compared against the gross weight on the first scale ticket. Should a comparison check reveal a weight difference of more than one percent, a second comparison check shall be performed immediately. If the weight differences of both comparison checks exceed the one percent limit, the Contractor shall immediately stop weighing and the scale shall be recertified and resealed at the Contractor's expense. The necessary adjustments as indicated by the recertification will be made to all scale tickets issued since the last certification or on the entire project, whichever occurred later, unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. If it is necessary to recertify a scale, and more than 2,500 tons of material remain to be weighed, another scale comparison check shall be made. All comparison checks shall be made at the Contractor's expense. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured at the point of delivery. Vehicles for this purpose may be of any size or type, provided the body is shaped so the actual contents may be readily and accurately determined. All vehicles shall be loaded to their water level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. Page 142 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment Water used in the work will be measured by the M Gallon or 1,000 U.S. Gallons. The weight of inherent moisture in the material will not be deducted. Water added for the Contractor's convenience will not be paid for. Water may be measured by either volume or weight. Water meters shall be accurate within a range of plus or minus 3 percent. When water is metered, the Contractor shall use an approved metering device and shall furnish the Engineer a certificate showing the meter has been accurately calibrated within the time allowed in the following schedule: 2 inch=4 years 4 inch to 6 inch=2 years 8 inch to 10 inch=1 year Water meters shall be calibrated when the Engineer determines there is reason to believe the meters are not accurate within the allowable tolerance. If water meter accuracy is found acceptable, the cost involved in checking the water meter shall be at the Department's expense. If the water meter accuracy is found unsatisfactory, the cost involved in checking the water meter shall be at the Contractor's expense. For those materials specified to be measured by the cubic yard, an acceptable method of computing volumes of excavation is to determine a weight to volume factor and convert weight to volumes by means of the factor. Colorado Procedure 80 as described in the CDOT Field Materials Manual shall determine the weight to volume factor. The number of tests used to determine the material weight to volume factor will be determined by the Engineer. The locations where the tests are taken shall be at those locations specified in the "Method of Measurement" for the particular bid item; i.e., Unclassified Excavation - in its original position: Embankment Material - in its final compacted position, etc. Asphalt materials will be measured by the gallon or ton. Volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weight or weight based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when asphalt material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When asphalt materials are shipped by truck or transport, net certified weight or volume subject to correction for loss or foaming will be used for computing quantities. Cement will be measured by the ton. Timber will be measured by the number of thousand feet board measure or MFBM actually incorporated in the structure. Measurement will be based on nominal commercial widths and thicknesses. Page 143 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment The term "lump sum" when used as an item of payment will mean complete payment for the work described in the Contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will include all necessary fittings and accessories. Rental of equipment will be measured in hours of actual working time and necessary traveling time of the equipment within the limits of the project. If special equipment has been ordered by the Engineer in connection with force account work, travel time and transportation to the project will be measured. If equipment has been ordered held on the job on a standby basis by the Engineer, and is not otherwise utilized by the Contractor, standby rental rates for the equipment will be paid at the rates specified in subsection 109.04. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, and pipe conduit, and these items are identified by gage, unit weight, and section dimensions, the identification will be considered to be nominal weight or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: (1) Earthwork requiring more than one handling. (2) New materials (if required) for resetting fences. (3) Fine grading (4) Soil conditioner unless otherwise identified in the Contract. (5) Fertilizer unless otherwise identified in the Contract. (6) Staging areas (7) Additional temporary construction easements if desired by the Contractor (8) Coordination with utility companies (9) All water Subsection 109.06(a), Paragraph 1 shall be deleted and replaced with the following: (a) Standard Amount Retained. The Department will make a deduction from the progress estimate in the amount considered necessary to protect the interests of the County, pursuant to Section 24-91-103, CRS. The amount retained will be 5% of the value of the Page 144 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment completed work, to a maximum of 5% of the contract amount. No retainage shall be released before Final Acceptance. No retainage shall be released if there are CDPHE fines for stormwater items while under the stewardship of the Contractor until the fines are resolved. No further amount will be retained if the Contractor makes satisfactory progress in the contract work. The amount retained will be in effect until such time as final payment is made, with the following exception which requires the Contractor's written request and consent of the Surety: Upon completion and acceptance of the project, after the project quantities are finalized, and the Contractor has submitted the necessary forms, the Engineer may make reduction in the amount retained. Subsection 109.06(e) shall be deleted and replaced with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work that has been satisfactorily completed within seven (7) calendar days after receiving payment for work from the Department. For the purpose of this section only, work shall be considered satisfactorily complete when the Department has made payment for the work. The Contractor's subcontracts shall include a prompt payment provision, requiring prompt payment for all subcontractors and suppliers. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant subcontractor/supplier until making the required payments and providing the reporting documentation required in subsection 109.06(h). Subsection 109.06(h) shall be deleted and replaced with the following: (h) Monthly Reporting. The flow chart below provides information regarding the process for prompt payment on both non-CDOT and CDOT funded projects. For Weld County projects with CDOT funding, the Contractor shall record all payments to subcontractors and suppliers by completing an audit in the B2GNow System within fifteen (15) days of paying the subcontractors or suppliers. If the Contractor has good cause for delay as described in subsection 109.06(g), the Contractor shall include the justification in its monthly audit. Once the Contractor enters a payment to a subcontractor or supplier, the subcontractor or supplier will receive a notice to confirm payment. The subcontractor or supplier shall notify the Contractor and the Engineer in writing if there is an issue with the prompt payment. The subcontractor or supplier shall have fifteen (15) days from the notice to confirm payment or report an issue. If the subcontractor or supplier does not report a prompt payment issue within fifteen (15) days from the Contractor's monthly reporting, the subcontractor waives Weld County's and CDOT's assistance in resolving the prompt payment issue and the monthly audit will be closed. This provision should not be construed to limit the lower tier subcontractor's or supplier's contractual remedies. Failure to submit complete and accurate data in the B2GNow System shall be grounds for Weld County to withhold subsequent payments or retainage from the Contractor. Page 145 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment If a subcontractor or supplier is also a payor, the subcontractor or supplier shall also report all prompt payment to its lower tier subcontractors and suppliers within seven (7) days of receiving the Contractor's payment. The lower tier subcontractor or supplier shall notify the Contractor, subcontractor/supplier, and Weld County in writing if there is an issue with prompt payment. If the lower tier subcontractor or supplier does not report a prompt payment issue within fifteen (15) days from the Contractor's monthly reporting, the subcontractor waives Weld County's and CDOT's assistance in resolving the prompt payment issue and the monthly audit will be closed. This provision should not be construed to limit the lower tier subcontractor's or contractor's contractual remedies. Failure to submit complete and accurate data in the B2GNow System shall be grounds for Weld County to withhold subsequent payments or retainage from the Contractor. Page 146 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment Prompt Payment Flowchart (To Be Completed Monthly By The Contractor, Subcontractors, and Suppliers) Contractor receives payment from Weld County V Contractor pays subcontractors and suppliers within 7 days of receipt of payment. (All subcontractors shall have an approved Form 205 on file with Weld County. All suppliers shall have an approved Form 1425 on file with We l d County.) Payments made by the Contractor shall be reported on the Form 1418 to Weld County or in B2GNow (if applicable). Form 1418 or B2GNow entries shall be submitted to Weld County within 15 days of making payment to subcontractors or suppliers. 1 Subcontractors and Suppliers shall make payments to lower tier subcontractors and suppliers within 7 days of receipt of payment from the Contractor. Payments made by the Subcontractors or Suppliers shall be reported on the Form 1418 to Weld County or in B2GNow (if applicable) . Subcontractors and Suppliers shall confirm receipt of payment with Weld County and in B2GNow (if applicable) within 15 days of payment from the Contractor. 1 _ Is a discrepancy identified between the Subcontractor/Supplier and the Contractor? If a discrepancy is identified, the Supplier/ Subcontractor shall report it to Weld County within 15 days. If not reported within 15 days, per Section 109.06(h) the Supplier/ Subcontractor waives assistance in resolving the prompt payment issue. No Yes Subcontractor/Supplier shall attempt to resolve the issue with the Contractor. I Is discrepancy resolved between Contractor and Subcontractor/Supplier? No Yes Contact Weld County Engineer for assistance in resolving the discrepancy. If the Engineer cannot resolve the discrepancy, the Engineer will involve COOT Civil Fights or Weld County attorneys as applicable. Weld County will make no further payments to the Contractor until the discrepancy is resolved. 1 Once all discrepancies have been resolved and the Contractor, Subcontractors, and Suppliers have provided the required monthly reporting information including the Form 1418s or updates to B2GNow (if applicable), Weld County will review the monthly reporting and resume making monthly payments to the Contractor. (See subsection 109.06(h) of the Specifications. p Once the Contractor, Subcontractors, and Suppliers have provided the required monthly reporting information including the Form 1418s or updates to B2GNow (if applicable), Weld County will review the monthly reporting and resume making monthly payments to the Contractor. (See subsection 109.06(h) of the Specifications. This process repeats monthly until the project is completed and all parties have been paid for the work performed on the project. Page 147 of 292 December 18, 2024 Revision of Section 109 — Measurement and Payment Subsection 109.06(j)(4)(A), the table shall be deleted and replaced with the following: Item No. Item Pay Unit 403* Ton Hot Mix Asphalt (Grading )(Asphalt) 403 Stone Matrix Asphalt (Grading _)(Asphalt) Ton Table Notes: * Hot Mix Asphalt (Patching) is not subject to asphalt cement cost adjustment. Subsection 109.07 shall be deleted and replaced with the following: 109.07 Payment for Material on Hand (Stockpiled Material). Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. In Subsection 109.07(2), delete references to "State owned property" and replace with "County owned property". In Subsection 109.07(2), delete references to "CDOT" and replace with "County". End of Section Page 148 of 292 December 18, 2024 Revision of Section 201 — Clearing and Grubbing Revision of Section 201 — Clearing and Grubbing Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. This work shall include removal and disposal of all minor items for which there is no specific "removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete, and metal drainage items. Also included in this bid item is the removal of the following items: 1. All trash, glass, cans, barrels, construction materials, and any other non -organic materials that interferes with the work. 2. All foundations, pavements, utility poles, fences, underground utilities, and other deleterious materials not specifically called out as removals. 3. Sediment from existing pipes. 4. Delineators. 5. Gravel from access roads, and 6. Trees smaller than 6" diameter at breast height (DBH). Trees and shrubs designated to be removed shall include the entire root ball and all roots larger than 1/2" diameter. Subsection 201.04 shall be revised to include the following: Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. Removal of delineators shall be included as part of the work and will not be paid for separately. End of Section Page 149 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions Revision of Section 202 - Removal of Structures and Obstructions Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 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 that are not designated or permitted to remain. It shall also include salvaging, stockpiling and loading salvable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to a neat line. Except in areas to be excavated, the resulting trenches, holes, and pits shall be backfilled. This work 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 (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 varies in thickness as shown on the plans.. The Contractor shall take possession of all asphalt millings generated from the 2 -inch mill and overlay area. Subsection 202.02 shall include the following: (b) Removal of Trees. This work includes the removal and the trimming of trees as directed by the Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Engineer will establish environmental limits. All trees, shrubs, plants, grasses, and other vegetative materials shall remain, except as designated by the Engineer. Removal, trimming, and pruning of encroaching vegetation (as determined by the Engineer) shall be completed prior to beginning any construction. Once all directed clearing, trimming, and pruning is completed and accepted, no additional clearing, trimming, cutting, or pruning will be allowed unless approved, in writing, by the Engineer. Tree trimming for trees which are to remain shall be done by a Contractor or subcontractor who is a qualified tree surgeon and a member of the National Arborist Association. The firm's or individual's name and qualifications shall be submitted at the pre -construction Page 150 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions conference for the Engineer's approval. A list of references and other clients shall be included with the qualifications statement. A written description of work methods and time schedules shall be submitted and approved in writing by the Engineer prior to work commencing. Access for the removal or pruning of trees will be extremely limited. Trees shall be felled at the risk of the Contractor. Strict limits of disturbance will be defined and shall be adhered to. Branches on trees or shrubs shall be removed as directed by the Engineer. All tree or shrub pruning shall be done by skilled workmen. All work shall be done according to the following requirements: (1) Pruning shall be done with proper, sharp, clean tools in such a manner as to preserve the natural character of the tree. (2) All final cuts shall leave no projections on or off the branch and shall not be cut so close as to eliminate the branch collar. (3) To avoid bark stripping, all branches 2 inches in diameter and larger shall be cut using the 3 -cut method. These branches shall be lowered to the ground by proper ropes. (4) Tools used on trees known or found to be diseased, shall be disinfected with alcohol before they are used on other trees. (5) Structural weaknesses, decayed trunk or branches, or split crotches shall be reported to the Engineer. (6) When cutting back or topping trees, the Contractor shall use the drop -crotch method and avoid cutting back to small suckers. Smaller limbs and twigs shall be removed in such a manner so as to leave the foliage pattern evenly distributed. (7) When reducing size (cut back or topping) not more than one-third of the total area shall be reduced at a single operation. (8) Climbing spikes shall not be used on trees not scheduled for removal. All brush, branches, limbs, and foliage smaller than 3 inches in diameter shall be chipped into mulch and stockpiled at a designated site. The trunks and limbs 3 inches and larger shall be cut into less than 6 -foot lengths and hauled to a designated site. Stumps shall be removed when within the areas to be excavated. When trees being cut off are outside the excavation limits, the stumps shall be cut so that no more than 3 inches remains above the ground surface. Page 151 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions Subsection 202.07 shall be deleted and replaced with the following: 202.07 Pavements, Sidewalks, Curbs. All concrete pavement, sidewalks, structures, curbs, gutters, miscellaneous concrete debris, etc., designated for removal, shall be disposed of per subsection 201.02. Concrete pavement to be broken and left in place shall be broken so the largest fragment does not exceed 1 square yard in surface. Subsection 202.09 shall be deleted and replaced with the following: 202.09 Removal of Asphalt Mat (Planing). The Contractor shall not commence planing operations until the hot mix asphalt(HMA) Mix Design (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. Before beginning planing operations, the Contractor shall submit a planing plan for approval by the Engineer. This planing plan shall include as a minimum: (1) The number and types of planers to be used. (2) The width and location of each planing pass. (3) The number and types of brooms to be used, and their locations with respect to the planers. The Contractor shall have at least one backup broom on the project at all times in case one of the operating brooms breaks down. (4) The proposed method for planing and wedging around existing structures such as manholes, valve boxes, survey monuments, and inlets. (5) The longitudinal and transverse typical sections for tie-ins at the end of the day. (6) A plan sheet showing the milling passes. A process control plan (PCP) including as a minimum, the following: (1) Schedule for replacing the cutting teeth. (2) The daily preventative maintenance schedule and checklist. (3) Proposed use of automatic grade controls. (4) The surface testing schedule for smoothness. Page 152 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions (5) (6) (7) The process for filling distressed areas. Schedule for testing macrotexture of the milled surface. Corrective procedures to be utilized in the event the milled surface does not meet the minimum macrotexture specification. (8) Corrective procedures to be utilized in the event the milled surface does not meet the minimum transverse or longitudinal surface finish when measured with a 10 -foot straightedge. The existing pavement shall be milled to the cross -slope as shown on the plans and shall have a surface finish that does not vary longitudinally or transversely more than % inch from a 10 -foot straightedge. A 10 -foot straightedge shall be supplied by the Contractor. All planed areas shall be broomed with a pickup broom, unless otherwise specified, before opening to traffic. A sufficient number of brooms shall be used immediately after planing to remove all planed material remaining on the roadway. If the Contractor fails to adequately clean the roadway, work shall cease until the Engineer has approved the Contractor's revised written proposal to adequately clean the roadway. The milled surfaces shall have a macrotexture equal to or less than 0.170 inches for single -lift overlays and 0.215 inches for multiple -lift overlays as tested per CP 77. Milled surfaces that do not meet these criteria shall require corrective action per the PCP. The Contractor shall be responsible for testing the macrotexture of the milled surface at the location directed by the Engineer per CP 77 at a stratified random frequency of one test per 10,000 square yards or a minimum of once per workday. At the completion of each day's work, longitudinal vertical edges greater than 1 inch shall be tapered. No transverse vertical edges will be allowed. Longitudinal milled surface tie-ins to existing pavement shall be tapered to not less than a 3:1 slope, transverse milled surface tie-ins to existing pavement shall be tapered to not less than a 50:1 slope. Transverse tapered joints may be tapered with the planing machine, a temporary asphalt ramp, or other methods approved by the Engineer. No longitudinal joint between the milled and existing surfaces shall fall between 1 to 5 feet of any lane line. If the transverse joint is tapered with a temporary asphalt ramp, the milled surface at the joint shall be constructed as a butt joint the full depth of the lift of asphalt to be placed on the milled surface. The Contractor shall be responsible for maintaining this asphalt ramp until all corresponding HMA is placed. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. If the transverse joint is tapered with a planing machine, a butt joint shall be cut into the taper the full depth of the lift of asphalt to be placed on the milled surface before commencement of Page 153 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions resurfacing. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. Other approved transverse joint tapers shall be maintained at the expense of the Contractor, and at a minimum shall incorporate a butt joint the full depth of the lift of asphalt to be placed on the milled surface before commencement of resurfacing. Distressed or irregular areas identified in the planed surface by the Engineer shall be patched. The roadway shall be left in a safe and usable condition at the end of each workday. All required pavement markings removed by the planing shall be restored before the roadway is opened to traffic. The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water. All planing shall be completed parallel to the travel lanes unless otherwise directed by the Engineer. All planing shall be completed full width before resurfacing commences. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. Each planer shall conform to the following: The planer shall have sufficient power, traction, and stability to maintain an accurate depth of cut. The propulsion and guidancesystem of the planer shall be maintained in such condition that the planer may be operated to straight and true lines. The planer shall be capable of operating with automatic grade controls (contact or non -contact) on both sides of the machine using a 30 -foot averaging system or other approved grade control systems. The use of such controls shall be described in the Contractor's process control plan. Operation with broken or missing teeth will not be allowed. Worn teeth shall be replaced if the planer does not produce a uniform surface. The planer shall be capable of picking up the removed asphalt in a single operation. A self - loading conveyer shall be an integral part of the planer. Windrows will not be allowed. All planed areas shall be broomed with a pickup broom, unless otherwise specified, before being opened to traffic. A sufficient number of brooms shall be used immediately after planing to remove all planed material remaining on the roadway. If the Contractor fails to adequately clean the roadway, work shall cease until the Engineer has approved the Contractor's revised written proposal to adequately clean the roadway. Page 154 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions At the completion of each day's work, vertical edges caused by planing that are greater than 1 inch in height shall be: Longitudinal — tapered to not less than a 3:1 slope, Transverse — tapered to not less than a 50:1 slope. The roadway shall be left in a safe and usable condition at the end of each workday. All required pavement markings, removed by the planing, shall be restored before the roadway is opened to traffic. All planing shall be completed parallel to the travel lanes unless otherwise directed by the En g ineer. All planing shall be completed full width before resurfacing commences. Subsection 202.11 shall include the following: If identified as a separate pay item in the Bid Schedule, removal of delineators will be measured by the number of delineators removed and accepted. Removal of Concrete Median Cover will be measured by the area (square yards), removed and accepted. Removal of ground signs will be measured by the number of signs removed and accepted. The entire post and base shall be removed. Subsection 202.12 shall be deleted and replaced with the following: 202.12. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment shall be full compensation for sawing, removing, disposal, excavation and subsequent backfill, and salvage of materials removed, their custody, preservation, storage, and disposal as provided. Payment will be made under: Pay Item Pay Unit Removal of Bridge Each Removal of Structures and Obstructions Lump Sum Square Yard Removal of Asphalt Mat (Full Depth) Removal of Asphalt Mat (Planing) (2 Inch Mill) Square Yard Removal of Pavement Marking Square Foot Removal of Pavement Marking (12 Inch) Square Foot Removal of Pavement Marking (15 Inch) Square Foot Plug Each Clean Culvert Each Abandon Well Each Sandblasting Square Foot Sandblasting Reinforcing Steel Square Yard Page 155 of 292 December 18, 2024 Revision of Section 202 - Removal of Structures and Obstructions Removal Tree Each Trimming of Tree Each Removal of Concrete Median Cover Square Yard Removal of Ground Sign Each Removal of Pipe (Water) Linear Foot Removal of Pipe Linear Foot Removal of Fence Linear Foot When the Contract does not include pay items for removal of structures and obstructions, the removal will not be paid for separately but shall be included in the work. Payment for abandon well will be full compensation for all labor and materials required to complete the work, including preparing and submitting the abandonment report. Temporary raised flexible pavement markers used per subsection 202.05(a) will not be measured and paid for separately but shall be included in the work. Unless otherwise specified in the Contract, the disposal and hauling of the asphalt millings to other locations or its use on the project or at other locations will not be measured and paid for separately but shall be included in the work. Chipping, stockpiling mulch, and hauling and stockpiling trunks and limbs will not be paid for separately but shall be included in the work. Removal of trees less than 6 inches in diameter at breast height (DBH) will not be paid for separately but shall be included under the clearing and grubbing pay item. All clearing and grubbing directed by the Engineer will be paid for as identified under the clearing and grubbing pay item. Lighting required for nighttime operations will not be measured and paid for separately but shall be included in the work. Macrotexture testing, macrotexture corrective actions, planers, brooms and all other work necessary to complete the item will not be measured and paid for separately but shall be included in the work. End of Section Page 156 of 292 December 18, 2024 Revision of Section 203 - Excavation and Embankment Revision of Section 203 - Excavation and Embankment Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.02(a) shall be deleted and replaced with the following: (a) Unclassified Excavation. Unclassified excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled out of the project site and disposed of at a disposal site approved by the Engineer. Unclassified Excavation shall include removal of unstable or unsuitable material within the roadway as determined and directed by the Engineer. (b) Unclassified Excavation (Complete in Place). Complete -in -place excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Approved in -place excavation material shall be placed in embankments per the Plans and Specifications. Subsection 203.02(d) shall be deleted and replaced with the following: (d) Removal of Unsuitable Material. The removal of unsuitable material shall only be completed as directed by the County and shall be considered muck excavation. Embankment material containing significantly more than optimum moisture that would become stable if dried shall not be considered unsuitable material. The replacement material for areas of unsuitable materials (muck) excavation shall be 3" minus crushed concrete or aggregate over Triax InterAx NX 650 geogrid or Mirafi RS580i geofabric as determined by the Engineer. If the Engineer approves the use of an alternative backfill material, which does not include import to the site, or does not include a material purchase price from a commercial supplier, the Engineer shall negotiate a unit price cost reduction with the Contractor. Subsection 203.03 shall be deleted and replaced with the following: 203.03 Embankment Material. All embankment material shall consist of material that has been obtained from required excavation or from an approved source. Embankment material shall be a minimum R -value of at least 40. The Contractor shall not obtain embankment material, other than that developed from suitable materials excavated on site, without written approval of the Engineer. Material excavated at the project site may be used if approved in writing by the Engineer. Approval of embankment material is contingent on the material meeting the Atterberg Limit and gradation requirements specified in the Contract. Approval of the embankment material in the upper 2 feet of embankment below the subgrade elevation is contingent on the material meeting one of the following as specified in the Contract: Page 157 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment (1) The specified resistance value when tested by the Hveem Stabilometer or the equivalent resilient modulus. (2) The specified Atterberg Limit and gradation requirements. (3) The specified resistance value when tested by the Hveem Stabilometer or equivalent resilient modulus, and the specified Atterberg Limit and gradation requirements. Embankment material shall be classified into one of the material groups listed below and placed and compacted per the appropriate methods specified in subsection 203.07. If any material does not meet the criteria for one of the following classifications, it shall be processed on site to meet the requirements for one of the material groups listed below or disposed of at the Contractor's expense. 1. Soil Embankment: Soil embankment shall have all particle sizes less than 6 inches. The material shall be classified per AASHTO M145 and placed and compacted per subsection 203.07(a). 2. Rock Embankment: Rock embankment shall meet all of the following requirements: A. A minimum of 50 percent of the material shall be retained on the 4.75 mm (No. 4) sieve. B. More than 30 percent of the material shall be retained on the 19.0 mm (3/4 -inch) sieve. C. The material shall meet the classification of an AASHTO A-1 soil type. D. All particle sizes shall be less than 6 inches. E. Particles retained on the 4.75mm (No. 4) sieve shall not be composed of non -durable bedrock types. Rock embankment may be placed without moisture density control as described in subsection 203.07(b). 3. Rock Fill: Rock fill shall meet all of the following requirements: A. A minimum of 50 percent of the material shall be retained on a 100 mm (4 -inch) sieve. B. The maximum dimension of any particle shall not exceed 36 inches. C. The material shall be well -graded as determined on visual inspection. D. The material shall contain less than 20 percent by volume of material passing the 75 µm (No. 200) sieve based on visual inspection. Page 158 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment E. Particles retained on the 4.75 mm (No. 4) sieve shall not be composed of non -durable bedrock types. Rock fill can be placed without moisture density control as described in subsection 203.07(b). Non -durable bedrock shall be identified and classified using Colorado Procedure CP-L 3104. Any material classified as Soil -like Non -durable (S -N) as defined in the procedure shall be pulverized, broken down and processed to 6 -inch maximum particle sizes before incorporation into embankment fill. These materials shall be placed and compacted as "soil embankment" per subsection 203.07(a). Non -durable bedrock particles in excess of 6 inches shall not be placed into embankment fill. If recycled concrete or asphalt are to be incorporated into embankment fill, the maximum dimension permitted for concrete is 24 inches and the maximum dimension permitted for asphalt is 12 inches. Embankment material imported onto the project will be tested for water soluble sulfates using CP-L 2103 Method B. The average of three consecutive tests shall show that the sulfate content is not greater than that corresponding to the sulfate exposure level specified in the Contract. No single test shall have a sulfate content more than 20 percent greater than that corresponding to the sulfate exposure level specified in the Contract. When there is a single failing test, the remaining sample shall be split into four equal portions. Weld County shall receive one portion, the Contractor shall receive one portion, and the remaining two portions shall be retained for third party dispute testing. Weld County's Lab and the Contractor's Lab shall retest the sample. If the results from the two labs are within 10 percent of each other, the results will be averaged. The averaged result will be used for determining Contract compliance. If the results from the labs are not within 10 percent of each other, the remaining split samples shall be sent to an independent laboratory for testing using CP-L 2103. The independent laboratory shall be mutually agreed upon by Weld County and the Contractor. The independent lab's test result will be used for determining Contract compliance. If the water soluble sulfate content is less than that corresponding to the sulfate exposure level specified in the Contract, Weld County will bear all costs associated with the independent lab test. If the soluble sulfate content is greater than that corresponding to the sulfate exposure level specified in the Contract, all costs associated with independent lab testing shall be at the Contractor's expense. Embankment represented by failing tests shall be removed from the project and replaced at the Contractor's expense. Imported material used for backfilling pipes shall be tested for compatibility with the selected pipe material. When non -Reinforced Concrete Pipe or Reinforced Concrete Pipe is used, the imported material shall be tested for sulfates and pH to ensure that it is compatible with the selected pipe material. When Corrugated Steel Pipe, Bituminous Coated Corrugated Steel Pipe, or Precoated Corrugated Steel Pipe is used, the imported materials shall be tested for sulfates, chlorides, pH, and resistivity. Page 159 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment When Aramid Fiber Bonded Corrugated Steel Pipe or Corrugated Aluminum Pipe is used, the imported material shall be tested for pH and resistivity. When Plastic Pipe is selected, the imported material does not need to be tested for sulfates, chlorides, pH, and resistivity. Sulfates, chlorides, pH, and resistivity shall be determined by the following procedures: (1) Water soluble sulfates using CP-L2103 Method B. (2) Chlorides using CPL 2104. (3) Resistivity using ASTM G57 (4) pH using ASTM G51. The average of three consecutive tests shall show the imported material's sulfate, chloride, pH and resistivity is not greater than the limits corresponding to the Pipe Class in Table 203-1 or 203-2 for the pipe class specified in the Contract. No single test shall have a result more than 20 percent greater than that corresponding to the limit in Table 203-1 or Table 203-2 for sulfates, chlorides and resistivity. No single test shall have a result more than 5 percent outside the limit in Table 203-1 for pH. The remaining sample material from a single failing test shall be split into three equal portions. Weld County shall receive one portion, the Contractor shall receive one portion and the remaining portion shall be retained by the Project. Weld County and the Contractor's Lab shall retest the failed sample; if the results from those tests are within 10 percent of each other, the results will be averaged. The averaged result will be used for Contract compliance. If the results from the Labs are not within 10 percent of each other, the remaining sample portion shall be sent to an independent laboratory for testing using the testing requirements specified above. The independent laboratory shall be mutually agreed upon by Weld County and the Contractor. The Independent Lab's test result will be used for Contract compliance. If the imported material's sulfates, chlorides, and resistivity are less than the limits and the pH is within the limits in Table 203-1 or 203-2, Weld County will bear all costs associated with the independent lab test. If the imported material's sulfates, chlorides, and resistivity is greater than the limits and the pH is outside the limits in Table 203-1 or 203-2, all costs associated with independent lab testing shall be at the Contractor's expense. If the sulfates, chlorides, and/or resistivity test results of the imported materials are outside of the limits in Table 206-1 or 206-2, and a different pipe class is required other than those specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. Embankment represented by failing tests shall be removed from the project and replaced at the Contractor's expense. Page 160 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment Table 203-1 - Sulfate, Chloride, and pH of Imported Material Pipe Class Sulfate (SO4) % Max Chloride (CI) % Max pH 0, 7 0.05 0.05 6.0-8.5 1, 7 0.10 0.10 6.0-8.5 2, 8 0.20 0.20 6.0-8.5 3, 9 0.50 0.50 6.0-8.5 4, 9 1.00 1.00 5.0-9.0 5, 10 2.00 2.00 5.0-9.0 6, 10 >2.00 >2.00 <5 or >9 Table 203-2 — Resistivity and pH of Imported Material Resistivity, R — cm) pH (Ohm ≥ 1500 5.0-9.0 ≥ 250 3.0-12.0 S ubsection 203.4, paragraph 1 shall be deleted and replaced with the following: 203.04 General. The contractor shall ensure that all earthwork activities are performed with machine control to the accuracies specified below. The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 foot. Where asphalt or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall n ot vary more than 0.04 foot. Materials shall not be wasted without written permission of the Engineer. Excavation operations shall be conducted so material outside of the slope limits will n ot be disturbed. Before beginning grading operations, all necessary clearing and grubbing in that area shall have been performed per Section 201. S ubsection 203.06 shall be deleted and replaced with the following: 203.06 General Embankment Construction Requirements. Contractor Process Control is mandatory for this element. The Contractor's Process Control Representative shall be certified with Western Alliance for Quality Transportation Construction (WAQTC) Embankment and Base Testing and CDOT's Excavation, Embankment, and Soil Inspection certification course. Only approved equipment and methods proposed by the Contractor in Method Statements (see Section 108.03(j)), shall be used in the placement of, moisture conditioning and compaction of, and/or reconditioning of cut/fill and embankment materials. The Contractor shall be responsible for determining the moisture conditioning, the type of equipment, and number of passes that are needed to achieve adequate compaction; however, compression type or vibratory rollers are required for granular materials, and sheepsfoot rollers are required for cohesive soils. Water trucks, haul trucks, scrapers shall not be used as compaction equipment or as interim compactive measures, apart from shouldering materials. Page 161 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment The Contractor shall use approved equipment or attachments for conditioning/mixing during embankment placement and/or cut/fill reconditioning, for soils classified as A-4 to A-7 to ensure consistent moisture conditioning without disturbing compaction of preceding lifts. Dozer ripping shall not be allowed unless approved in writing by Engineer. Embankment construction shall include preparation of the areas upon which embankments are to be placed, construction of dikes, and placing and compacting approved material within roadway areas including holes, pits, and other depressions within the roadway area. Only approved materials shall be used in the construction of embankments and fills. All sod, vegetable and other organic matter, stumps, and roots shall be removed from the surface upon which the embankment is to be placed per Section 201. Unless a thickness is otherwise specified in the Contract, the upper 4 inches of the ground surface will be considered topsoil and shall be removed per Section 207 before placement of embankment fill. The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified in the Contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present. When embankment is placed on a slope that is steeper than 4H:1 V, as measured in the steepest direction, the existing slope shall be benched as the embankment is placed in layers. A 2 -foot deep key shall be excavated at the base of the existing slope and backfilled with approved and compacted material. The embankment shall be placed in layers from that key. Each horizontal cut shall begin at the intersection of the original ground and the vertical sides of the previous bench. Excavated material from benching may be placed and compacted with the embankment material at the Contractor's expense. During the course of construction, embankment side slopes shall be built a minimum of 12 inches wider than the final grade indicated in the Contract to allow for compaction equipment to compact the full width of the embankment. Once the specified level of compaction is achieved, the side slopes shall be trimmed back to final grade. Excess material placement and removal to satisfy this requirement shall be at the Contractor's expense. If embankment can be placed on only one side of structures such as retaining walls, abutments, wing walls, piers, or culvert headwalls, compaction shall be accomplished without initiating movement or deformation of the structure and without placing excessive pressure against the structure. When noted in the Contract, the fill adjacent to the abutment of a bridge shall not be placed higher than the bottom of the backwall until the superstructure is in place. When embankment is placed on both sides of a concrete wall or box type structure, the embankment shall be brought up equally on both sides of the structure. Where embankment is to be placed and compacted and end dumping is used, the slopes of the original ground or embankment shall be deeply plowed or scarified before starting end dumping. Page 162 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment Embankment fill other than A-1 soil types shall not be placed within standing water, unless otherwise noted in the Contract. During the construction of the embankment, the top surface shall be maintained so that it is well drained at all times. Frozen materials shall not be used in construction of embankments. Frozen material will be identified by the visual observation of ice crystals within the foundation or embankment material, or by measuring the temperature of the ground surface. Subsection 203.07 shall be deleted and replaced with the following: 203.07 Embankment Placement and Compaction Requirements. It is anticipated soil excavated on this project will be placed within the roadway prism or hauled off -site. However, the Engineer and Inspector have the authority to order certain material be placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and pipe installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the top of embankment slopes. Materials incorporated into embankment fill shall be placed and compacted according to the following requirements: (a) Soil Embankment. All soil embankment shall be placed in horizontal layers not to exceed 8 inches in loose lift thickness. Each layer shall be compacted before the placement of subsequent layers. Spreading equipment shall be used to obtain uniform thickness before compaction. As the compaction progresses, continuous mixing, leveling, and manipulating shall be done to assure uniform moisture and density. Additional work involved in drying soil embankment to the required moisture content shall be included in the contract price paid for excavating or furnishing the material with no additional compensation. When conduits (i.e., culverts, pipes, etc.) are installed in embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the conduit of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. Soil embankment that is classified as A-1 material may be used to bridge across standing water or swampy ground within the embankment foundation and may be placed in lift thicknesses greater than 8 inches when used for this purpose if approved by the Engineer. A Sheepsfoot compactor shall not be used on A-1 material containing less than 30% retained on the 3h -inch sieve. Per the Western Alliance for Quality Transportation Construction (WAQTC) inspection guidelines, the appropriate equipment to use on granular soils such as an A-1 soil, a steel vibratory roller or pneumatic rubber -tired roller. Sheepsfoot rollers are appropriate for materials composed of cohesive soils and clay rich non -durable bedrock. Soil embankment with less than or equal to 30% retained on the 3/4 -inch sieve shall be tested for compaction using CP-80. Materials classified as AASHTO A-1, A-2-4, A-2-5, and A-3 soils shall be compacted at +/- 2 percent of optimum moisture content (OMC) and to at Page 163 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment least 95 percent of maximum dry density determined per AASHTO T180, modified by CP- 23. All other soil types are compacted to 95 percent of maximum dry density determined per AASHTO T99, modified by CP-23. Soils with 35 percent fines or less are compacted at +/- 2 percent of OMC. Soils with more than 35 percent fines are compacted at a moisture content equal to or above OMC to achieve stability of the compacted lift. Stability is defined as the absence of rutting or pumping as observed by the Contractor's Process Control representative and as approved by the Engineer. If the soils prove to be unstable when compacted at or above optimum moisture content, the moisture content required for compaction may be reduced below OMC as approved by the Engineer. Compaction shall be tested using nuclear density gauges (CP-80-13) at the frequencies specified in Table 106-1. Compaction tests shall be performed in accordance CP-80 and shall utilize 4 one -minute readings. The use of 1 fifteen -second test shall be not acceptable for Process Control testing. Field rock correction tests (CP-23-13) shall be performed at the frequencies specified in Table 106-1 done for each compaction test performed. Rock corrections shall be performed per CP-23. The Process Control tester shall provide their own screen, scale, and hot plate or microwave. A field one -point moisture/density verification test (CP-25-13) shall be performed at the frequency specified in Table 106-1 to verify the use of the correct moisture/density curve. The test sites shall be selected randomly and shall be representative of the materials placed in the surrounding areas. The Contractor shall provide a stable platform on which the one - point tests can be performed. Any time a density verification test is over 100%, a field one point moisture/density verification test and a field rock correction test shall be performed to verify the use of the correct proctor. Before placing any soil embankment with greater than 30 percent retained on the 3/4 -inch sieve, the Contractor shall construct a test strip to the dimensions specified in the Contract or as directed by the Engineer. The test strip may be incorporated into the final embankment. The Contractor shall determine the moisture conditioning necessary to achieve compaction and shall determine the equipment and number of passes necessary to achieve adequate compaction. The Contractor shall use compression -type or vibratory rollers on granular materials and sheepsfoot rollers on cohesive soils. Adequate compaction shall be demonstrated by the absence of rutting, pumping, or deflection following a proof roll of the test strip using any piece of construction equipment that exerts a minimum 18 -kip per axle load. The proof roll will be observed and accepted by the Engineer. Once the test strip passes a proof roll, the Contractor may resume embankment construction using the same moisture conditioning and compaction methods that were used to construct the test strip. Placement, moisture conditioning, and compaction of every lift of soil embankment with greater than 30 percent retained on the 3/4 -inch sieve shall be observed by the Contractor's Page 164 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment Process Control Representative and accepted by the Engineer. Adequate compaction of each lift shall be demonstrated as the absence of rutting, pumping, or deflection as construction equipment is routed over a lift following the compactive efforts that were used and accepted for the respective test strip. The Engineer may request a proof roll at any time to document the condition of a lift. Significant changes in the material being hauled for soil embankment with greater than 30 percent retained on the 3/4 -inch sieve will require construction of a new test strip, and demonstration of adequate compaction methods using a proof roll. Non -durable bedrock shall be watered to promote slaking and break down and pulverized or processed to a maximum particle size of 6 inches. These materials shall be placed and compacted as soil embankment except they shall be compacted with a heavy tamping foot roller weighing at least 30 tons. Each tamping foot shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a minimum of four passes with the tamping foot roller. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional roller passes to achieve specified density requirements. Non -durable Bedrock shall not be used to bridge over standing water or swampy ground within an embankment foundation. Non -durable bedrock shall also not be placed within 2 feet of the final subgrade elevation. (b) Rock Embankment and Rock Fill. Rock embankment shall be placed in horizontal layers not to exceed 8 inches in loose lift thickness. The lift thickness can be increased when bridging over standing water or swampy ground in the embankment foundation as directed by the Engineer. Each layer shall be compacted before the placement of subsequent layers. Spreading equipment shall be used to obtain uniform thickness before compaction. Rock fill shall be placed in horizontal layers not to exceed a loose lift thickness equivalent to the average particle size up to a maximum permitted lift thickness of 18 inches. Particles with a maximum dimension of 36 inches are permitted; however, rocks larger than the lift thickness shall be separated enough to allow compaction equipment to operate in between. Material shall be placed to fill in voids between larger stones with finer particle sizes and to avoid nesting. Spreading equipment shall be used to obtain uniform thickness before compaction. If the use of leveling equipment is not practical, the Engineer may permit rock fill material to be cast or end dumped. In such cases sufficient hand or machine work will be required to construct a compact, stable fill and to finish the slopes to a neat and smooth appearance. Rock fill shall not be placed within 2 feet of the final subgrade elevation. When a rock fill is placed over any structure, the structure shall be covered with a minimum of 2 feet of compacted soil embankment or rock embankment material before the rock fill is placed. Page 165 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment The Contractor shall determine the moisture conditioning necessary to achieve compaction for rock embankment or rock fill. Vibratory or compression -type rollers shall be used to compact these materials. At a minimum, compression -type rollers weighing 20 tons shall complete four passes over the entire width of a lift at a speed not to exceed 3 miles per hour. Vibratory rollers shall exert a minimum dynamic force of 30,000 pounds of impact per vibration and achieve a minimum 1,000 vibrations per minute. Vibratory rollers shall complete a minimum of four passes over the entire width of a lift at a speed not to exceed 1.5 miles per hour. Before placing rock embankment or rock fill, the Contractor shall construct a test strip to the dimensions specified in the Contract, or as directed by the Engineer. The test strip may be incorporated into the final embankment. Adequate compaction of the rock embankment or rock fill test strip shall be demonstrated by the absence of rutting, pumping, or deflection following a proof roll of the test strip using any piece of construction equipment that exerts a minimum 18 -kip per axle load. The proof roll will be observed and accepted by the Engineer. Once the test strip passes a proof roll, the Contractor can resume rock embankment or rock fill construction with the same moisture conditioning and compaction methods as the test strip was constructed. Placement, moisture conditioning, and compaction of every lift of rock embankment and rock fill shall be observed by the Contractor's Process Control Representative and accepted by the Engineer. Adequate compaction of each lift shall be demonstrated as the absence of rutting, pumping, or deflection as construction equipment is routed over a lift following the compactive efforts that were used and accepted for the respective test strip. The Engineer may request a proof roll at any time to document the condition of a lift. Significant changes in the characteristics of material being hauled for rock embankment or rock fill will require construction of a new test strip, and demonstration of adequate compaction methods using a proof roll. If the Contractor wishes to deviate from the minimum equipment and compactive efforts specified above for rock embankment or rock fill, the Contractor must first demonstrate the adequacy of the proposed methods with a test strip and passing proof roll. In addition, proof rolls are required for every lift placed for the first 2,000 cubic yards of rock embankment or rock fill placed. The proof rolls used to demonstrate adequate compaction of the first 2,000 cubic yards placed will not be measured and paid for separately but shall be performed at the Contractor's expense. (c) Use of Recycled Concrete and Asphalt. Recycled concrete and asphalt may be incorporated into embankment material, and shall be processed, placed, and compacted per subsection 203.07(a) or (b), depending on the overall classification of the embankment material once the recycled material is incorporated. Rebar shall not extend more than one inch beyond the edges of recycled concrete particles. Recycled concrete or asphalt shall not be placed in the Page 166 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment u pper 2 feet of the final subgrade elevation or within 2 feet of the final finished side slopes u nless otherwise noted in the Contract. S ubsection 203.08 shall be deleted and replaced with the following: 203.08 Proof Rolling. Proof rolling with pneumatic tire equipment shall be performed using a minimum axle load of 18 kips per axle. A weigh ticket from an approved scale shall be furnished by the Contractor to substantiate this weight. Contractor's verified proof rolling equipment, meeting the 18 kip loading per axle, shall be available onsite during all phases of earthwork activities and as an erosion control method for dust control mitigation. A current certified scale ticket showing the fully loaded weight of the water truck(s) shall be submitted to the Engineer before any proof roll is performed for acceptance. The Engineer may require a proof roll at any elevation to verify stability. The subgrade shall be proof rolled after the required compaction has been obtained and the subgrade has been shaped to the required cross section. The proof roller shall be operated in a systematic manner so that a record may be readily kept of the area tested and the working time required for the testing. Areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive as determined by the Engineer, shall be ripped, scarified, dried or wetted as necessary, and recompacted to the requirements for density and moisture at the Contractor's expense. After replacement and re - compaction, these areas shall be proof rolled again and all failures again corrected at the Contractor's expense. The repair may involve muck excavation, geogrid reinforcement, replacement of excavated materials, or other methods as directed by the Engineer. After the subgrade has been stabilized, the Contractor shall perform proof rolling per subsection 203.08. Final proof rolling will take place a maximum of two days (48 hours) after all mechanical stabilization or unbound aggregate work has been completed, unless otherwise approved by the Engineer. Final proof rolling will take place a minimum of two days after all lime or other chemical stabilization work has been completed, unless otherwise approved by the Engineer. The finished surface shall be smooth and uniform conforming to the typical sections. Variation from the subgrade plan elevations shall not exceed 0.04 feet. All irregularities, depressions, or weak spots which develop shall be corrected at the Contractor's expense. The surface shall be maintained in a smooth condition, free from undulations and ruts until other work is placed thereon or the work is accepted. No separate payment will be made for areas of unsuitable material excavation, geogrid reinforcement, or replacement of excavated materials. S ubsection 203.11 shall be deleted and replaced with the following: 203.11. Items paid for by volume will be the quantities designated in the Contract. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies in the Contract in an amount of at least plus or minus two percent of the plan quantity. Page 167 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment (a) Excavation. The original cross -sections will be used for determination of volumes of excavated material removed unless changes have been directed. These measurements will include authorized excavation of rock, shale, or other unsuitable material. All accepted stripping will be measured in stockpiled locations by cross -sectioning. When the excavation conforms to the staked lines and grades, the original cross -sections and the staked sections shall be used for the determination of volumes excavated. Volumes will be computed from the cross -sections by the average end area or other acceptable method. When topsoil or wetland topsoil is included as a separate pay item and is specified, the measured volume of excavation will be reduced by the volume of topsoil or wetland topsoil removed from the area shown as excavation in the Contract. The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the work. Geogrid and geotextile used in areas where unsuitable materials were removed and replaced with backfill material will not be measured and paid for separately but shall be incidental to the cost of the backfill material. Measurements will include over -breakage in rock excavation from the back slopes to an amount not to exceed, in any half station of 50 feet, 10 percent of the actual quantity required for that half station. (b) Embankment. The quantities for Embankment (Complete in Place) and Unclassified Excavation (Complete in Place) will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Engineer before beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. The quantities for Embankment and Unclassified Excavation will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Engineer before beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. Payment for Embankment and Unclassified Excavation shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the work. Page 168 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment The Contractor's Process Control testing will be measured and paid for per the revision to Section 106.041. (c) Rock Fill. Rock fill will be measured as the volume in cubic yards in its final position, unless otherwise specified, and shall be limited to the elevations specified. Rock Fill (57-67)(Contingency) will be measured as the volume in cubic yards when it is used to repair soft spots or replace unsuitable materials. Rock Fill (3 inch minus)(Contingency) will be measured as the volume in cubic yards when it used to repair soft spots or replace unsuitable materials. (d) Blading and Dozing. The quantity measured for blading and dozing will be the number of hours that each motor grader or bulldozer is actually used as ordered. A minimum of four hours for any half shift or part thereof will be paid for unless the equipment is inoperative due to breakdown or other causes determined to be the Contractor's responsibility. Time involved in moving onto or off the project will not be measured and paid for. Time will be paid for moving motor graders or bulldozers from one location on the project to another, if directed; but time will not be allowed for moves which are made for the convenience of the Contractor. Payment for a minimum of four hours will not be allowed in cases where the motor grader, bulldozer, or operator is assigned to work on other pay items connected with the project. (e) Potholing. Potholing will be measured by the total number of hours that excavation and backfilling equipment is actually used as directed. All other related work, including removal of existing pavement, backfilling, shoring, and labor will not be measured and paid for separately, but shall be included in the work. CO Proof Rolling. Proof rolling will be measured by the actual number of hours that the pneumatic equipment is used as a proof roller. The time to be measured under this item will be the number of hours that each piece of equipment is actually used as ordered. Proof rolling will be measured and paid for only once for each test strip required during construction; for final verification of subgrade before placement of subbase, base coarse, or pavement; or for each incident where the Engineer directs it through the course of construction. Additional proof rolling that is required due to failure of embankment fill; due to the Contractor's failure to place subbase, base course, or initial pavement course within 48 hours of the initial proof roll; or due to the condition of the subgrade changing due to weather; or additional proof rolls deemed necessary due to the Contractor's choice to deviate from minimum equipment and compaction efforts specified, shall be at the Contractor's expense. Page 169 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment Subsection 203.12 shall deleted and replaced with the following: 203.12. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Rock Excavation Cubic Yard Cubic Yard Rock Fill Unclassified Excavation Cubic Yard Unclassified Excavation (Complete in Place) Cubic Yard Unsuitable Material (Contingency) Cubic Yard Borrow Cubic Yard Borrow (Complete in Place) Cubic Yard Embankment Material Cubic Yard Stripping Cubic Yard Blading Hour Dozing Hour Laborer Hour Combination Loader Hour Utility Potholing Hour Proof Rolling Hour Cubic Yard Rock Fill (57-67)(Contingency) Cubic Yard Rock Fill (3 inch minus)(Contingency) Water will not be measured and paid for separately but shall be included in the work. Compaction will not be measured and paid for separately but shall be included in the work. Payment for replacement of unsuitable material shall be as follows: If excavated material can be re -used as embankment fill by moisture conditioning and compaction, replacement shall be included in the cost for Unsuitable Material. If the material cannot be re -used as embankment fill, payment for replacement of unsuitable material shall be for the volume that is placed in the excavated area at the respective unit price for the material that is approved by the Engineer and used. Payment for Unclassified Excavation (Complete in Place) or Borrow (Complete in Place) shall be full compensation for all work necessary to complete the item including construction of embankments, reworking of existing materials to satisfy benching requirements, unclassified excavation, borrow, compaction, compaction of bases of cuts and fills, all work in available materials pits, and disposal of excess excavated material. Page 170 of 292 December 18, 2024 Revision of Section 203 — Excavation and Embankment Payment for Embankment (Complete in Place) shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, and hauling and disposal of excess or unsuitable materials off the jobsite. Rock Fill (57-67)(Contingency) and Rock Fill (3 inch minus)(Contingency) shall include compaction for stability and all other work and materials including a geogrid or geotextile as directed by the Engineer necessary to complete the work. Additional materials will not be measured and paid for separately but shall be included in the work. Excavations shall not be left open for extended periods of time. Excavations left overnight in non -traffic areas for any reason shall be surrounded by orange plastic construction safety fence. Safety fence used for such purpose will not be measured for payment and shall be included in the work. Reducing the size of the claystone particles, removing the oversized particles, and disposal of the oversized particles will not be measured and paid for separately but shall be included in the work. Ripping tests or seismic tests used to evaluate whether a material meets the criteria for Rock Excavation will not be measured and paid for separately but shall be included in the work. Pavement replacement if required due to potholing, shall be accomplished, measured, and paid for per appropriate sections of the specifications. Pneumatic tire equipment and load required to achieve the desired weight of proof rolling equipment will not be measured and paid for separately but shall be included in the work. End of Section Page 171 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) Delete Section 208 of the Standard Specifications and replace with the following: Description 208.01. This work consists of constructing, installing, maintaining, and removing when required, control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any State waters as defined in subsection 101. Stormwater runoff from all disturbed areas and soil storage areas for which permanent or interim stabilization is not implemented, must flow to at least one control measure to minimize sediment in the discharge. This shall be accomplished through filtering, settling, or straining. The control measure shall be selected, designed, installed, and adequately sized in accordance with good engineering, hydrologic, and pollution control practices. The control measures shall contain or filter flows in order to prevent the bypass of flows without treatment and shall be appropriate for stormwater runoff from disturbed areas and for the expected flow rate, duration, and flow conditions (i.e., sheet or concentrated flow). The Contractor shall coordinate the construction and maintenance of temporary control measures with the construction of permanent control measures to assure economical, effective, and continuous erosion and sediment control throughout the construction period. The Initial Condition, Interim Condition, and Permanent Condition SWMP drawings are included with the plans for this project. The control measures shown on the Initial Condition and Interim Condition drawings shall be installed in a phased manner prior to the beginning of construction activities within various areas of the limits of construction. The Contractor shall be responsible for preparing and submitting an Erosion Control Phasing Plan which shows how the erosion and sediment control measures will be implemented to the Engineer for approval. Installation of the erosion control measures shall not begin until the Engineer has provided a written approval of the Erosion Control Phasing Plan. When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin affecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) requirements. If immediate corrective actions cannot be taken, the Contractor shall immediately request a deferment by providing the information outlined in Section 208.09(c) for review by the Engineer. Materials 208.02. Erosion control materials are subject to acceptance in accordance with Section 106. Erosion control materials shall be subject to the following approval process: The material for control measures shall conform to the following: Page 172 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Table 208-1 — Approval Process for Erosion Control Materials Material Approval Process Notes COC transit copy supplied The Contractor of certificate the from transit the shall producer. number, certificate provide or a a as Erosion Bales (Weed Free) COC Silt Fence Silt Berm APL Erosion Log (Type 1, Type 2, and Type 3) COC Silt Dikes COC Prefabricated (above ground) Concrete Washout Structures APL Prefabricated Vehicle Tracking Pad APL Aggregate Bag COC Storm Drain Inlet Protection (Type I, II, and III) APL Table Notes: COC = Certificate of Compliance; APL = Approved Product List (a) Erosion Bales. Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall be identified by blue and orange twine binding the bales. The Contractor shall not place certified weed free erosion bales or remove their identifying twine until the Engineer has inspected them. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the Colorado Department of Agriculture, Weed Free Forage, Program, 305 Interlocken Pkwy, Broomfield, CO 80021, Contact: Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.gov/ag/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 1.5 inch by 1.5 inch x 30 inch actual. (b) Silt Fence. Silt fence posts shall be wood with a minimum length of 46 inches. Wood posts shall be 1.5 -inch width by 1.5 -inch thickness actual dimensions with 1/8 -inch tolerance. Geotextile shall be attached to wood posts with three or more staples per post. Silt fence geotextile shall conform to the following requirements: Page 173 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Table 208-2 Physical Requirements for Silt Fence Geotextiles Property Wire Requirements Fence Supported Requirements Self Elongation -Supported Geotextile o 50% Test Method Grab lbs. Strength, 90 minimum 124 minimum ASTM D4632 Permittivity sec -1 0.05 0.05 ASTM D4491 Ultraviolet Stability Minimum Retained 70% Strength ASTM D4355 Minimum Retained 70% Strength (c) Silt Fence (Reinforced). Silt fence posts shall be metal "studded tee" T -post with a minimum length of 66 inches. Metal posts shall be "studded tee" with .095 -inch minimum wall thickness. Wire fabric reinforcement for the silt fence geotextile shall be a minimum of 14 gauge with a maximum mesh spacing of 6 inches. Geotextile shall be attached to welded wire fabric with ties or nylon cable ties at 12 inches on center at top, middle, and bottom wire. Welded wire fabric shall be attached to the post with a minimum three 12 -gauge wire ties per post. Vinyl or rubber safety caps shall be installed on all T -post. (d) Temporary Berms. Temporary berms shall be constructed out of onsite soil materials. Temporary berms shall be track compacted and stabilized to prevent erosion of the berm. Tracking shall be done up and down the slope of the berm to prevent the formation of rills. The cost of compacting and stabilizing the temporary berms including temporary seeding shall be incidental to the cost of the berms. (e) Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half -round pipe, metal or plastic pipe, wood flume, flexible rubber, or other materials suitable to carry accumulated water down the slopes. Outlet protection riprap shall conform to Section 506. Erosion control geotextile shall be a minimum Class 2, conforming to Section 712. (f) Silt Berm. Silt berm shall consist of permeable multi -use material consisting of ultraviolet (UV) stabilized high -density polyethylene or other approved material effective in reducing water velocity. Designed and tested system shall be installed on a Turf Reinforcement Mat or Soil Retention Blanket in accordance with Section 216. The segment shall be secured to the ground with either metal or wood stakes. Minimum requirements for securing stakes shall be in accordance with the plans. Dimensions of individual segments shall meet the following criteria: Page 174 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Table 208-3 — Silt Berm Dimensions Width 6 - 11 inches 6 - 10 inches Height Weight > 0.25 lbs./sq. ft. Percent Open Area 20% — 50% (g) Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the requirements of Section 506. (h) Sediment Trap. In constructing an excavated sediment trap, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of Section 203. Outlet protection riprap shall be the size specified in the Contract and shall conform to Section 506. Erosion control geotextile shall be a minimum Class 1, conforming to Section 712. (i) Erosion Logs. Erosion logs shall be one of the following types unless otherwise shown on the plans: (1) Erosion Log (Type 1) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photodegradable tube netting. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. (2) Erosion Log (Type 2) shall consist of cylinder casings filled with Erosion Log (Type 2) Compost in accordance with subsection 212.02. The compost -wood chip blend may be pneumatically shot into a geotextile cylindrical casing or be pre -manufactured. The geotextile casing shall consist of HDPE or polypropylene mesh (knitted, not extruded) with openings of 1/8 to 3/8 inch and contain the compost -wood chip material while not limiting water infiltration. (3) Erosion Log (Type 3) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, 100 percent natural fiber cylinder netting (compostable) and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log shown on the plans. Netting shall be a woven cotton or cellulose base mesh that has an approval to compost certification with a maximum mesh size of 0.075 inches and index values as shown in Table 208-2. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. Natural compostable fiber netting shall not contain any synthetic material woven into the netting such as polypropylene, nylon, polyethylene, or polyester dyes. Oxo-degradable or Page 175 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) oxo-biodegradable petrochemical -based fiber shall not be part of the netting material. Burlap netting material shall not be used for Erosion Log (Type 3). Erosion Log (Type 1, Type 2, and Type 3) shall have minimum dimensions as shown in Table 208-1, based on the specified diameter of the log. Wood stake acceptable tolerance +/- 1/8 inch. Stakes to secure erosion logs shall consist of pinewood or hardwood. Table 208-4 Dimensions of Erosion Logs Diameter 1 and 3 Diameter Length (Feet) Min. Length Max. (pounds/foot) Weight Max. (min) Stake (finches) Dimensions Type (Inches) (Inches) Type (Feet) 9 8 10 180 1.6 3/4 width thickness x 18 long x 3/4 12 12 10 180 2.5 1.5 width thickness x 24 long x 1.25 20 18 10 100 4.0 1.5 width thickness x 30 long x 1.25 Table 208-5 — Index Values for Natural Fiber Nettin Property Requirement Test Method ASTM D3822 Fabric Tensile Strength >70 lbs. Biodegradable 100% ASTM D5988 Mesh Pattern Rib (j) Silt Dikes. Silt dikes shall be pre -manufactured flexible sediment barrier that will fully rebound when driven over by heavy equipment. Material shall consist of outer geotextile fabric covering closed cell urethane or polyethylene foam core. The geotextile fabric aprons shall extend beyond the foam core a minimum of 8 inches on both sides. Table 208-6 Geotextile Requirements Property Requirement Test Method 100 - 150 gallons per minute/square foot ASTM D4491 Water Flow Rate Grab Breaking Load 200 lbs. minimum in each direction ASTM D4632 Ultraviolet Degradation load 70% of after original 500 hours unexposed grab breaking ASTM D4595 Each silt dike segment shall have the following dimensions: • Vertical height after installation >5 inches • Geotextile sleeve section to interlock segments >8 inches Page 176 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) Silt dike segments shall be anchored down using the minimum requirements shown in Table 208-7. Table 208-7 — Silt Dike Segment Requirements Surface Nail Washers Soil Surface Installed more than in 4 4 inch feet deep O.C. (on trench center) with 6 inch nails no 1 inch washers Surface 1 inch concrete nails no more than 4 feet O.C. 1 solvent inch washers -free adhesive and Hard (k) Concrete Washout Structure. The Contractor shall construct a washout structure that will contain washout from concrete placement, construction equipment cleaning operations, and residue from cutting, coring, grinding, grooving, and hydro -concrete demolition. Embankment required for the concrete washout structure may be excavated material if this material meets the requirements of Section 203 for embankment. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-8. Table 208-8 — Impermeable Synthetic Liner Requirements Tested Property Units Value Test Method Thickness ASTM D5199 mil >30 +1- 1.5 Tear Strength ASTM D1004 lbs. >8 Low Temperature Impact °F Pass at -20 ASTM D1790 (I) Prefabricated Concrete Washout Structure. Prefabricated Concrete Washout Structures shall be one of the following types unless otherwise shown on the plans: (1) Prefabricated Concrete Washout Structure (Type 1). Type 1 portable bins shall be used only when specified in the Contract. It shall consist of a watertight multi -use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. Minimum capacity including freeboard shall be 440 gallons. (2) Prefabricated Concrete Washout Structure (Type 2). Type 2 portable bins shall be used only when specified in the Contract. It shall consist of a watertight one-time use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. The structure shall have a system to secure to the ground. Minimum capacity including freeboard shall be 50 gallons. (m) Vehicle Tracking Pad (VTP). Aggregate for the vehicle -tracking pad shall be crushed natural aggregate with at least two fractured faces that meets the following gradation requirements: Page 177 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads. Erosion control geotextile underlying aggregate material shall be Class 2, conforming to Section 712. Prefabricated or manufactured vehicle tracking pads may be used if specified in the Contract or if a submittal is approved by the Engineer. Multi -use pads shall consist of industrial grade materials and shall be designed to minimize sediment leaving the project. Table 208-9 Aggregate Gradation for Vehicle Tracking Pad Sieve size Percent by Weight Passing Square Mesh Sieves 100 75 mm (3 inch) 50 mm (2 inch) 0-25 19.0 mm (3/4 inch) 0-15 Minimum dimensions of the modular systems shall be: Table 208-10 — Minimum Dimensions for Vehicle Tracking Pad Width 12 feet Length of pad 35 feet Weight (min.) (Ibs./sq. ft.) 8 Crush strength (min.) (psi) 400 To accommodate construction traffic turning radii between the tracking pad and a stabilized surface, additional flared sections of approved pads or aggregate in accordance with this specification shall be used at no additional cost to Weld County. If pads weigh less than 8 pounds per square foot, an anchoring system approved by the manufacturer shall be used for pads placed on soil and hard surfaces. A thin layer of stone, geotextile, or other stable surface may be required to stop rutting under the pad or area where the vehicles mount or dismount the manufactured trackout control device. (n) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Page 178 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Table 208-11 — Aggregate Bag Properties Diameter (inches) Weight (minimum) (pounds per foot) 6-8 6 10 10 12 15 Rubber used in bags shall be clean, 95 percent free of metal and particulates. Crushed stone contained in the aggregate bags shall conform to Table 703-1 for Coarse Aggregate No. 6. The aggregate bag shall consist of a woven geotextile fabric with the following properties: Table 208-12 — Geotextile Properties for Aggregate Bag Property Requirement Test Method Grab Tensile Strength 90 lbs. min. ASTM D4632 Trapezoid Tear Strength 25 lbs. min. ASTM D4533 Mullen Burst 300 psi ASTM D3786 Ultraviolet Resistance ASTM D4355 70% (o) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: Table 208-13 — Aggregate Bag Dimensions for Storm Drain Inlet Protection Protection Storm Drain Properties Inlet Protection 1Type I 3Type III Protection 2Type II Protection Diameter 4 in. 4 in. N/A Minimum Section Length 7 ft. 5 ft. 5 ft. Apron Insert --- 3O in. or sized 30 in. or grate sized to to grate 1 2 3 Type I protection shall be used with Inlet Type R. Type II protection shall be used with Combination Inlet. Option A or B Type III protection shall be used with Vane Grate Inlet only. Options A and B are shown on Standard Plan M-208-1. The Storm Drain Inlet Protection (Type I, II, and III) shall consist of a woven geotextile fabric with the following properties: Table 208-14 — Woven Geotextile Fabric For Storm Drain Inlet Protection Property Test Method Unit Requirement Grab tensile strength ASTM D4632 lbs. minimum 150x200 Mullen Burst Strength ASTM D3786 lbs. 400 Trapezoid Tear Strength ASTM D4533 lbs. minimum 60x60 Percent Open Area COE-22125-86 % ≥20 ASTM D4491 gal./min./sq. ft. ≥100 Water Flow Rate Ultraviolet Resistance ASTM D4355 % ≥70 Page 179 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) Curb roll for Storm Drain Inlet Protection (Type I and II) shall have a weight >4 pounds per linear foot of device. The device shall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming Table 703-1 for Coarse Aggregate No. 6. Construction Requirements 208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction the Contractor shall implement control measures in accordance with the approved project schedule as described in this section. At the Pre -Construction Conference, the attendees shall discuss the Stormwater Management P lan (SWMP), maintaining water quality standards, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. The required inspection schedules are a minimum frequency and do not affect the Contractor's responsibility to implement control measures in effective operating condition as prescribed in the SWMP. Proper maintenance of the control measures may require more frequent inspections. S ite inspections shall start within 7 calendar days of the start of construction activities onsite. The person(s) inspecting the site may be on the Contractor's staff or a third party hired to conduct stormwater inspections under the direction of the Contractor(s). The Contractor is responsible for ensuring that the inspector meets the definition of a Qualified Stormwater Manager. The SWMP shall be prepared in accordance with good engineering, hydrologic, and pollution control practices. The provisions of the SWMP shall be implemented as written and updated from the commencement of construction activity until final stabilization is complete. P rior to beginning construction, the Contractor shall evaluate the project site for stormwater draining into or through the site. When such drainage is identified, control measures shall be used, if possible, to divert stormwater from running on -site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate control measures shall be employed. The SWMP Administrator shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented control measure added to the SWMP Site Map. P rior to construction, the Contractor shall implement appropriate control measures for protection of wetlands, sensitive habitat, and existing vegetation from ground disturbance and other Page 180 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) pollutant sources, in accordance with the approved project schedule as described in subsection 208.03(b). When additional control measures are required and approved by the Engineer, the Contractor shall implement the additional control measures and the SWMP Administrator shall record and describe them on the SWMP Site Map. The approved control measures will be measured and paid for in accordance with subsections 208.11 and 208.12. (a) Project Review. The Contractor may submit modifications to the Contract's control measures in a written proposal to the Engineer. The written proposal shall include the following information: 1. Reasons for changing the control measures. 2. Diagrams showing details and locations of all proposed changes. 3. List of appropriate pay items indicating new and revised quantities. 4. Schedules for accomplishing all erosion and sediment control work. 5. Effects on permits or certifications caused by the proposed changes. The Engineer will approve or reject the written proposal in writing within seven days after receipt of the submittal. The Engineer may require additional control measures prior to approving the proposed modifications. (b) Erosion and Sediment Control Activities. The erosion and sediment control activities shall be included in the weekly meeting update. The project schedule shall specifically indicate the sequence of clearing and grubbing, earthwork operations, and construction of temporary and permanent erosion control features and stabilization. The project schedule shall include erosion and sediment control work for haul roads, borrow pits, storage and asphalt or concrete batch sites, and all areas within the project limits. If during construction the Contractor proposes changes which would affect the Contract's control measures, the Contractor shall propose revised control measures to the Engineer for approval in writing. If necessary, the SWMP Administrator shall update proposed sequencing of major activities in the SWMP. Revisions shall not be implemented until the proposed measures have been approved in writing by the Engineer. (c) Erosion Control Management. Erosion Control Management (ECM) for this project shall consist of SWMP Administration and Erosion Control Inspection. All ECM staff shall have working knowledge and experience in construction and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training (TECS) as provided by CDOT. The Superintendent may be permitted to serve in an ECM role, unless otherwise specified in the Contract. The Contractor's Project Manager cannot serve in an ECM role without written consent of the Engineer. The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects with not more than 40 acres of Page 181 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) disturbed area. The ECI and the SWMP Administrator are equivalent to the CDPS-SCP Qualified Stormwater Manager. The SWMP Administrator and the ECI shall be dedicated 100 percent of the time to the project. The SWMP Administrator and the ECI shall be capable of installing, maintaining, and repairing the control measures on the project. If there is no ECI for the project, the SWMP Administrator shall be responsible for performing the ECI's duties as outlined below. The Contractor shall ensure that the ECM staff for the project have the resources to respond to any issues immediately. This includes pulling resources from other portions of the project to address any issues. 1. SWMP Administration. The SWMP Administrator shall maintain the SWMP. Record the name of the SWMP Administrator on the SWMP Section 3B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify all critical action items needed to maintain water quality standards: (1) Complete the SWMP as described in Section 208. (2) Participate in the Environmental Pre -construction Conference. (3) Attend weekly erosion and sediment control meetings. (4) Implement necessary actions to reduce erosion or water quality problems or presently existing water quality or erosion problems resulting from construction activities. (5) Ensure that all labor, material, and equipment needed to install, maintain, and remove control measures are available as needed. (6) During construction, update the SWMP Site Map to reflect current field conditions and include, at a minimum, the following: (i) Limits of Construction (LOC). (ii) Areas of disturbance (AD), including areas of borrow and fill. (iii) Limits of Disturbance (LDA). (iv) Areas used for storage of construction materials, equipment, soils, and/or wastes. (v) Location of dedicated asphalt, concrete batch plants, and masonry mixing machines. (vi) Location of construction offices and staging areas. Page 182 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) (vii) Location of work access routes during construction. (viii) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (ix) Location of temporary, interim, and permanent stabilization. (x) Location of outfalls. (xi) Flow arrows that depict stormwater flow directions on -site and runoff direction. (xii) Location of structural and non-structural control measures. (xiii) Location of springs, streams, wetlands, and other State waters, including areas that require pre-existing vegetation be maintained within 50 horizontal feet of a receiving water, unless infeasible. (xiv) Location of stream crossings located within the construction site boundary. (xv) Locations where alternative temporary stabilization schedules apply. (7) Start a new site map before the current one becomes illegible. All site maps shall remain as part of the SWMP. (8) Install control measures according to Standard Plans M-208-1, M-216-1, and M-615-1 in the SWMP. (9) Record in the SWMP, the approved Method Statement for Containing Pollutant Byproducts. (10) Update the potential pollutants list in the SWMP and Spill Response Plan throughout construction. 2. Erosion Control Inspector (ECI). The SWMP Administrator shall complete the duties of the ECI. (1) ECI duties shall be as follows: (i) Inspect initial placement and adherence to approved SWMP and SWMP site plan control measures (ii) Assess the adequacy of control measures at the site to identify areas requiring new or modified control measures to minimize pollutant discharges. Page 183 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) (iii) Identify all areas of concern that may impact water quality and, if necessary, implement corrective actions. (iv) Ensure all other agency Stormwater and inspection requirements are followed unless a waiver or other agreement has been made. (2) The ECI shall immediately report to the Contractor and Engineer the following instances: (i) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (ii) Spills or discharges which exceeds any water quality standards. (iii) Upset conditions which cause an exceedance of any water quality standards. (3) Document spills, leaks, or overflows that result in the discharge of pollutants. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated. (d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the Weld County field office or at another on -site location approved by the Engineer during construction: 1. SWMP. The Engineer will provide an approved SWMP design at the Pre -construction Conference, which is and shall remain the property of Weld County. Prior to construction, Weld County will provide the documentation for items (1) through (4) as listed below, The following Contract documents and reports shall be kept, maintained, and updated in the SWMP under the appropriate items by the SWMP Administrator: (1) SWMP Plan Sheets — Notes, tabulation, site description, sequence of major activities, area of disturbance, existing soil data, existing vegetation percent cover, potential pollutant sources, receiving water, non- stormwater discharges, and environmental impacts. (2) SWMP Site Maps and Project Plan Title Sheet. (3) Specifications — Standard and project special provisions related to stormwater and erosion control. (4) Standard Plans M-208-1, M-216-1 and M-615-1. (5) Control Measure Details not in Standard Plan M-208-1 — Non-standard details. Page 184 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) (6) All Water Quality Audit Reports and Form 105(s) relating to Water Quality. (7) Spill Response Plan — Reports of reportable spills submitted to CDPHE. (8) List and Evaluation of Potential Pollutants — List of potential pollutants as described in subsection 107.25 and approved Method Statement for Containing Pollutant Byproducts. (9) Other Correspondence including agreements with other MS4s, approved deferral request, CDPHE audit documentation, CDPHE audit documentation, etc. (10) TECS Certifications of the SWMP Administrator, kept current through the life of the Project. (11) Environmental Pre -construction Conference — Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. All attendees shall sign the certification. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Pre -construction Conference has been held. (12) Project Environmental Permits — All project environmental permits and associated applications and certifications, including: CDPS-SCP, Senate Bill 40, USACE 404, temporary stream crossings, dewatering, biological opinions, and all other permits applicable to the project, including any separate CDPS-SCP obtained by the Contractor for staging area on private property, asphalt or concrete batch plant, etc. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. The SWMP Administrator shall finalize the SWMP for Weld County's use upon completion of the project. The Engineer shall approve SWMP completeness. Corrections to the SWMP shall be made at the Contractor's expense. 2. Reference Materials. The following Reference materials shall be used: (1) CDOT Erosion Control and Stormwater Quality Guide. (2) CDOT Erosion Control and Stormwater Quality Field Guide. (e) Weekly Meetings: If applicable, the Contractor shall conduct a weekly meeting with the Engineer and subcontractors to discuss construction activities that could adversely affect water quality, including the following: (1) Unresolved issues from previous inspections. Page 185 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) (2) Requirements of the SWMP. (3) Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. (4) Control measures that are to be installed, removed, modified, or maintained, and associated SWMP modifications. (5) Planned activities that will affect stormwater in order to proactively phase control measures. 208.04 Control Measures for Stormwater. The SWMP Administrator shall modify the SWMP to clearly describe and locate all control measures implemented at the site to control potential sediment discharges. Vehicle tracking pads shall be used at all vehicle and equipment exit points from the site to prevent sediment exiting the limits of construction (LOC) of the project site. Access shall be provided only at locations approved by the Engineer. The SWMP Administrator shall record vehicle tracking pad locations on the SWMP Site Map. New inlets and culverts shall be protected during their construction. Appropriate protection of each culvert and inlet shall be installed immediately. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours of completion of each pipe. The Contractor shall remove sediment, millings, debris, and other pollutants from within the newly constructed drainage system in accordance with the CDPS-SCP, prior to use, at the Contractor's expense. All removed sediment shall be disposed of outside the project limits in accordance with all applicable regulations. Concrete products wasted on the ground during construction including, but not limited to, excess concrete removed from forms, spills, slop, and all other unused concrete are potential pollutants that shall be removed from the site or contained at a preapproved containment area that has been identified in the SWMP. The concrete shall be picked up and recycled in accordance with 6 CCR 1007-2 (CDPHE Regulations Pertaining to Solid Waste Sites and Facilities) at regular intervals, as needed, or as directed by the Engineer. The uses of recycled concrete from permitted recycling facilities shall be in accordance with Section 203. (a) Unforeseen Conditions. The Contractor shall design and implement erosion and sediment control measures for correcting conditions unforeseen during the design of the project, or for emergency situations, that develop during construction. The CDOT Erosion Control and Stormwater Quality Guide shall be used as a reference document for the purpose of designing erosion and sediment control measures. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation. Page 186 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) (b) Other Agencies. If CDPHE, US Army Corps of Engineers (USACE), the Environmental Protection Agency (EPA), or a Local Agency reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect the neighboring MS4, including installing additional measures. Implementation of these additional measures will be paid for at contract unit prices. (c) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside Weld County ROW and outside easements acquired by Weld County for construction, are the responsibility of the Contractor. (d) Construction Implementation. The Contractor shall incorporate control measures into the project as outlined in the accepted schedule. (e) Stabilization. Once earthwork has started, the Contractor shall maintain erosion control measures until permanent stabilization of the area has been completed and accepted. Clearing, grubbing and slope stabilization measures shall be performed regularly to ensure final stabilization. Failure to properly maintain erosion control and stabilization methods, either through improper phasing or sequencing will require the Contractor to repair or replace sections of earthwork at the Contractor's expense. The Contractor shall schedule and implement the following stabilization measures during the course of the project: 1. Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation or underlying soil of a site, such as clearing, grading, roadbed preparation, soil compaction, and movement and stockpiling of sediment and materials. Designated topsoil distributed on the surface or in stockpiles shall not receive temporary stabilization. Other stabilization measures may be implemented, as approved. 2. Interim Stabilization. As soon as it is known with reasonable certainty that work will be temporarily halted for 14 days or more, sediment and material stockpiles and disturbed areas shall be stabilized using one or more of the following methods: (1) Application of 1.5 tons per acre of mechanically crimped certified weed free hay or straw in combination with an approved organic mulch tackifier. (2) Placement of bonded fiber matrix in accordance with Section 213. (3) Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, in accordance with Section 213. Page 187 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) (4) Application of spray -on mulch blanket in accordance with Section 213. Magnesium Chloride, Potassium Chloride, and Sodium Chloride or other salt products shall not be used as a stabilization method. (5) Topsoil stockpiles shall receive interim stabilization unless specified in accordance with Section 207 as a different material than the other disturbed areas on -site. 3. Summer and Winter Stabilization. Summer and winter stabilization is defined as stabilization during months when seeding is not permitted. As soon as the Contractor knows shutdown is to occur, interim stabilization shall be applied to the disturbed area. Protection of the interim stabilization method is required. Reapplication of interim stabilization may be required as directed. 4. Permanent Stabilization. Permanent stabilization is defined as the covering of disturbed areas with topsoil, seeding, mulching with tackifier, soil retention coverings, and such non -erodible methods as permanent pavement or concrete, riprap, road shouldering, etc., or a combination thereof as required by the Contract. Other permanent stabilization techniques may be proposed by the Contractor, in writing, and shall be used if approved in writing by the Engineer. Permanent stabilization requirements shown on the plans shall be completed within four working days of the placement of the topsoil in accordance with Section 207. 5. Final Stabilization. Final stabilization is achieved when all ground -disturbing activities at the site have been completed, permanent stabilization methods are complete, temporary control measures are removed, and uniform perennial vegetative cover has been established with an individual plant density of at least 70 percent of pre - disturbance levels, or equivalent permanent physical erosion reduction methods have been employed. The vegetation coverage must be, at a minimum, equal to 70 percent of what would have been provided by native vegetation in a local, undisturbed area or adequate reference site. Maintenance. The Contractor must ensure that all control measures remain in effective operating condition and are protected from activities that would reduce their effectiveness. Control measures must be maintained in accordance with good engineering, hydrologic and pollution control practices. Erosion and sediment control practices and other protective measures identified in the SWMP as control measures for stormwater pollution prevention shall be maintained in effective operating condition until the CDPS-SCP has been transferred to Weld County. Control measures shall be continuously maintained in accordance with good engineering, hydrologic, and pollution control practices, including removal of collected sediment when silt depth is more than 50 percent or more of the effective height of the erosion control device. When possible, the Contractor shall use equipment with an operator rather than labor alone to remove the sediment. Page 188 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain control measures shall be repaired at the Contactor's expense. Site assessments shall be performed assess the adequacy of control measures at the site and the necessity of changes to those control measures to ensure continued effective performance. Where site assessment results in the determination that new or replacement control measures are necessary, the control measures shall be installed to ensure continuous effectiveness. When identified, control measures shall be maintained, added, modified, or replaced as soon as possible, immediately in most cases. Approved new or replaced control measures will be measured and paid for in accordance with this section. Devices damaged due to the Contractor's negligence shall be replaced at the Contractor's expense. From the time seeding and mulching work begins until project acceptance the Contractor shall maintain all seeded areas. Damage to seeded areas or to mulch materials shall be immediately restored. Damage to seeded areas or to mulch materials due to Contractor negligence shall be immediately restored at the Contractor's expense. Restoration of other damaged areas will be measured and paid for under the appropriate bid item. Temporary control measures may be removed upon completion of the project, as determined by the Water Quality Partial Acceptance walk-through. If removed, the area in which these control measures were constructed shall be returned to a condition similar to that which existed prior to its disturbance. Removed control measures shall become the property of the Contractor. If the Contractor fails to complete construction within the approved contract time, the Contractor shall continue erosion and sediment control operations at its expense until acceptance of the work. Sediment removed during maintenance of control measures and material from street sweeping may be used in or on embankment, provided it meets the requirements of Section 203 and is distributed evenly across the embankment. Whenever sediment collects on the paved surface, the surface shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Sweeping with a kick broom will not be allowed. Material from pavement saw cutting operations shall be cleaned from the roadway surface during operations using a vacuum. A control measure, such as a berm, shall be placed to contain slurry from joint flushing operations until the residue can be removed from the soil surface. Aggregate bags, erosion logs or other permeable control measures shall not be Page 189 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) used. Residue shall not flow into driving lanes. It shall be removed and disposed of in accordance with Section 107. Material containment and removal will not be paid for separately but shall be included in the work. 208.05 Construction of Control Measures. Control measures shall be constructed in accordance with Standard Plans M- 208-1 and M-216-1, and with the following: (a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket installation shall be performed in accordance with Sections 212, 213, and 216. (b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes. Erosion bales shall be entrenched 4 inches minimum into the soil, tightly abutted with no gaps, staked, and backfilled around the entire outside perimeter. Erosion bales cannot be used for check dams. The Contractor shall remove all sediment and debris from the bale when 1/4 of the bale height (as measured on the upstream side of the bale at the center of the bale) has been filled with sediment or as directed by the Engineer. (c) Silt Fence. Silt fence shall be installed in locations as per M -standard plans 208-1 and as specified in the Contract. The Contractor shall remove all accumulated sediment and debris from behind the silt fence when the sediment has accumulated to a maximum of 6 inches behind the silt fence or as directed by the Engineer. (d) Temporary Berms. Berms shall be constructed to the dimensions as per M-208-1 in the standard plans and as shown in the Contract, and sufficiently compacted to prevent erosion or failure. If the berm erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. Berms shall be at least 18 inches tall or high enough to prevent overtopping. Berms shall have a minimum of 4 to 6 foot base. Gradient of all receiving area above the berm must be less than 2:1, or flatter. Outlets of anticipated flow from captured water behind the berms must be designed with additional control measures suitable to control concentrated flow. Maximum drainage area for each outlet shall be limited to 2 acres or less. The Contractor shall remove all accumulated sediment and debris from behind the temporary berms when the sediment has accumulated to a maximum of 6 inches behind the berm or as directed by the Engineer. (e) Temporary Diversion. Diversions shall be constructed to the dimensions shown in M-208- 1 of the standard plans and as shown in the Contract and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. If the diversion erodes or fails it shall be immediately repaired or replaced at the expense of the Contractor. Page 190 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) The construction of temporary diversions shall comply with CDPHE's Guidance for Diversion of State Waters and shall be lined or piped through or around the project to avoid contact with construction activities. CO (g) Temporary Slope Drains. Temporary slope drains shall be installed prior to installation of permanent facilities or growth of adequate ground cover on the slopes. All temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion. Ensure the drainage area for every slope drain is smaller than 5 acres. Ensure pipe or channel is properly sized, and for drainage areas larger than 1 acre the pipe size must be designed by an Engineer to ensure the drainage structure can accommodate the runoff resulting from a 2 -year, 24 -hour storm event. The use of prefabricated flared inlet sections is recommended. Silt Berm. Prior to installation of silt berms, the Contractor shall prepare the surface of the areas in which the berms are to be installed such that are they free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt berms, as approved. See M-208-1 of the standard plans for details. Silt berms shall be secured with spikes. The Contractor shall install the silt berm in a manner that will prevent water from going around or under the silt berm. Silt berms shall be installed on top of soil retention blanket or turf reinforcement blanket. Larger rocks with larger void spaces should be used on top. Refer to M-208-1 of the standard plans for further details. (h) Rock Check Dam. Rock shall be installed at locations shown on the plans. Rock check dams shall conform to the dimensions shown on the plans. The Geotextile Erosion Control shall be Class 2 and conform to the requirements of Section 712, and shall extend up 2/3 of the riprap height with 6 inches of minimum cover over the geotextile. Rock Check Dam shall be installed within a ditch sub excavated 6 inches below the flow line. The ends of the rock check dam shall be a minimum of 6 inches higher than the center of the check dam. Stone shall meet the requirements of Section 506. Larger rocks with larger void spaces should be used on top. See M standard 208-1 for details. The Contractor shall remove all sediment and debris from the rock check dam when 1/3 of the original dam height (as measured at the upstream side center) has been filled with sediment or as directed by the Engineer. If the rock check dam fails, it shall be immediately repaired or replaced at the Contractor's expense. Riprap Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 -foot minimum. Riprap size shall be in accordance with Section 506 and as shown on the plans. Storm Drain Inlet Protection. Prior to installation, the Contractor shall sweep the surface of the area in which the storm drain inlet protection devices are to be installed such that the Page 191 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) pavement is free of sediment and debris. The ends of the inlet protection Type 1 and Type 2 shall extend a minimum of 1 foot past each end of the inlet. The Contractor shall remove all accumulated sediment and debris from the surface surrounding all storm drain inlet protection devices after each rain event or as directed. The Contractor shall remove accumulated sediment from each Type II and III containment area when it is more than one third full of sediment, or as directed. The Contractor shall protect storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. (k) Sediment Trap. Sediment traps shall be installed to collect sediment -laden water and to minimize the potential of pollutants leaving the project site. Locations shall be in accordance with M -standard 208-1 and as shown on the plans or as directed. Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed areas can be diverted into the trap. The area under the embankment shall be cleared, grubbed, and stripped of any vegetation and roots. Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material. Sediment shall be removed from the trap when it has accumulated to one half of the wet storage depth of the trap and shall be disposed of in accordance with Section 208. (I) Erosion Logs. Erosion logs shall be embedded 2 inches into the soil. Stakes shall be embedded so that the top of the stake does not extend past the top erosion log more than 2 inches, at the discretion of the Engineer, a shallower stake depth may be permitted if adverse site conditions are encountered, e.g., rock, or frozen ground. The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs. See M standard 208-1 for details. The Contractor shall remove all accumulated sediment and debris when the sediment accumulation reaches %/% the height of the log. (m) Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the silt dikes are to be installed such that they are free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. See M Standard 208-1 for details. Page 192 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) (n) Concrete Washout Structure. The concrete washout structure shall meet or exceed the dimensions shown on the plans. Work on this structure shall not begin until the Engineer provides written acceptance of location. Control measures designed for concrete washout waste shall be implemented. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-8 or use a prefabricated washout. The following requirements shall be met: (1) The structure shall contain all washout water. (2) Stormwater shall not carry wastes from washout and disposal locations. (3) The site shall be located a minimum of 50 horizontal feet away from State waters and shall meet all requirements for containment and disposal as defined in subsection 107.25. (4) The site shall be signed as "Concrete Washout". (5) The site shall be accessible to appropriate vehicles. (6) Freeboard capacity shall be included in the structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. (7) The Contractor shall prevent tracking of washout material out of the washout structure. (8) Solvents, flocculants, and acid shall not be added to wash water. (9) The structure shall be surrounded on three sides by a compacted berm. (10) The structure shall be fenced with orange plastic construction fencing to provide a barrier to construction equipment and to aid in identification of the concrete washout area. (11) Concrete waste, liquid and solid, shall not exceed 2/3 the storage capacity of the washout structure. (12) The concrete wash out sign shall have letters at least 3 inches high and conform to Section 630. (o) Prefabricated concrete washout structures (Type 1 and Type 2). Structures and sites shall meet the following requirements: Page 193 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) (1) Structure shall contain all washout water. If bins are determined to be leaking, the Contractor shall replace the bin onsite, clean up the spilled material, and dispose of it properly. (2) Structure shall be located a minimum of 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be as approved by the Engineer. Sign the prefabricated structure as "Concrete Washout". Sign can be on portable bin. (3) The site shall be accessible to appropriate vehicles. (4) Washout bins shall be covered with a tarp tied down to the structure or staked to the ground when a storm event is anticipated. (5) Solvents, flocculants, and acid shall not be added to the wash water. (6) Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. (7) Prefabricated structures cannot be moved when they contain liquid, unless otherwise approved. (8) The concrete washout structure shall be installed and ready for use prior to concrete placement operations. (9) Washout areas shall be checked and maintained as required. On -site permanent disposal of concrete washout waste is not allowed. (10) All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site and disposed of properly at the Contractor's expense. (11) Delivery to the site shall not occur until written acceptance is provided by the Engineer for both the product and the concrete waste disposal facility. Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area. The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance but will not be measured and paid for separately. Page 194 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) The use of prefabricated VTPs is highly encouraged. Prior to delivery to the site, the Contractor shall provide a submittal to the Engineer for review and approval. The prefabricated VTP shall not be installed until written acceptance is provided by the Engineer. (q) Detention Pond. Permanent detention ponds shown on the plans may be used as temporary control measures if the following conditions are met: (1) The pond is designated as a construction control measure in the SWMP. (2) The pond outfall and outlet are designed and implemented for use as a control measure during construction in accordance with good engineering, hydrologic, and pollution control practices. The stormwater discharges from the outfall shall not cause degradation or pollution of State waters and shall have control measures as appropriate. (3) All silt shall be removed, and the pond returned to the design grade and contour prior to project acceptance. (r) Aggregate Bag. Aggregate bags shall be placed on a stable surface, consisting of hardscape or compacted gravel. If approved by the Engineer, the aggregate bag may be placed on compacted dirt areas, where bags conform to the surface and can effectively minimize sediment transport. Aggregate bags can be used on frozen ground when other control measures cannot be trenched or staked. Aggregate bags shall not be placed in concentrated flow areas. Aggregate bags shall be to conform to the surface without gaps to ensure that discharge water does not cause erosion. See M standard 208-1 for more details. The Contractor shall remove all accumulated sediment and debris when the sediment accumulation reaches 1/2 the height of the bag. If the bag fails or is damaged, it shall be immediately repaired or replaced at the Contractor's expense. (s) Surface roughening. Surface roughening creates horizontal grooves along the contour of the slope. Roughening may be accomplished by furrowing, scarifying, ripping, or disking the soil surface to create a 2 to 4 -inch minimum variation in soil surface. (t) Vertical Tracking. Vertical tracking involves driving a tracked vehicle up and down the soil surface and creating horizontal grooves and ridges along the contour of the slope. Sandy soils or soils that are primarily rock need not be tracked. 208.06 Materials Handling and Spill Prevention. The SWMP Administrator shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in place as specified in subsections 107.25(b) or 208.06(c). Construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any State Page 195 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) waters or more if the Contractor determines necessary. Equipment fueling and servicing shall occur only within approved designated areas. (a) Bulk Storage Structures. Bulk storage structures for petroleum products and other chemicals shall have impervious secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering State waters. Secondary containment shall be capable of containing the combined volume of all the storage containers plus at least 10 percent freeboard. For secondary containment that is used and may result in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of all accumulated stormwater which is deemed to be contaminated (e.g., has an unusual odor or sheen). (b) Lubricant Leaks. The Contractor shall inspect equipment, vehicles, and repair areas daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. The Contractor shall inform all Spill Response Coordinators in accordance with the Spill Response Plan if unforeseen leakage is encountered. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. Control, cleanup, and removal of by- products resulting from POL leaks shall be performed at the Contractor's expense. (c) Spill Response Plan. A Spill Response Plan shall be developed and implemented to establish operating procedures for handling potential pollutants and preventing spills. The Response Plan shall contain the following information: (1) Identification and contact information of each Spill Response Coordinator. (2) Locations of areas on the project site where equipment fueling, and servicing operations are permitted. (3) Location of clean-up kits. (4) Quantities of chemicals and locations stored on -site. Secondary containment is required for bulk storage over 55 gallons. (5) Label system for chemicals and Safety Data Sheets (SDS) for products. (6) Clean-up procedures to be implemented in the event of a spill that does not enter State waters or ground water. (7) Procedures for spills of any size that enter surface waters or groundwater or have the potential to do so. CDOT's Erosion Control and Stormwater Quality Guide contains spill notification contacts and phone numbers required in the Spill Response Plan. Page 196 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) (8) A summary of the employee training provided. Information in items (1) through (8) shall be updated in the SWMP when they change. 208.07 Stockpile Management. Material stockpiles shall be located 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained with acceptable control measures at the toe (or within 20 feet of the toe) throughout construction. Control measures shall be approved by the Engineer. The SWMP Administrator shall describe, detail, and record the sediment control devices on the SWMP. 208.08 Limits of Disturbance. The Contractor shall limit construction activities to those areas within the limits of disturbance (LDA) shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and all other activities which would disturb existing soil conditions. Staging areas within the LDA shall be approved by the Engineer. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor's expense. The SWMP Administrator shall tabulate additional disturbances not identified in the CDPS-SCP application and indicate changes to locations and quantities on the SWMP. The Contractor shall report the changes and additional disturbances to the Engineer, Water Quality Control Division of CDPHE, and all other involved agencies. The Contractor shall pursue stabilization of all disturbances to completion. 208.09 Regulatory Mechanism for Water Quality. Failure to implement the Stormwater Management Plan is a violation of the Colorado Water Quality Control Act. Penalties may be assessed to the Contractor by the appropriate agencies. All fines assessed to the Department for the Contractor's failure to implement the SWMP will be deducted from monies due the Contractor. The Contractor shall be subject to liquidated damages for incidents of failure to perform erosion control as required by the Contract. Liquidated damages will be applied for failure to comply with these specifications, including the following: (1) Failure of the Contractor to implement necessary actions required by the Engineer as required by this section. (2) Failure to construct or implement erosion control or spill containment measures required by the Contract, or failure to construct or implement them in accordance with the Contractor's schedule. Page 197 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) (3) Failure to stabilize disturbed areas as required by this section. (4) Failure to replace or perform maintenance on an erosion control feature after notice from the Engineer to replace or perform maintenance as required by this section. (5) Failure to remove and dispose of sediment from control measures as required. (6) Failure to install and properly utilize a concrete washout structure for containing washout from concrete placement operations. (7) Failure to perform permanent stabilization as required by this section. (8) Failure to prevent discharges not composed entirely of stormwater from leaving the construction site. (9) Failure to provide the survey of Permanent Water Quality features when required on the project in accordance with this section. Findings not in compliance with these Specifications shall be documented by the SWMP Administrator on Form 1176 during weekly and post -storm water quality control inspections, routine SWMP audits, or observation by the Engineer. The Engineer will immediately notify the Contractor of each incident of failure to perform erosion control in accordance with any water quality standards, specifications, including items (1) through (9) above by issuing a Form 105. Findings shall be corrected but no longer than 24 hours, to minimize the discharge of pollutants. Failure by the Contractor to clarify a finding location with the Engineer shall not be grounds for correcting the issue with the 24 -hour timeframe. (a) Definitions. 1. Deferment. A request from the Contractor to the Engineer to delay implementation of corrective actions for Regular Findings pertaining to Water Quality Specifications and/or the CDPS-SCP. Deferments may only be granted due to extraordinary circumstances. However, it is at the Engineer's discretion to approve or reject these requests. 2. Finding. An incident discovered through inspection by the Department, the Contractor's SWMP Administrator/Erosion Control Inspector, or by Engineer observation, which is noncompliant with the Water Quality Specifications as specified in 208.09(a)(7) and/or the CDPS-SCP. A Finding will be classified as one of the following: A. Regular Finding. A situation upon inspection that is in noncompliance with the Water Quality Specifications. Maintenance issues identified on the weekly or post -storm Form 1176 shall be considered a regular finding. Page 198 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) B. Severe Finding. A discharge outside the project's Limits of Construction (LOC), subsection 107.25(a), to State waters or to a live inlet where the pollutant cannot be reclaimed. C. Chronic Finding. A Chronic Finding is assessed when the same Regular Finding at the same location is documented twice in the last three water quality control inspections. Engineer observed findings outside these inspections will not apply. 3. Inspection Form 105. The Form 105 issued by the Engineer documenting findings from water quality inspections per subsection 208.03(c), approved deferments and other items requiring recordkeeping in compliance with the Water Quality Specifications. 4. Location. The place where the finding was observed; can be a document (e.g., stormwater management plan [SWMP]) or physical location. A physical location must be described with enough detail to guide an independent party to the spot of the finding. Physical locations must be supported with at least one photograph. 5. Recalcitrance. Contractor has shown willful negligence or misrepresentation or unwillingness to adhere to the Water Quality Specifications. 6. Water Quality Specifications. Subsection 107.25, Sections 208, 213 and 216, and Standard Plans M-208-1 and M-216-1. 7. Immediately. For the purposes of this section, immediately shall mean by the end of the construction day. (b) Liquidated Damages and Stop Work Orders. The Contractor will be charged liquidated damages for each finding in the amounts identified below after the 24 -hour period. has expired and one or more of the findings remains uncorrected. Liquidated damages associated with the findings pertaining to this subsection do not indemnify the Contractor of other Liquidated Damages associated with this project. Liquidated damages will not be considered a penalty but shall be considered the estimated additional construction costs incurred due to the delay in correcting the identified findings. Liquidated damages will accumulate for each day that each identified finding that remains uncorrected. The number of days for which liquidated damages are assessed will be cumulative for the duration of the project; that is: the damages for a particular day will be added to the total number of days for which liquidated damages are accumulated on the project. Liquidated damages will be deducted from any monies due to the Contractor on each monthly payment application. Findings are closed when the corrective action is complete, reported to the Engineer and accepted by the Engineer. The Engineer will notify the Contractor when the corrective Page 199 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) action is accepted or denied. Liquidated damages will be assessed by the type of finding as follows and will continue until the corrective action is approved by the Engineer. (1) Regular Finding. The time required to repair a Regular Finding shall at the conclusion of the SWMP inspection. The correction of a Regular Finding shall begin as soon as possible, immediately in most cases but not more than 24 hours from the time of the finding. The Engineer shall issue a Form 105 informing the Contractor of the finding and the need for correction to occur. If a finding cannot be immediately corrected, the Contractor shall request a deferment per Section 208.09(c). The Engineer will issue a Form 105 notifying the Contractor that Liquidated Damages are accruing at $1,500 per day per finding for each full or partial calendar day a Regular Finding remains uncorrected after 24 hours from discovery. Each uncorrected or undeferred Regular Finding will be assessed as recalcitrant and the Engineer will issue a project -wide stop work order if the Regular Finding is not addressed within 48 hours after the SWMP inspection has concluded. The Contractor shall fix each recalcitrant finding and submit a plan to avoid future instances of each recalcitrance to the Engineer for approval. The recalcitrance plan shall be in writing, signed by the Contractor and shall include: A. A description of each Recalcitrant Finding. B. Why the corrective action for each Recalcitrant Finding was not implemented within 2 days. C. How the Contractor will avoid future recalcitrance. The Engineer will discuss the recalcitrance plan and may meet with the Superintendent to recommend modifications, if needed. The Engineer will issue a Form 105 accepting or rejecting the recalcitrance plan within 24 hours of the Contractor submitting a plan or resubmitting a modified plan. The Contractor will neither be reimbursed for costs incurred to fix each Recalcitrant Finding pertaining to a control measure in the SWMP plan nor costs to prepare the recalcitrance plan. The Contractor shall propose additional control measures, if needed, according to subsection 208.04(a). The project -wide Stop Work Order and Liquidated Damages will be assessed until approval of the corrective action for each Recalcitrant Finding and approval of the Contractor's recalcitrance plan by the Engineer is given. After written approval by the Engineer, the project -wide Stop Work Order will be lifted, and accrual of Liquidated Damages will cease. If the Contractor fails to perform corrective work by the second day from discovery, the County shall have the option of utilizing a third -party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost Page 200 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. (2) Severe Finding. In response to a Severe Finding, the Engineer will issue a Form 105 and immediately assess Liquidated Damages of $3,500 per Severe Finding. Severe Findings shall be eligible for the 24 -hour grace period (subsection 208.09(b)(1)). Liquidated damages will accrue at $3,500 per Severe Finding per calendar day beginning at the time of discovery of the Severe Finding. A. If the Severe Finding is a discharge to State waters, the Contractor shall prevent any further discharge and shall reclaim discharge which has not yet entered State waters. The Contractor shall report the discharge to CDPHE in accordance with CDPS-SCP requirements. B. If the Severe Finding is a discharge outside the LOC that does not enter State waters, the Contractor shall fully reclaim the discharge before it enters State waters and implement relevant CDPS-SCP noncompliance notification procedures. The Engineer may require the Contractor to submit a plan for permanent stabilization of disturbed areas outside the LOC per 208.04(e)(4) for approval. Permanent stabilization plans pertaining to Severe Findings and subsequent stabilization activities are not subject to 208.09(b). The Contractor shall not be reimbursed for activities undertaken to reclaim the discharge, stabilize areas outside the LOC and implement relevant CDPS-SCP noncompliance notification procedures. If the Contractor fails to perform corrective work immediately upon discovery, the County shall have the option of utilizing a third -party to complete the corrective work. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be Page 201 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. (3) Chronic Finding. In response to a Chronic Finding, the Engineer will issue a Form 105 and immediately assess Liquidated Damages of $1,500 per Chronic Finding. Chronic Findings shall be immediately corrected. Liquidated damages will accrue at $1,500 per Chronic Finding per day beginning upon discovery of the Chronic Finding. When the Chronic Finding is comprised of two Severe Findings, the Engineer will assess Liquidated Damages in accordance with this specification. If the Contractor fails to perform corrective work immediately upon but not more than 24 hours from discovery, the County shall have the option of utilizing a third -party to complete the corrective work. Liquidated damages to the Contractor will continue to accrue until the corrective work has been completed. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. (4) SWMP Notebook Deficiencies. The SWMP Notebook shall be kept up to date with all SWMP requirements of the Water Quality Specifications and CDPS-SCP. SWMP deficiencies shall result in a pay reduction of $300 per incident that the SWMP Notebook is out of date by more than one week. Corrective actions shall be initialed and dated immediately upon completion and the Compliance Certification signed by the ECI, Superintendent and Engineer, or liquidated damages will be assessed. Page 202 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) The Engineer shall document the pay reduction with a Form 105 which shall be signed by the Contractor. The pay reduction shall be deducted from the amount owed to the Contractor for the pay period in which the pay reduction occurred. If the findings are not corrected with 48 hours after discovery, in addition to Liquidated Damages, the Contractor will be subject to a project -wide Stop Work Order for recalcitrance and the Engineer may, in writing, issue a Stop Work Order for Chronic and Severe Findings in accordance with Section 105. A Stop Work Order shall not result in the stopping of the Contract Time. Issuance of a Stop Work Order shall not be considered a valid reason for the Contractor asking for additional Contract Time. Work shall not resume until the Engineer has approved a written corrective action plan submitted by the Contractor that includes measures to prevent future violations and a schedule for the correction of the findings. When a failure meets any one of the following conditions, the Engineer will immediately issue a Stop Work Order in accordance with Section 105 irrespective of any other available remedy: (1) It may endanger health or the environment. (2) It consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the state. (3) It consists of a discharge which may cause a violation of water quality standards. (c) Deferment. If the Contractor seeks deferment because a regular finding cannot be corrected immediately upon discovery, the Superintendent shall submit a deferment request to the Engineer immediately after the issuance of the Form 105. Chronic and Severe Findings are not eligible for deferment. The deferment request shall be in writing, signed by the Superintendent and shall include: 1. Description of Regular Findings to be deferred; 2. The reasons why the Findings cannot be corrected in twenty-four hours; 3. An action plan containing: A. Methodology to protect water quality until each deferred Finding is corrected and accepted; B. Milestones to measure progress toward completion; C. Additional control measures to be implemented until each deferred Finding is corrected and accepted; Page 203 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) D. Corrective completion dates for each Finding. Deferments will not be accepted or approved due to the Contractor's operational error, improperly installed control measures, inadequate control measures, lack of preventative maintenance, careless or improper operation, or other non -proactive reason. Note: If an alternative control measure is implemented to correct a Regular Finding, a deferment is not necessary. All modifications to the plan shall be documented in the SWMP. The Engineer will discuss the deferment request and may meet with the Superintendent to recommend modifications to the action plan within 48 hours of the receipt of the deferment request. The Engineer will issue a Form 105 accepting or rejecting the deferment request. The Department will not accept a deferment for operational error, improperly installed control measures, inadequate control measures, lack of preventative maintenance, careless or improper operation, or other non -proactive reason. Preparation of deferment documentation and additional materials, including additional control measures, required to complete the action plan shall be at the Contractor's expense. Time frames noted in subsection 208.09(b)(1) will not be stopped during the deferment review period, therefore, Liquidated Damages will be assessed beginning per the timeframes outlined above if the deferment request is rejected and, furthermore, a rejected deferment plan (subsection 208.09(c)) shall not absolve the Contractor from recalcitrance. The Engineer will assess Liquidated Damages in the amount of $1,500 per calendar day, and partial day, for each uncorrected Deferred Finding that is not completed within the deferment period. These Liquidated Damages will start retroactively to the day the finding was originally noted on the Form 105. (d) Conflict Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (Weld County and the Contractor) agree to resolve any issue that may result in a dispute. (e) Exemptions. The Engineer will exempt from subsection 208.09(b) situations of Compliance Assistance, Documented Upset Conditions, Documented Reportable Spills and Documented Winter Exemptions. Release from subsection 208.09(b) does not exempt the Contractor from compliance with CDPS-SCP. 1. Documented Upset Condition. The Contractor shall report, both verbally and in writing, the Upset Condition to CDPHE per CDPS-SCP Part II.L.6 and subsection 208.03(c) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Upset Condition. 2. Documented Reportable Spills. The Contractor shall report, both verbally and in writing, the Reportable Spill to CDPHE per subsection 107.25(b) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the Page 204 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Reportable Spill. 3. Winter Exemptions. The Contractor is unable to address findings noted on the water quality control inspection due to: A. Snow covers the entire site for an extended period and; B. No construction activity and; C. Melting conditions posing a risk of surface erosion do not exist. The Contractor shall request a Winter Exemption to the Department. If approved, the Engineer will issue a Form 105 and recognize the exemption to subsection 208.09(b). The Contractor shall also update the SWMP with the Form 105 and the documented Winter Exemption. Liquidated Damages, if assessed, will only accrue up to the point where the Winter Exemptions are approved. (f) Routine SWMP Audits. Routine SWMP audits will be performed by Weld County Stormwater Staff to ensure the SWMP Notebook is compliant with the CDPS-SCP and provisions of Section 208. The audits will be performed monthly but may occur more frequently or reduced based upon the history of compliance with the CDPS-SCP and the provisions of Section 208. The results of the audit will be sent to the Engineer to determine appropriate enforcement actions. 208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work. (a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in accordance with subsection 208.05(n) at the Contractor's expense. (b) Survey. When Permanent Water Quality (PWQ) control measures are required on the project and once built, the Contractor shall survey the control measures to confirm that the PWQ control measures conform to the configuration, grade, and volume shown on the plans. The survey shall conform to Section 625. The results of the survey shall be submitted in AutoCAD format or GIS with attribute tables, showing both designed and final elevations and configurations. The Contractor's Surveyor shall submit electronically sealed control measure drawings. PWQ control measures that do not meet the Contract requirements will be identified in writing by the Engineer and shall be repaired or replaced at the Contractor's expense. Correction surveys shall be performed at the Contractor's expense to confirm the locations, dimensions, and volume certification (for water quality capture volume structures only) of each PWQ control measure. The Engineer and the Weld County Stormwater Staff will perform a walkthrough of the PWQ control measures to confirm conformance to material Page 205 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) requirements, locations, and dimensions. Before the walkthrough, the Contractor shall provide the corrected survey to the Engineer. Projects located within an MS4 area may have additional requirements as required by the MS4 Program of the jurisdiction. (c) Locations of Temporary Control Measures. The Engineer will identify locations where modification, cleaning, or removal of temporary control measures are required and will provide these in writing to the Contractor. Upon completion of work required, the SWMP Administrator shall modify the SWMP to provide an accurate depiction of control measures to remain on the project site. All punch list and walkthrough items shall be completed by the Contractor and accepted by the Engineer prior to the request for partial acceptance of the water quality control work. Method of Measurement 208.11. Erosion Control Management (ECM) will be measured as the actual number of days of ECM work performed regardless of the number of personnel required for SWMP Administration, including erosion control inspections, documentation, meeting participation, SWMP Administration, and preparation of the SWMP. If the combined hours of SWMP Administration and Erosion Control Inspection is four hours or less in a day, the work will be measured by the actual number of hours worked. If the combined hours of SWMP Administration and Erosion Control Inspection is more than 4 hours in a day, the work will be measured as one day. If the combined hours of SWMP Administration and Erosion Control Inspection exceed more than 8 hours in a day, it shall be counted as 1 day. In order to be paid for any ECM time, the SWMP Administrator and/or the ECI shall complete a Form 1388 and place it in the SWMP Notebook for each daily inspection. The SWMP Notebook shall be kept up to date. The required signatures shall be done immediately following the correction of the findings. There shall be a pay reduction of $300 per incident the SWMP Notebook is out of date by more than one week. The Engineer shall document the pay reduction with a Form 105 which shall be signed by the Contractor. The pay reduction shall be deducted from the amount owed to the Contractor for the pay period in which the pay reduction occurred. Erosion bales and rock check dams will be measured by the actual number installed and accepted. Silt fence, silt berms, erosion logs, aggregate bags, silt dikes, temporary berms, temporary diversions, and temporary slope drains, will be measured by the actual number of linear feet that are installed and accepted. Measured length will not include required overlap or waste. Concrete washout structure will be measured by the actual number of structures that are installed and accepted. Page 206 of 292 December 18, 2024 Revision of Section 208 - Erosion Control (Under 1 Acre Disturbance) Prefabricated concrete washout structures will be measured by the actual number of structures delivered to the site. It shall not include structures relocated on -site. Storm drain inlet protection will be measured by linear foot or actual number of devices that are installed and accepted. Sediment trap quantities will be measured by the actual number installed and accepted. Removal of trash that is not generated by construction activities will be measured by the actual number of hours that Contractor workers actively remove trash from the project. Each week the Contractor shall submit to the Engineer a list of workers and the hours spent collecting such trash. Removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. Vehicle tracking pads will be measured by the actual number constructed and accepted. Additional aggregate may be required for maintaining vehicle -tracking pads and will not be measured separately but shall be included in the work. Prefabricated vehicle -tracking pads will be measured by the actual number of pads delivered to the site and set up to the minimum dimensions. It shall not include pads moved on -site. Control measure failures shall be immediately repaired or replaced at the Contractor's expense. Temporary stream crossings will be measured by the actual number constructed and accepted. Additional maintenance may be required for maintaining the temporary stream crossings and will not be measured separately but shall be included in the work. Basis of Payment 208.12. Payment for ECM and control measures at the Contract unit price for each of the items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Aggregate Bag Linear foot Concrete Washout Structure Each Erosion Bales (Weed Free) Each Erosion Control Management Day Erosion Log (Type 1) ( Inch) Linear foot Erosion Log (Type 2) ( Inch) Linear foot Linear foot Erosion Log (Type 3) ( Inch) Prefabricated Concrete Washout Structure (Type 1) Each Page 207 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Pay Item Pay Unit Prefabricated Concrete Washout Structure (Type 2) Each Prefabricated Vehicle Tracking Pad Each Removal and Disposal of Sediment (Equipment) Hour Removal and Disposal of Sediment (Labor) Hour Removal of Trash (Interim) Hour Rock Check Dam Each Sediment Basin Each Sediment Trap Each Silt Berm Linear Foot Silt Dike Linear Foot Silt Fence Linear Foot Silt Fence (Reinforced) Linear Foot Storm Drain Inlet Protection (Type ) Linear Foot Storm Drain Inlet Protection (Type ) Linear Foot Storm Drain Inlet Protection (Type ) Each Storm Drain Inlet Protection Each (Type ) Sweeping (Sediment Removal) Hour Temporary Berm Linear Foot Temporary Diversion Linear Foot Temporary Slope Drain Linear Foot Temporary Slope Drain Linear Foot Vehicle Tracking Pad Each Additional modifications and additional control measures will be paid for using the unit prices established for the additional control measures. Payment for Erosion Control Management (ECM) will be full compensation for all labor, materials and equipment necessary for the SWMP Administrator and Erosion Control Inspectors to perform all the work described in this specification. This includes assembling items (5) to (18) in subsection 208.03(d)1 and required updates to the SWMP. The SWMP Administrator and ECI's commute times will not be measured and paid for separately but shall be included in the work. Modifications to the SWMP due to construction errors or survey errors by the Contractor shall be made at the Contractor's expense. Surface roughening and vertical tracking (temporary stabilization) will not be measured and paid for separately but shall be included in the work. Payment for each control measure item will be full compensation for all work and materials required to furnish, install, maintain, and remove the control measure when directed. Page 208 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, including the operator. Payment for Removal and Disposal of Sediment (Labor) will be full compensation for use of the labor. Payment for concrete washout structure, whether constructed or prefabricated, will be full compensation for all work and materials required to install, maintain, and remove the item. Maintenance and relocation, as required, of these structures throughout the duration of the project will not be measured and paid for separately but shall be included in the work. Silt berm spikes and wood spikes will not be measured and paid for separately but shall be included in the work. When required, soil retention blankets will be measured and paid for in accordance with Section 216. Compost and wood stakes for Erosion Log (Type 2) will not be measured and paid for separately but shall be included in the work. Spray -on mulch blankets required by the Contract, including those used in both interim and final stabilization, will be measured and paid for in accordance with Section 213. Payment for storm drain inlet protection will be full compensation for all work, materials, and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of the work. Aggregate will not be measured and paid for separately but shall be included in the work. Sweeping, when used as a control measure as shown in the Contract, will be measured by the number of hours that a pickup broom or equipment capable of collecting sediment, authorized by the Engineer, is used to remove sediment from the roadway or other paved surfaces. Each week the Contractor shall submit to the Engineer a statement detailing the type of sweeping equipment used and the number of hours it was used to pick up sediment. The operator will not be measured and paid for separately but shall be included in the work. Stakes, anchors, connections, geotextile, riprap, and tie downs used for temporary slope drains will not be measured and paid for separately but shall be included in the work. Payment for vehicle tracking pad will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be measured and paid for separately but shall be included in the work. If additional aggregate for maintenance of vehicle tracking pads is required, it will not be measured and paid for separately but shall be included in the work. Seeding, sod, mulching, soil retention blanket, and riprap will be measured and paid for in accordance with Sections 212, 213, 216, and 506. All work and materials required to perform the permanent control measure survey and furnish the electronic files shall be included in the original unit price bid for surveying. Surveying will be measured and paid for in accordance with Section 625. Page 209 of 292 December 18, 2024 Revision of Section 208 — Erosion Control (Under 1 Acre Disturbance) Temporary erosion and sediment control measures required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor's expense. If the Contractor fails to complete construction within the contract time, payment will not be made for pay items installed after the expiration of the contract time. These items shall be provided at the Contractor's expense. End of Section Page 210 of 292 December 18, 2024 Revision of Section 209 — Watering and Dust Palliatives Revision of Section 209 — Watering and Dust Palliatives Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.02 shall be revised to include the following: The Contractor is responsible for obtaining a legal source for water to complete the work as specified in the Contract Documents, including any necessary permits or fees. Subsection 209.07 shall be deleted and replaced with the following: 209.07. Water required for all work covered under the Contract will not be measured and paid for separately but shall be incidental to the work. End of Section Page 211 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Section 212 of the Standard Specifications is hereby deleted for this project and replaced with the following: Description 212.01. This work consists of application of fertilizer, soil amendments, seedbed preparation, and placing seed and sod. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. Multiple seeding operations shall be anticipated as portions of the job site shall be seeded as they are completed in order to take advantage of the growing conditions and to comply with Section 208 and the remainder of this section. MATERIALS 212.02. Seed, Fertilizers, Soil Conditioners, Mycorrhizae, Elemental Sulfur, and Sod. (a) Seed. The seed mix identified for use on this project is specified below. Common Name (Variety) Pounds PLS/Acre Western wheatgrass (Arriba, Barton, Rosana) 2.50 1.50 Blue Grama (Hachital, Covington) 2.25 Sideoats Grama (Vaughn, Butte, Niner, El Reno, Haskell) Smooth Brome (Lincoln, Manchar) 2.00 Sand dropseed 0.25 Perennial Ryegrass (Calibra or Garibaldi tetraploid) 0.75 Slender Wheatgrass (Pryor, Revenue, or San Luis) 2.50 1.25 Alkaligrass (Fults II, Salt on Sea) Switchgrass (Nebraska 28, Blackwell) 1.00 Total 14.00 WB-cedar wheat or approved equivalent shall be used as a nurse crop and shall be added to the Seed Mixtures at a rate of 10 Pounds PLS per acre. Native grass and nurse crop seeding shall be done using the appropriate seed drill. Seed shall be delivered to the project site in sealed bags tagged by a registered seed supplier conforming to the requirements of the Colorado Seed Act, CRS 35-27-111(1). Seed used on the project shall not be in the Contractor's possession for more than 30 days from the date of pickup or delivery on the seed vendors packing slip. Bags which have been opened or damaged before Engineer inspection will be rejected. The State required legal tags shall remain on the bag until opened and the seed is placed in either the drill or Page 212 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding hydraulic seeders in the presence of the Engineer. The Engineer shall remove all tags after seed has been planted. Each seed tag shall clearly show the following: (1) Name and address of the supplier (2) Botanical and common name for each species (3) Lot numbers (4) Percent by weight of inert ingredients (5) Guaranteed percentage of purity and germination (6) Pounds of Pure Live Seed (PLS) of each seed species (7) Total net weight in pounds of PLS in the sealed bag (8) Calendar month and year of test date S eeds shall be free from all noxious weed seeds per Colorado Seed Act (CRS 35-17) prohibited noxious weed seed list. Weed seed content shall not exceed the requirements in part 7.2 of the Colorado Department of Agriculture's Seed Act Rules and Regulations. S eed which has become wet, moldy, or damaged in transit or in storage will not be accepted. S eed and seed labels shall conform to all current State regulations and to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. The Contractor shall store seed under dry conditions, at temperatures between 35 °F to 90 °F, under low humidity and out of direct sunlight. The Contractor shall provide the location of where seed is stored and access to stored seed locations to the Engineer. Seed stored by the Contractor for longer than 30 days will be rejected. (b) Organic Fertilizer. Fertilizer derived directly from plant or animal sources shall conform to Colorado Revised Fertilizer Rules 8 CCR 1202-4. Fertilizer shall be uniform in composition and shall be delivered to the site in the original, unopened containers, each bearing the manufacturer's name, address, and nutrient analysis. Fertilizer bags (containers) which arrive at the project site opened, damaged, or lacking a label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacturer's original label and sealed at the manufacturing facility. Fertilizer which becomes caked or damaged will not be accepted. Fertilizer shall be stored according to manufacturer's recommendations in a dry area where the fertilizer will not be damaged. Page 213 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Soil in all areas to receive native seed shall be fertilized and conditioned as identified by the topsoil test recommendations specified in Section 207. Organic fertilizer formulation being submitted for use must be registered with the Colorado Department of Agriculture. Verification tests may be conducted by Weld County on grab samples of organic fertilizer delivered to the site to determine the reliability of bag label analysis and for ingredients which are injurious to plants. If a product of any supplier is found to consistently deviate from the bag level analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the Colorado State Board of Agriculture for appropriate action under the "Colorado Fertilizer Law". Fertilizer shall be supplied in one of the following physical forms: (1) A dry free -flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. (2) A homogeneous pellet, suitable for application by agricultural fertilizer spreader. Pellet size shall be 2-3 mm. Smaller may be allowed when Seeding (Native) Hydraulic is shown on the plans. (3) A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. The application rate of the organic fertilizer shall be either as high or low nitrogen (N) fertilizer at the rates shown on the plans or as recommended by the Soil Testing Laboratory. In the absence of an application rate shown on the plans and a recommendation from the Soil Testing Laboratory, an application rate of 30 lbs/ac Nitrogen, 40 lbs/ac Phosphorous as P2O5, and 40 lbs/ac of Potassium as K2O shall be used. High N organic fertilizer chemical analysis shall conform to Table 212-1. Table 212-1 Chemical Analysis for High N Fertilizer Ingredient Range Test Method Nitrogen (N) (°/0) 6 - 10 AOAC Combustion Official Method Method 993.13 Nitrogen (Total) in Fertilizers Phosphorus (P) C3/0) 1 - 8 AOAC Official Method 960.03 Phosphorus (Available) in Fertilizers Potassium (K) (°/0) 1 - 8 AOAC Official Method 983.02 Potassium in Fertilizers Low N organic fertilizer chemical analysis shall conform to Table 212-2. Page 214 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Table 212-2 — Chemical Analysis for Low N Fertilizer Ingredient Range Test Method Nitrogen (N) (%) 2.5 AOAC Combustion Official Method Method 993.13 Nitrogen (Total) in Fertilizers Phosphorus (P) C3/0) 3-8 AOAC Official Method 960.03 Phosphorus (Available) in Fertilizers Potassium (K) (%) 1-8 AOAC Official Method 983.02 Potassium in Fertilizers Organic fertilizers shall conform to Table 212-3. Table 212-3 Organic Fertilizer Properties Criteria Range Moisture content by weight < 6% (c) Compost (Mechanically Applied). Soil in all areas to receive native seed shall have compost applied as identified by the topsoil test recommendations outlined in Section 207. Compost shall be suitable for use in Erosion Log (Type 2) and permanent seeding applications. Compost shall not contain visible refuse, other physical contaminants, or substances considered harmful to plant growth. Compost shall be used per all applicable EPA 40 CFR 503 standards for Class A biosolids including the time and temperature standards. Materials that have been treated with chemical preservatives as a compost feedstock will not be permitted. The Contractor shall provide material that has been aerobically composted in a commercial facility. Compost shall be from a producer that participates in the United States Composting Council's (USCG) Seal of Testing Assurance (STA) program. The Department will only accept STA approved compost that is tested per the USCC Test Methods for Examining of Composting and Compost (TMECC) manual. Verification tests may be conducted by Weld County on grab samples of compost delivered to the site to determine the gradation and physical properties. Testing may be done for indication of ingredients which are injurious to plants. Sampling procedures will follow the STA 02.01 Field Sampling of Compost Materials and 02.01-B Selection of Sampling Locations for Windrows and Piles. If a product is found to consistently deviate from the gradation and property analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the USCC. 1. Compost for permanent seeding soil conditioner locations onsite and application rates shall be as shown on the plans or at the rate recommended by the Soil Testing Laboratory. In the absence of an application rate being provided on the plans and from the Soil Testing Laboratory, the application rate for compost shall be 2 tons/acre. Organic matter in compost shall be no more than 2 inches in length. Compost (Mechanically Applied) for permanent seeding shall meet the gradation and physical properties as shown in Table 212-4 and Table 212-5. The Contractor Page 215 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding shall provide a written explanation for compost tested parameters not within the acceptable requirements for review and consideration. The Contractor shall provide documentation from the composting facility confirming that the material has been tested per USCC TMECC. Table 212-4 — Gradation for Permanent Seeding Compost Sieve Size Percent Minimum Passing Percent Maximum Passing Test Method 25.0 mm (1„ ) 100 no TMECC for Aggregate 02.02-B, Size "Sample Classification" Sieving 19.0 mm (3/4") 90 100 TMECC 02.02-B, "Sample Sieving for Aggregate Size Classification" 6.25 mm (1/4") 100 TMECC 02.02-B, "Sample Sieving 70 for Aggregate Size Classification" Page 216 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Table 212-5 — Properties for Permanent Seeding Compost Compost Parameters Reported as Requirements Test Method 6.0 -8.5 TMECC 04.11-A pH pH units Soluble (Electrical Salts dS/m (mmhoslcm) < 5.0 TMECC 04.10-A Conductivity) Moisture Content `)/0, wet weight basis 25% - 50% TMECC 03.09-A Organic Content Matter o /o, dry weight basis o 0 20% - 50% TMECC 05.07-A Organic Content Matter pounds per cubic yard >240 ---- Carbon Ratio (C:N) to Nitrogen ---- < 15:1 ---- Man-made Contamination (plastic, ceramics, concrete, metal, Inert etc.) o /o, dry weight basis < 1% o TMECC 03.08-A Stability (respirometry) mg mg CO2-C CO2-C per per g g TS OM per per day day 8 or below TMECC 05.08-B Select and weed Pathogens free Pass (PASS/FAIL) Salmonella of 1000 TS, MPN/gram or Coliform < Limits: 3 MPN/4 Bacteria grams < TMECC 07.01-B Fecal or Salmonella 07.02 Coliforms, Trace Metals Pass TMECC 04.06 (PASS/FAIL) Limits Arsenic Cadmium Copper Lead (Pb) (mg (As) (Cu) (Cd) 300, kg -1' 41 1500 dw basis): 39 Mercury Nickel Selenium (Ni) (Hg) (Se) 17 420 100 Zinc (Zn) 2800 Percent Emergence %, (average) > 80% TMECC 05.05-A Relative Vigor Seedling /oo , (average) > o 80% TMECC 05.05-A A Table Notes: Use the STA Lab bulk density lb/cu ft as received, multiplied by organic matter % as received, multiplied by 27 to calculate pounds per cubic yard of organic matter. 2. Compost for Erosion Log (Type 2) shall meet the gradation and physical properties as shown in Table 212-6 and Table 212-7. Page 217 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Table 212-6 — Gradation for Erosion Log (Type 2) Compost Sieve Size Percent Minimum Passing Percent Maximum Passing Test Method 100 TMECC 02.02-B, "Sample Sieving 75.0 mm (3") for Aggregate Size Classification" 25.0 mm (1") 90 100 TMECC 02.02-B, "Sample Sieving for Aggregate Size Classification" 9.5 mm (3/8") 10 50 TMECC 02.02-B, "Sample Sieving for Aggregate Size Classification" Table Notes: Organic matter for erosion log compost shall be no more than 4 inches in length. Compost shall be from a producer that participates in the USCC STA program. Table 212-7 Properties for Erosion Log (Type 2) Compost Compost Parameters Reported as Requirements Test Method pH pH units 6.0 - 8.5 TMECC 04.11-A Soluble (Electrical Salts Conductivity) dS/m (mmhos/cm) < 5.0 TMECC 04.10-A Moisture Content %, wet weight basis < 60% TMECC 03.09-A Organic Matter Content %, dry weight basis 25% - 100% TMECC 05.07-A Man-made Contamination (plastic, ceramics, concrete, metal, Inert etc.) %, dry weight basis < 0.5% TMECC 03.08-A Stability (respirometry) mg day mg day CO2-C CO2-C per per g g OM TS per per N/A TMECC 05.08-B Select weed free Pathogens and (PASS/FAIL) Salmonella grams Bacteria MPN/gram of TS, < Limits: or < 3 Coliform MPN/4 1000 Pass TMECC Fecal 07.02 Coliforms, for 07.01-B Salmonella for or Trace Metals (PASS/FAIL) Limits basis): Arsenic Cadmium Copper Lead Mercury Nickel Selenium (Pb) (Ni) (Cu) (mg (As) (Hg) (Cd) (Se) 300 41 1500 420 17 100 kg -'5 dw 39 Pass TMECC 04.06 Zinc (Zn) 2800 `)/0, (average) N/A Percent Emergence TMECC 05.05-A Relative Seedling Vigor °/0, (average) N/A TMECC 05.05-A Page 218 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding (d) Biotic Soil Amendments (Hydraulically Applied). Biotic Earth Black hydraulic growth medium (HGM) or approved equivalent shall be used. In order to be considered an equivalent to Biotic Earth Black, the submitted HGM shall meet or exceed every specification category. The HGM shall be composed from a combination of thermally and mechanically processed straw and flexible flax fibers; sphagnum peat moss or certified compost and other organic growth enhancing additives as shown in Table 212-8. Biotic soil amendments shall be pre-packaged in ultraviolet and weather resistant packaging and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking a label will be rejected. Bulk shipments such as tote bags will be rejected. Biotic soil amendments shall be stored in locations not exceeding 80 °F. In addition to the HGM, the Soil Testing Laboratory may recommend additional soil fertilizers and conditioners which shall be added. If additional fertilizer and soil conditioner recommendations are provided, they shall be applied. The Contractor shall submit the Application Rates Guide, Installation and Mixing Instructions, and Product Specifications to the Engineer for approval. The Contractor shall submit a letter of certification from the Manufacturer or Representative showing the products meet or exceed all material composition requirements, laboratory testing properties, and product packaging requirements. Certification shall detail that the straw or fiber was processed at over 160 °F to ensure material is weed free. The Contractor shall provide a CTR with independent laboratory analysis per subsection 106.13. The HGM shall be applied at a rate of 4,500 pounds/acre unless otherwise specified by the Soil Testing Laboratory. Special application rate considerations may be required depending on environmental and soil conditions along with erosion potential on the site. At no time will field mixing of organic fiber materials be allowed. The use of mulch tackifier (Plantago Insularis or pre -gelatinized corn starch polymer) shall be per Section 213. It shall be used as a wetting agent at a rate of 30 pounds per acre. Biotic soil amendments shall provide a continuous and uniform cover and shall consist of one of the components in Table 212-8 and all of the performance and physical properties in Table 212-9. Page 219 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Table 212-8 — Required Percentage Ranges of Biotic Soil Amendments Components Units Requirement Professional composts additives. and grade other sphagnum organic growth peat enhancing moss, certified `)/0, dry weight basis 57% Mechanically consisting flax fiber of and weed thermally free agricultural processed straw, straw flexible %, dry weight basis 40% (including Minerals, stimulants/regulators) sugars, plant folic starches, based acid, vitamin proteins, biodegradable A, and and 16 triacontanol co- amino o /0, dry weight basis o 2/o Trace polymer, acids growth Multiple bacteria species of both mycorrhizae and beneficial o /0, dry weight basis 1/o o Table 212-9 Performance and Physical Requirements of Biotic Soil Amendments Parameters Reported as Requirement Test Method Saturated method media extract 5.0 — 7.5 pH pH units Moi %, wet weight 1O% basis 0 - 50 /o ASTM D 2974 Organic content matter %, dry weight basis o 95 /o ASTM D586 Carbon Nitrogen Ratio C:N < 25-45:1 ASTM E1508 Acute Toxicity Pass toxic) (non - EPA TM 2002.0 (Pass/Fail) Table Notes: The Contractor shall provide a CTR with independent laboratory analysis for the required parameters in accordance with subsection 106.13. (e) Humate. The Contractor shall provide a screened dry granular form of organic humic and fulvic acid substance. Humate shall be pre-packaged and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacture's original label and sealed at the manufacturing facility. Humate shall be stored in locations not exceeding 80 °F. Humate shall be provided per the rates shown on the plans. Product shall conform to the parameters in Table 212-10 and Table 212-11. Table 212-10 Screened Size Requirements for Humate Seeding Method Reported as Requirement inches < 1/4 Seeding (Native) Drill, Hydraulic and Broadcast Page 220 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Table 212-11 — Performance and Physical Requirements of Humate Parameters Reported as Requirement Test Method Organic Matter %, dry weight basis >70% %, dry weight basis <2% Fines finer than (material the No. that is 200 ASTM D7928 (75 -pm) sieve) 3.0 - 4.5 ASTM D1293 pH pH units Acute Toxicity Non Toxic Pass / Fail ASTM 7101 or EPA Method 2021 or 2002 %, dry weight basis A extractable method; & L total Western alkali > 70% Humic and Fulvic Acids Carbon Content %, dry weight basis 40% - 50% Moisture Content °./01 dry weight basis < 20% %, dry weight basis < 15% Heavy Content Metal / Ash Table Notes: The Contractor shall provide a CTR with independent laboratory analysis for the required parameters per subsection 106.13. (f) Mycorrhizae. Mycorrhizae shall arrive onsite in original and undamaged packaging. Handling of this material shall follow manufacturer's safety recommendations. Mycorrhizae shall be stored onsite in such a way as to avoid exposure to direct sunlight for more than four hours and to prevent package temperatures to rise above 85 °F. The endo mycorrhizal inoculum shall provide at least 60,000 propagules per pound and shall contain all of the following species and conform to the parameters in Table 212-12: (1) Glomus intraradices (a.k.a. Rhizophagus intraradices) (2) Glomus mosseae (a.k.a. Funneliformis mosseae) (3) Glomus aggregatum (a.k.a. rhizophagus aggregatus) (4) Glomus etunicatum (a.k.a. Claroideoglomus etunicatum) Table 212-12 — Physical Requirements of Endo Mycorrhizae Parameters Reported as Requirement Test Method Acute Toxicity Non Toxic Pass or Fail ASTM 7101 or EPA Method 2021 or 2002 Table Notes: The Contractor shall provide a CTR with independent laboratory analysis has been done on the product for the required parameters per subsection 106.13. The following rates shall be used for Seeding Methods: (1) For Seeding (Native). Drill, the mycorrhizae product shall be provided as a dry free - flowing granular material, suitable for application by agricultural drill seeder. Application rate shall be 8 pounds per acre. Page 221 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding (2) For Seeding (Native). Hydraulic, the mycorrhizae product shall be provided as a fine granular (< 2 mm) or powdered form (particle size less than 300 microns) that will permit complete suspension and used with hydro -seeder equipment. Application rate shall be 20 pounds per acre. (g) (3) For Seeding (Native) Broadcast, the mycorrhizae product shall be provided as a dry free -flowing granular material, suitable for application by fertilizer spreader. Application rate shall be 20 pounds per acre. Elemental Sulfur. The Contractor shall provide a free -flowing granular material consistent in size suitable for application by agricultural spreader and conform to the parameters in Table 212-13. Elemental sulfur shall arrive onsite in original and undamaged packaging. Table 212-13 Physical Requirements of Elemental Sulfur Parameters Reported as Requirement Guaranteed Analysis of Elemental Sulfur (S) % > 90 Bulk Density Lbs per cu. ft. > 75 The elemental sulfur application rate shall be at the rate specified on the plans or as recommended by Soil Testing Laboratory. (h) Sod. Sod shall be nursery grown and 99 percent weed free. Species shall be as shown on the plans. The 1 percent allowable weeds shall not include undesirable perennial or annual grasses, or plants defined as noxious by current State statute or county noxious weed list. Soil thickness of sod cuts shall not be less than 3/4 inch or more than 1 inch. Sod shall be cut in uniform strips with minimum dimensions of 18 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod proposed for use, which shall serve as a standard if approved. Sod furnished, whether in place or not, that is not up to the standard of the sample will be rejected. Weld County will reject all sod that was cut more than 72 hours before installation. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod and the date and time of cutting. The Contractor shall submit the certificate to the Engineer before application of the sod. Only sod that is accompanied by the certificate from the grower will be accepted and paid for. Construction Requirements 212.03 Submittals. The Contractor shall provide the name and contact information of the seeding contractor 30 days before start of seeding work. The Contractor shall provide two copies of items (1) - (15) listed below 5 days before the Pre -Vegetation Conference per Section 207. (1) Written confirmation from the registered seed supplier, on the Contractor's letterhead, that the Contract specified seed has been secured. No substitutions of the contract specified seed will be permitted unless evidence is submitted, from one of the registered seed Page 222 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding suppliers that the Contract specified seed is not available and will not become available during the anticipated construction period. (2) Seed vendor's "seed dealer" endorsement. (3) A copy of each seed species germination report of analysis that verifies the lot has been tested by a recognized laboratory for seed testing within 13 months before the date of seeding. (4) A copy of each seed species purity laboratory report of analysis that verifies that the lot has been tested by a recognized laboratory for seed testing. The report shall list all identified species, seed count, and date of test. (5) Manufacturer's documentation stating that the fertilizer meets the Contract requirements. (6) Organic fertilizer documentation showing manufacturer and chemical analysis. (7) Permit issued from CDPHE confirming that the vendor can produce or sell compost per House Bill (HB) 1181. (8) Documentation from the compost manufacturer that it is a participating member of in the U.S. Composting Council's Seal of Testing Assurance Program (STA). (9) Results of compost testing on an STA Compost Technical Data Sheet confirming all required test methods are met using the STA Program. (10) Sample of physical compost (at least one cubic foot of material). (11) Manufacturer's documentation confirming that biotic soil amendment meets the required physical and performance criteria based on independent testing by the manufacturer. (12) Manufacturer's documentation confirming that humate meets the required physical and performance criteria based on independent testing by the manufacture. (13) Manufacturer's documentation confirming that mycorrhizae meets the physical criteria based on independent testing and that the minimum required species is provided. (14) Pictures and descriptions of seeding equipment proposed to be used on the project. Based on the seeding methods required at a minimum this should include the drill seeder, hydraulic seeder, cultipacker or seed bed roller implements. (15) Instructions and documentation on how seeders will be calibrated onsite, per subsection 212.05(a). 212.04 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-14. Page 223 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Seeding accomplished outside the time periods listed above will be allowed only when the Contractor's request is approved by the Engineer in writing. If requested by the Contractor, the Contractor must agree to perform the following work at no cost to Weld County: reseed, remulch, and repair areas which fail to produce species indicated in the Contract. If seeding is ordered by the Engineer outside the time periods listed above, the cost to repair areas that fail to produce species will be paid for by Weld County. Table 212-14 — Seeding Seasons Zone Spring Seeding Fall Seeding Below 6000 feet April 15th 1st or spring thaw() to June September freeze(2) 15th or until consistent ground Table Notes: (1) "Spring thaw" is the earliest date in a new calendar year in which seed can be buried 1/2 inch into the surface soil (topsoil) through normal drill seeding methods. (2) "Consistent ground freeze" is the time during the fall months in which the surface soil (topsoil), due to freeze conditions, prevents burying the seed 1/2 inch through normal drill seeding operations. Seed shall not be sown, drilled, or planted when the surface soil or topsoil is in a frozen or crusted state. 212.05 Native Seeding Methods. Areas to be seeded shall be installed per SWMP Permanent Stabilization Plan. All amendments shall be applied based on the seeding method and rates specified on the plans or recommended by Soil Testing Laboratory. All seed shall be done per the rates specified in the Specifications. The Contractor shall submit a proposed Permanent Stabilization Phasing Plan to the Engineer before the Pre-revegetation Conference for approval showing how the SWMP Permanent Stabilization Plans will be implemented to minimize traffic loading damage to subgrade soil prepared and seeded areas. The proposed sequencing shall consider and identify strategies and site management control measures to protect seeded areas from foot, vehicle, and other disturbances. The strategic planning of the permanent seeding and mulch shall consider all other phasing of construction activities including traffic management and utility work. Areas damaged due to the Contractor's failing to protect the seeded areas shall be repaired at no cost to the Department. Seeded areas damaged due to circumstances beyond the Contractor's control shall be repaired and reseeded as ordered. Payment for corrective work, when ordered, shall be at the Contract prices shown and per subsection 109.04. The following seeding application methods shall not be implemented during winds which are consistently higher than 20 MPH, or when the ground is frozen, excessively wet, or otherwise untillable. The Engineer may test to see if the moisture level in the soil is acceptable to work the soil by performing a Soil Plasticity Test as described in the CDOT Construction Manual. Multiple seeding operations shall be anticipated, based on acceptable seeding conditions. The seeding methods to be implemented shall be one or more of the following, as shown on the plans: Page 224 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding (a) Seeding (Native) Drill. 1. Soil Preparation. Slopes flatter than 2:1, shall be tilled into an even and loose seed bed 4 inches deep. Slopes 2:1 or steeper shall be left in a roughened condition. Slopes shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension and brought to the desired line and grade. Roll, rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas that can be planted within 24 hours after fine grading has been completed. No additional payment will be made if the Contractor has to complete fine grading or for fine grading more than one time. 2. Fertilizer, Compost, and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the topsoil using an agricultural spreader at the rate outlined in above. All competitive, non-native vegetation shall be uprooted and hauled offsite before spreading amendments. If SWMP Site Maps are not included in the Contract, the Contractor shall use the Grading or Roadway plan sheets. When compost and elemental sulfur is required, the Contractor shall homogenously incorporate the compost and elemental sulfur into the top 6 inches of topsoil. Tillage of the amendments shall be completed using a disc and harrow, field cultivator, vibra- shank, or other method suitable to site conditions. For small areas tillage shall be completed using rotary tillers. No measurable depth of organic amendment shall be present on the surface. The shanks on the back of a grader or dozer shall not be used for tillage. Tillage may take multiple passes to achieve the desired harmonious incorporation. If multiple passes are required, the Contractor shall cross till the soil with the second pass occurring at a 30 -degree angle to the first pass. On slope areas, all tillage shall be parallel to the contour. For projects that will utilize aggregate or recycled asphalt shouldering material amendments, tillage is not required under shouldering material. Projects seeding up to the edge of pavement, tillage is not required for first 12" from the edge of pavement. When fertilizers are required, the Contractor shall uniformly apply fertilizer on the surface of the topsoil using an agricultural spreader and then work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. When HGM is required, the HGM shall be mixed in the tank following the procedures outlined below: A. Fill tank with water to a level where the paddles are 1/4 covered and may be activated. B. Activate the mechanical agitation system. Page 225 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding C. Prime pump and any discharge hoses before adding any HGMs. D. Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. E. Continue filling tank with water to approximately 3/4 full and begin adding bags of HGMs. F. All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. G. Add seed and/or other amendments to slurry as required. H. Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. 3. Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using cultipacker or seed bed roller implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension per Section 207. Areas shall be left in a rough and uncompacted condition with a surface variance of 2 to 4 inches. 4. Seed and Mycorrhizae. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be done within two days of seedbed preparation efforts (tilling or scarifying). If a rain event occurs that compacts or erodes the seedbed before performing seeding, the seedbed shall be re -prepared as directed by the Engineer. Areas shall be seeded by mechanical power drawn drills suitable for area soils, topography, and size followed by packer wheels. Mechanical power drawn drills shall have furrow openers and depth bands set to maintain a planting depth of at least �/4 inch and not more than 1/2 inch and shall be set to space the rows not more than 8 inches apart. Seeding equipment shall have a double disk opener, seed box agitator, and seed metering device. The seeder shall be calibrated by collecting seed from a single drop tube in the presence of the Engineer based on the following procedure. The Contractor shall provide the tape measure, scale, collection cup, and seed bag with complete label from the supplier. The Contractor may submit an alternative method for approval at the site Pre -vegetation Conference. A. Measure the total width (W) of the drill seeder in feet. Page 226 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding B. Count the number of drill rows (N) on the seeder. C. On drill seeders that the tire drives the seeding mechanism, measure the tire circumference (C) in feet. D. Calculate the number of rotations the tire will complete per acre using the following equation: A = one acre or 43,560 square feet (SF) A /W = feet (F) the drill seeder needs to travel for each acre F/C = number of rotations (R) of the tire per acre E. Reduce the amount of tire rotations by one tenth. .90R = # Tire rotations to calibrate seeder (RCS) F. Find the seeding rate (LBS PLS / Acre) on the Stormwater Management Plan G. Using the information from the seed tag, convert the PLS seed rate to a bulk seeding rate using the following equations: 13/0 PLS = CY° purity (in decimal form) from seed label) x (3/0 germination (in decimal form) from seed label) (LBS PLS / Acre) from the SWMP / % PLS = Required bulk seed per acre in LBS H. Reduce the required bulk seed per acre based on the number of seeder tubes. Required bulk seed per acre / N = Weight in LBS of bulk seed from one tube I. Reduce the required bulk seed rate from the tube by one tenth. 0.90 x Weight of bulk seed from one tube = Collected bulk seed weight (CBS) in LBS J. Set the drill seeder to the correct seeding rate using the manufacturer's recommendation. K. With the collection cup under one tube and the driving wheel jacked up, rotate the tire the RCS amount of times. Use the value stem to count the rotations. L. Using the scale, weigh the seed in the collection cup. Page 227 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding M. Adjust the drill calibration until the weight of bulk seed in the collection cup equals the CBS in LBS. 5. Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. If these items are required, they shall be mixed according to the process outlined below. The HGM or biotic soil amendment shall be mixed in the tank following the procedures outlined below: 1. Fill tank with water to a level where the paddles are 1/4 covered and may be activated. 2. Activate the mechanical agitation system. 3. Prime pump and any discharge hoses before adding any HGMs. 4. Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. 5. Continue filling tank with water to approximately % full and begin adding bags of HGM. 6. All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. 7. Fertilizer and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. 8. Add seed and/or other amendments to slurry as required. 9. Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. Drill seeders shall be recalibrated every time the drill is mobilized onsite. The Contractor shall submit a written statement that the equipment is calibrated and shall provide the correct depth based on conditions before seeding actions are initiated. The Contractor shall continuously monitor equipment to ensure that it is providing a uniform seed application. Mycorrhizae granules shall be included with the seed in the drill seeder such that the mycorrhizae is placed at or below the seed. Page 228 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding The distance between furrows produced using the drill shall not be more than 8 inches. If rows on the drill exceed 8 inches, the Contractor shall drill the areas twice (if achievable at 30 -degree angles to each other) at no additional cost to Weld County. After seeding, the furrows that were created by the drill shall be maintained in place. Construction traffic, other than what is needed to mulch the areas, shall not be permitted on the areas completed. Permanent stabilization mulching shall be accomplished within 24 hours of drill seeding. (b) Seeding (Native) Hydraulic. Hydraulic seeding shall not be allowed unless approved in advance by the Engineer. If hydraulic seeding is approved, it shall be completed at twice the rate specified in the Contract at no additional cost to the project. If hydraulic seeding is approved, the hydraulic seeding shall be completed as outlined below. This method utilizes water as the carrying agent and mixes biotic soil amendments, seed, organic fertilizer, humates, mycorrhizae and elemental sulfur into a single slurry for hydraulic application. The Contractor shall furnish and place combined slurry with a hydro - seeder that will maintain a continuous agitation and apply homogenous mixture through a spray nozzle. The pump shall produce enough pressure to maintain a continuous, non - fluctuating spray that will reach the extremities of the seeding area. Water tanks shall have a means of measuring volume in the tank. Seed shall be added to the slurry onsite, no more than 60 minutes before starting application. Slurry shall be applied from a minimum of two opposing directions to achieve complete soil coverage. The application of the single slurry shall be applied within four hours of adding Mycorrhizae. The Contractor shall prevent seed, fertilizer, and mulch from falling or drifting onto areas occupied by rock base, rock shoulders, plant beds, or other areas where grass is detrimental. The Contractor shall remove material that falls on plants, roadways, gravel shoulders, structures, and other surfaces where material is not specified. (c) Seedbed Preparation. All areas shall be loosened to at least 6 inches, leaving the surface in rough condition with a surface variance of 6 to 8 inches. On steep slopes, tillage shall be accomplished with appropriate equipment as the slope is constructed. Soil areas shall be tilled to produce loose and friable surfaces with crusted hard soils broken up. All slopes shall be free of clods, sticks, stones, debris, concrete, asphalt and all other materials in excess of 4 inches in any dimension. All competitive, non-native vegetation shall be uprooted and hauled offsite before spreading amendments. Under no circumstances shall the ground surface be smooth and compacted. (d) Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. If these items are required, they shall be mixed according to the process outlined below. The HGM or biotic soil amendment shall be mixed in the tank following the procedures outlined below: Page 229 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding (1) Fill tank with water to a level where the paddles are 1/4 covered and may be activated. (2) Activate the mechanical agitation system. (3) Prime pump and any discharge hoses before adding any HGMs. (4) Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. (5) Continue filling tank with water to approximately 3/4 full and begin adding bags of HGM. (6) All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. (7) Fertilizer and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. (8) Add seed and/or other amendments to slurry as required. (9) Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. Hydraulic seeding equipment shall include a pump capable of being operated at 100 gallons per minute and at 100 pounds per square inch pressure. The equipment shall have a nozzle adaptable to hydraulic seeding requirements. Storage tanks shall have a means of estimating the volume used or remaining in the tank. Seed shall be added to the slurry onsite no more than 60 minutes before starting application. The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) by 2 times at no additional cost to Weld County. The Contractor may be required to apply slurry using multiple hoses to ensure uniform application to all areas of the site. Coverage rates shall be based on the volume of material in the tank, as verified by the Engineer. Areas of lighter applications (covering more area than what is calculated) will require additional application, as directed at no additional cost to the County. An appropriate curing period shall be per manufacturer's recommendations and shall consider forecasted weather conditions. Permanent stabilization mulching shall be accomplished within 24 hours of hydraulic application of native seed. (e) Seeding (Native) Broadcast. This method utilizes hand equipment to broadcast spread amendments and seed over prepared seedbeds. Page 230 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Broadcasting seed will be permitted only on small areas that are not accessible to machine methods. Areas to be broadcast seeded shall be approved in writing by the Engineer prior to the start of seeding. (f) (g) Fertilizing, Compost, Humate and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the placed topsoil using an agricultural spreader at the rate of application specified on the plans or as recommended by the Soil Testing Laboratory. All competitive non-native vegetation shall be uprooted and hauled offsite before spreading amendments. The Contractor shall homogenously incorporate the compost into the top 6 inches of soil. Tillage of the amendments shall be completed using appropriate tools depending on the size of the area to be worked. Contractor shall use hand tillers or approved small space implements. Once incorporation of compost and elemental sulfur is approved, the Contractor shall uniformly apply organic fertilizer and humates on the surface of the topsoil using an agricultural spreader. Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using tractor implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension per Section 207. Areas shall be left in a rough condition with a surface variance of 2 to 4 inches. Under no circumstances shall the ground surface be smooth and compacted. (h) Seed and Mycorrhizae. Before seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be accomplished within two days of seedbed preparation efforts (tilling or scarifying) to make additional seedbed preparation unnecessary. If a rain event occurs that compacts or erodes the seedbed before performing seeding, the seedbed shall be re -prepared as directed. Areas shall be seeded by broadcast -type seeders (cyclone or approved mechanical seeders). The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) as shown on the plans by 2 times at no additional cost to Weld County. After seeding, mycorrhizae shall be evenly hand -distributed across the area. Seed and mycorrhizae shall be covered by hand raking and covering with 1/4 to 1/2 inch of topsoil. To ensure seeds have a firm contact with the soil the Contractor shall use a heavy roller as approved in the Site Pre -vegetation Conference. Mycorrhizae shall not be exposed to sunlight for more than four hours. Using equipment with continuous cleat tracks (cat - tracking) to cover seed is not permitted. Permanent stabilization mulching shall be accomplished within 24 hours of broadcast seed application of native seed. Page 231 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding 212.06 Seeding (Temporary). Areas of topsoil shall be seeded with annual grasses per SWMP Interim Site Maps or as directed by the Engineer. Temporary seeding may take place at any time during the year as long as the ground is not covered in snow and topsoil is not frozen. Topsoil may be placed in a stockpile or distributed on -grade after receiving subgrade soil preparation. Interim stabilization for areas that receive temporary seeding shall be per subsection 208.04(e)2. Seed shall not be included with interim hydraulic mulch applications. The Contractor shall wait to amend topsoil until the area is ready for permanent seeding with native seed mix shown on the SWMP. The Contractor shall use either the drill, hydraulic, or broadcast method of seeding. Seeding rates (LBS PLS / Acre) shall be increased by 2 times for hydraulic and broadcast methods at no additional cost to Weld County. Seed shall meet the requirements of 212.02(a) and shall be selected from Table 212-15 based on the application time. Table 212-15 — Temporary Seed Mixes Common Name Botanical Name Seeding ( LBS PLS/Acre) Rates Planting (inches) Depth Application Time Oats October 1 - May 1 1 - 2 Avena sativa 35 Setaria italics May 2 - September 30 30 1/2 - 3/4 Foxtail Millet The Contractor shall restrict motorized vehicle and foot traffic from areas that have received temporary seeding. 212.07 Seeding (Lawn). Lawn grass seeding shall be accomplished in the seeding seasons per subsection 212.03. (a) Fertilizing and Soil Conditioning. The first application of fertilizer, soil conditioner, or both shall be incorporated into the soil immediately before seeding, and shall consist of a soil conditioner, commercial fertilizer, or both as designated in the Contract. Fertilizer called for on the plans or as recommended by the Soil Testing Laboratory shall be worked into the top 4 inches of soil. Biological nutrient, culture, or humate based material shall be applied at the rate recommended by the Soil Testing Laboratory and shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. The second application of fertilizer shall consist of a fertilizer having an available nutrient analysis of 20-10-5 applied at the rate of 100 pounds per acre. It shall be uniformly broadcast over the seeded area three weeks after germination or emergence. The area shall then be thoroughly soaked with water to a depth of 1 inch. Fertilizer shall not be applied when the application will damage the new lawn. Page 232 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding (b) Seedbed Preparation. In preparation of seeding lawn grass, irregularities in the ground surface, except the saucers for trees and shrubs, shall be removed. Measures shall be taken to prevent the formation of low places and pockets where water will stand. Immediately before seeding, the ground surface shall be tilled, or hand worked into an even and loose seedbed to a depth of 6 inches, free of clods, sticks, stones, debris, concrete, and asphalt in excess of 2 inches in any dimension and brought to the desired line and grade. (c) Seeding. Seed shall be drilled with mechanical landscape type drills. Broadcast type seeders or hydraulic seeding will be permitted only on small areas not accessible to drills. Seed shall not be drilled or broadcast during windy weather or when the ground is frozen or untillable. 212.08 Sodding. (a) Fertilizing and Soil Conditioning. Before laying sod, the 4 inches of subsoil underlying the sod shall be treated by tilling in fertilizer, compost, or humates as shown on the plans or as recommended by the Soil Testing Laboratory. Amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. After laying the sod, it shall be fertilized with a fertilizer having a nutrient analysis of 20-10- 5 at the rate of 200 pounds per acre. Fertilizer shall not be applied when the application will damage the sod. (b) Soil Preparation. Before sodding, the ground shall be tilled, or hand worked into an even and loose sod bed to a depth of 6 inches, and irregularities in the ground surface shall be removed. Sticks, stones, debris, clods, asphalt, concrete, and other material more than 2 inches in any dimension shall be removed. Depressions or variances from a smooth grade shall be corrected. Areas to be sodded shall be smooth before sodding occurs. (c) Sodding. Sod shall be placed by staggering joints with all edges touching. On slopes, the sod shall run approximately parallel to the slope contours. Where the sod abuts a drop inlet, the subgrade shall be adjusted so that the sod shall be 1-1/2 inches below the top of the inlet. Within one hour after the sod is placed and fertilized it shall be watered. After watering, the sod shall be permitted to dry to the point where it is still wet enough for effective rolling. The Contractor shall roll the sod in two directions with a lawn roller capable of applying between 50 - 80 pounds per square inch of surface pressure to eliminate air pockets. Method of Measurement 212.09. The quantities of lawn seeding, and the three native seeding types will not be measured but shall be the quantities designated in the Contract, except that measurements will be made Page 233 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. The quantity of sod will be by the actual number of square feet, including soil preparation, water, fertilizer, and sod, completed and accepted. Fertilizer, compost, elemental sulfur, humates, and mycorrhizae soil amendments for seeding methods (drill, hydraulic, and broadcast) will not be measured separately but shall be included in the work unless they are identified as separate pay items in the plans. If these items are identified as separate pay items in the Contract, they will be measured by the actual quantity of material applied and accepted by the Engineer. Measurement for acres will be by slope distances. Hydraulic Growth Medium shall be measured by the actual quantity of material applied and accepted. Basis of Payment 212.10. The accepted quantities of lawn seeding, native seeding, soil conditioning, and sod will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Rejected seed that has been stored longer than 30 days shall be re -ordered at the expense of the Contractor. Payment will be made under: Pay Item Pay Unit Pound, Acre Organic Fertilizer Compost (Mechanically Applied) Cubic Yard, Acre Pound Biotic Soil Amendments (Hydraulically Applied) Biotic Soil Amendments (Biotic Earth Black) Pound Pound Humate Mycorrhizae Pound Elemental Sulfur Pound, Acre Seeding (Native)(Drill) Acre Acre Seeding (Native)(Hydraulic) Seeding (Native)(Broadcast) Acre Seeding (Wetland)(DriIl) Acre Acre Seeding (Wetland)(Hydraulic) Seeding (Wetland)(Broadcast) Acre Seeding (Temporary) Acre Seeding (Lawn) Acre Sod Square Foot Acre Soil Conditioning (Fertilizer) Soil Conditioning (Compost) Acre Soil Conditioning (Elemental Sulfur) Acre Page 234 of 292 December 18, 2024 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding Topsoil preparation including incorporating and applying amendments, seedbed preparation, water, and seed mix (LBS PLS/Acre) will not be measured and paid for separately but shall be included in the work. Calibrating, adjusting, or readjusting seeding or fertilizing equipment will not be measured and paid for separately but shall be included in the work. No additional cost will be accepted for approved substitution of specified seed mix. Additional seedbed preparation before seeding to correct compaction or erosion from storm events will not be measured and paid for separately but shall be included in the work. Additional mobilizations as needed to complete seeding within allowed seeding seasons will not be measured and paid for separately but shall be included in the work. Removal of all competitive, non-native vegetation before spreading amendments will not be measured and paid for separately but shall be included in the work. Unless specifically identified as separate pay items in the plans, Organic Fertilizer, Compost (Mechanically Applied) and Mycorrhizae soil amendments for Seeding (Native) methods drill, hydraulic, and broadcast will not be measured separately and shall be included in the cost of the work. End of Section Page 235 of 292 December 18, 2024 Revision of Section 213 - Mulching Revision of Section 213 - Mulching Section 213 of the Standard Specifications is hereby revised for this project as follows: Subsection 213.01 shall be revised to include the following: This work includes furnishing and applying spray -on mulch blanket or bonded fiber matrix on top of rock cuts and slopes after seeding or as daily stabilization as shown on the plans or as directed by the Engineer. Subsection 213.02(a) shall be deleted and replaced with the following: (a) Mulching. Materials for mulching shall consist of Certified Weed Free field or marsh hay or straw of oats, barley, wheat, rye or triticale certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free mulch bale shall be identified by one of the following: (1) One of the ties binding the bale shall consist of blue and orange twine, or (2) The bale shall have a regional Forage Certification Program tag indicating the Regional Forage Certification Program Number. Mulch shall be inspected for and Regionally Certified as weed free based on the Regionally Designated Noxious Weed and Undesirable Plant List for Colorado, Wyoming, Montana, Nebraska, Utah, Idaho, Kansas and South Dakota. The Contractor shall not unload certified weed free mulch bales or remove their identifying twine, wire, or tags until the Engineer has inspected and accepted them. The Contractor shall provide a transit certificate that has been filled out and signed by the grower and by the Department of Agriculture inspector. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the Colorado Department of Agriculture, Division of Plant Industry. Straw or hay in a stage of decomposition (discolored, brittle, rotten, or moldy) or old, dry mulch which breaks in the crimping process will not be accepted. The type and application rate of mulch material shall be as designated in the Contract. Straw or hay mulch shall be a minimum of 10 inches in length. Straw or hay in a stage of decomposition (discolored, brittle, rotten, or moldy) or old, dry mulch that breaks in the crimping process will not be accepted. Page 236 of 292 December 18, 2024 Revision of Section 213 — Mulching Subsection 213.03(a) shall be deleted and replaced with the following: (a) Hay or Straw Mulching. After seeding has been completed or when required for erosion control, hay or straw shall be uniformly applied, at a minimum rate of 2 tons hay or 2.5 tons straw per acre, with no bare soil showing, at the rate designated in the Contract or as directed. It shall be crimped to a depth of 2 to 3 inches with a crimper or other approved equipment. The Engineer may order hand -crimping on areas where mechanical methods cannot be used. The seeded area shall be mulched and crimped and tackifier applied at a rate in Subsection (c) within four hours after seeding. Areas not mulched and crimped within four hours of seeded or before precipitation or damaging winds on -site shall be reseeded with the specified seed mix at the Contractor's expense, before mulching and crimping. The seeded area shall be mulched and crimped within four hours after seeding. Areas not mulched and crimped within four hours after seeding or before precipitation or damaging winds on site shall be reseeded with the specified seed mix at the Contractor's expense, before mulching and crimping. When tackifier is required in the Contract it shall be applied in the following order: (1) mulching, (2) mulch tackifier. Subsection 213.04, paragraph 2 shall be deleted and replaced with the following: The quantity of hydro -mulch and tackifier will not be measured separately but will be included in the measurement for seeding. Subsection 213.05 shall be revised to include the following: Mulching (Hydro -mulch with Tackifier) shall not be measured and paid for separately but shall be considered incidental to seeding (native). End of Section Page 237 of 292 December 18, 2024 Revision of Sections 304 and 703 — Aggregate Base Course Revision of Sections 304 and 703 — Aggregate Base Course Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304 shall deleted and replaced the following: Description 304.01. This work consists of furnishing and placing one or more courses of aggregate and additives, if required, on a prepared subgrade. This work consists of furnishing and placing aggregate as shoulder material adjacent to the edges of pavement as designated in the plans. This work consists of furnishing and placing aggregate as surface material on gravel roadways as designated in the plans. Aggregate Base Course (RAP) consists of hauling to the site and placing one or more courses of asphalt millings on a prepared surface in conformity with the lines, grades, and typical sections shown on the plans or established. Equipment used in grade control of the base course shall be rubber tired or soft track to protect against gradation breakdown. A steel tracked dozer shall not be used for grade control. Pneumatic and/or steel wheel vibratory rollers shall be used to achieve compaction of the aggregate base course. Materials 304.02 Aggregate. The aggregates shall meet the requirements of subsection 703.03. Acceptance will be based on stratified random samples. Materials for the base course materials shall be Aggregate Base Course (Class 6) as shown in subsection 703.03. All aggregate base course materials shall be virgin materials unless approved in writing by the Engineer. If aggregate base course materials made from recycled concrete are allowed by the Engineer, the material shall not be used in areas where it is not covered by a subsequent layer of either hot mix asphalt pavement or Portland concrete cement pavement. The use of recycled concrete in an aggregate base course material shall be approved in writing by the Engineer. The aggregate base course (Class 6) must meet the gradation requirements and have a resistance value of at least 69 when tested by the Hveem Stabilometer method. Class 6 aggregate base shall be a manufactured crushed material. No natural aggregate material will be Page 238 of 292 December 18, 2024 Revision of Sections 304 and 703 — Aggregate Base Course accepted. Class 6 aggregate base shall have a minimum of 45% of 1 or more fractured faces per ASTM D5281 or as required. Materials for Aggregate Base Course (Surface Gravel) shall meet all the requirements in Section 703.03. Approval of the surface gravel will be contingent on material meeting the requirements in Table 703-2. Materials for Aggregate Base Course (Shoulder Material) shall meet all the requirements for Class 6. Materials for Aggregate Base Course (Surface Gravel) shall meet all the requirements in Section 703.03. Approval of the surface gravel will be contingent on material meeting the requirements in Table 703-2. Materials for Aggregate Base Course (Class 6)(RAP) shall be provided by the Contractor's materials supplier (i.e., not generated from onsite materials) unless otherwise approved by the Engineer. This material shall meet the requirements of subsection 703.03. 304.03 Commercial Mineral Fillers. Portland cement shall conform to subsection 701.01. Hydrated lime shall conform to subsection 712.03. Commercial Mineral Fillers will not be allowed in Aggregate Base Course (Shoulder Material) or in Aggregate Base Course (Surfacing). Construction Requirements 304.04 Placing. The Contractor shall ensure that all aggregate base course activities are performed with machine control to within the tolerance specified in section 304.06. If the required compacted depth of the aggregate base course exceeds 6 inches, it shall be constructed in two or more layers of approximately equal thickness. The maximum compacted thickness of any one layer shall not exceed 6 inches. When vibratory or other approved types of special compacting equipment are used, the compacted depth of a single layer may be increased to 8 inches upon request, provided that specified density is achieved, and written approval is given. A device capable of placing the shoulder material in its final position shall be used. The device is subject to the Engineer's approval. Dumping of shoulder material on the roadway surface will not be permitted. Any roadway and/or shoulder damage shall be removed by milling 2 inches of material from the roadway and replacing it to the nearest longitudinal or transverse joint at no additional cost to the Department. Aggregate base course of any kind shall not be stockpiled onsite without first submitting a method of handling statement and obtaining written approval from the Engineer. 304.05 Mixing. The Contractor shall mix the aggregate by methods that insure a thorough and homogenous mixture. Page 239 of 292 December 18, 2024 Revision of Sections 304 and 703 — Aggregate Base Course 304.06 Shaping and Compaction. Compaction of each layer shall continue until a density of at least 95 percent of the maximum density has been achieved as determined per AASHTO T180 as modified by CP 23. The moisture content shall be at plus or minus 2 percent of optimum moisture content. The surface of each layer shall be maintained during the compaction operations so that a uniform texture is produced, and the aggregates are firmly keyed. Moisture conditioning shall be performed uniformly during compaction. Compaction of each reclaimed asphalt pavement aggregate layer shall continue until a wet density of at least 95 percent of the maximum wet density when determined per a one point AASHTO T180, Method D test has been achieved. The surface of the base course shall be checked with a GPS Rover or other approved device. The surface shall be verified by the Contractor and the Engineer before the application of any primer or pavement. The variation of the surface from the plan surface elevation for base course shall not exceed 0.04 feet (1/2 inch). All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the Department. The subbase or base course shall be brought to the specified cross section elevation as shown in the plan (+/- 0.04 feet). High areas shall be trimmed to the proper elevation. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The finished grade shall be maintained in a smooth and compacted condition until the pavement is placed. Only blades with machine control capable of finishing the base grade to within the specified tolerance shall be allowed. A trimming machine shall not be used to achieve final grade unless written approval is obtained from the Engineer. If a trimming machine is approved for use, it shall be machined controlled. The trimmer machine shall not change the trimming's approved proctor for the aggregate base course material by more than 6 lbs/cubic foot. If it does, the trimmings shall not be allowed to be placed within the roadway prism. Shoulder material shall be compacted initially after placement with approved rubber -tired equipment. Shoulder material shall be wetted to achieve proper moisture content and shall achieve a compacted density of at least 95% of the modified proctor maximum density value. A water truck and or loaded bucket loader can be used for wheel rolling compaction on shoulder material. A heavy plate tamper may be needed. Method of Measurement 304.07. Aggregate base course will be measured by the ton and placed to the lines and grades shown in the plans, within the specified grade tolerances and density requirements and accepted. The Contractor shall be aware that the plan quantities are based upon unit weight and in -place density, as describe in the Plans. The Contractor's bid unit cost shall account for differing unit weights intended to be furnished to the project as no quantity adjustments will be made for differing unit weights. The Project Inspector will verify that the plan quantity has been incorporated into the project utilizing information from delivery tickets furnished by the material Page 240 of 292 December 18, 2024 Revision of Sections 304 and 703 — Aggregate Base Course supplier. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. At the sole discretion of Weld County, failure to comply with the requirements of this subsection shall be grounds for replacement of damaged roadway sections by the contractor at no cost to the County. Aggregate base materials will be measured by the ton, or by the cubic yard compacted in place. Basis of Payment 304.08. The accepted quantities of aggregate base course, of the class specified, will be paid for at the contract price bid per ton or per cubic yard, as shown in the bid schedule. Payment will be made under: Pay Item Pay Unit Aggregate Base Course (Class ) Ton, Cubic Yard Aggregate Base Course (RAP) Ton, Cubic Yard Aggregate Base Course (Shoulder Material) Ton, Cubic Yard Aggregate Base Course (Surface Gravel) Ton, Cubic Yard Water will not be measured and paid for separately but shall be included in the work. Commercial mineral fillers, when used, will be measured and paid for per Section 307 or as provided in the Contract. Page 241 of 292 December 18, 2024 Revision of Sections 304 and 703 — Aggregate Base Course Section 703 of the Standard Specifications is hereby revised for this project as follows: Table 703-2 shall be deleted and replaced with the following: Table 703-2 — Classification for Aggregate Base Course (Mass Percent Passing Square Mesh Sieves) Sieve Size Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 Surface Gravel 150 mm (6") 100 100 mm (4") 100 mm (3") 95-100 75 60 mm (2'/Z') 100 50 mm (2") 95-100 100 37.5 mm 90-100 100 100 (11/2") 25.4 mm (1") 95-100 100 100 90-100 19 mm (3/4") 50-90 95-100 12.5 (1/2") mm 55-80 4.75 mm (#'l) 30-65 30-50 30-70 30-65 45-65 2.36 mm (#8) 25-55 20-85 33-53 42 mm (#40) 15-35 mm 3-15 3-15 20 max 3-12 3-15 3-12 5-15 4-15 75 (#200) Plasticity Index 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 4-12 LA Wear (T96) 50 Max. 50 Max. 40 Max. Test Table Notes: Classes 1, 2, and 3 shall not have a liquid limit greater than 35. Class 3 material shall consist of bank or pit run material. Classes 4, 5, 6 and 7 shall not have a liquid limit greater than 30 End of Section Page 242 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General Revision of Section 401 — Plant Mix Pavements - General Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a) shall be deleted and replaced with the following: (a) Mix Design. The Contractor shall submit the following to the Engineer: 1. A proposed hot mix asphalt mix design prepared per Colorado Procedure 52, including a proposed job -mix gradation for each mixture required by the Contract which shall be wholly within the Master Range Table in subsection 703.04 before the tolerances shown in Section 401 are applied. The weight of lime shall be included in the total weight of the material passing the 75 µm (No. 200) sieve. 2. The name of the refinery supplying the asphalt cement and the source of the anti - stripping additive. 3. A sufficient quantity of each aggregate for the Department to perform the tests specified in Section 3.2.1 of CP 52. 4. The job -mix formula for pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County before construction. The Contractor's proposed job -mix formula for each hot mix asphalt grading will be tested by the Department utilizing materials actually produced and stockpiled for use on the project. The job -mix formula for each mixture shall establish a single percentage of aggregate passing each required sieve size, a single percentage of asphalt cement to be added to the aggregate, and a single temperature for the mixture at the discharge point of the plant. When Laboratory tests indicate that a proposed job -mix formula complies with the specifications as revised for the project, a Form 43 shall be executed between the Engineer and the Contractor to establish the job -mix formula. After the Form 43 is executed, and all materials are available on the project, the Contractor shall notify the Engineer a minimum of one working day in advance of beginning production of the hot mix asphalt. Any changes in the Form 43 will require the same notification unless otherwise approved by the Engineer. Subsection 401.02(c) shall be added immediately following Subsection 401.02(b): (c) Reclaimed Asphalt Pavement (RAP) Mixes Furnished to the Project. RAP is allowed in hot mix asphalt (HMA) up to a maximum binder replacement of 20 percent, provided all Page 243 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances, and must meet the uniformity requirements as outlined below. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual per CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined per 1B or 1C, below, or alternatively, a minimum of five samples of the Contractor's RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164, Method A or B, or per 1C below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the following equation: Total Binder Replaced = (A x B) x 100/E Where: A = RAP % Binder Content* B= RAP %in Mix* E = Total Effective Binder Content* * in decimal format (i.e., 2% is 0.02) The Total Binder Replaced by the binder in the RAP shall not exceed 20 percent of the effective binder content of either the mix design or the produced mix. The use of RAP shall be controlled per subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Process Control (PC) Plan that details how the RAP will be processed and controlled. The PC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined per CP-L 5120, provided a RAP AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction Page 244 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined per CP-L 5120. Frequency: 1/1,000 tons of processed RAP material (minimum five tests) C. Alternative Control of RAP Binder Content. The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP- L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP PC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used. D. Control of RAP Gradation (CP31 or AASHTO T-30): Frequency: 1/1,000 tons of processed RAP material (minimum three tests) E. Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available, along with RAP AC extraction testing laboratory reports, to the Engineer upon request. 2. The processed RAP must be 100 percent passing the 31.5 mm (1'/4 inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters per the following: Page 245 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General UNIFORMITY* Parameter Standard Deviation Binder Content 0.5 Percent Passing 19 mm (3/4") 4.0 Percent Passing 12.5 mm ('/2") 4.0 Percent Passing 9.5 mm (3/8") 4.0 4.0 Percent Passing 4.75 mm (#4) Percent Passing 2.36 mm (#8) 4.0 Percent Passing 600 µm (#30) 3.0 1.5 Percent Passing 75 µm (#200) Table Notes: *Uniformity is the maximum allowable Standard Deviation of test results of processed RAP. 3. If RAP millings generated are incorporated in the same project, per CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix. Subsection 401.10, eighth paragraph shall be deleted and replaced with the following: (1) Blaw-Knox asphalt pavers manufactured prior to 2007 shall be equipped with the Blaw- Knox Materials Management Kit (MMK). (2) Cedarapids asphalt pavers shall be those that were manufactured in 1989 or later. (3) Caterpillar asphalt pavers shall be equipped with deflector plates as identified in the December 2000 Service Magazine entitled "New Asphalt Deflector Kit {6630, 6631, 6640}". Subsection 401.12 shall be deleted and replaced with the following: 401.12 Surface Conditioning. After the roadbed has been graded and compacted, the subgrade shall be trimmed to the correct elevation (+/- 0.04 feet) and cross section as shown on the plans. The surface of the base course shall be checked with a GPS Rover or other approved device. The surface shall be verified by the Contractor and the Engineer before the application of any pavement. The variation of the surface from the plan surface elevation for base course shall not exceed 0.04 feet (1/2 inch). High areas shall be trimmed to the proper elevation. Low areas shall be filled with base course material and compacted to a condition similar to that of the surrounding grade. The finished grade shall be maintained in a smooth and compacted condition until the pavement is placed. All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the Department. Only blades with machine control capable of finishing the base grade to within the specified tolerance shall be allowed. A trimming machine shall not be used to achieve final grade unless Page 246 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General written approval is obtained from the Engineer. If a trimming machine is approved for use, it shall be machined controlled. The trimmer machine shall not change the trimming's approved proctor for the aggregate base course material by more than 6 lbs/cubic foot. If it does, the trimmings shall not be allowed to be placed within the roadway prism. Before placing tack coat and beginning overlay work, the surface to be tack coated shall be swept to remove accumulations of loose gravel and debris. Asphalt plant mix shall be placed only on properly constructed surfaces that are free from substances that would adversely affect the pavement quality. Contact surfaces of curbing, gutters, manholes, and other structures shall be painted with a uniform coating of asphalt cement before placing asphalt mixture against them. S ubsection 401.17 shall be deleted and replaced with the following: 401.17 Compaction. The hot mix asphalt shall be compacted by rolling. Both steel wheel and pneumatic tire rollers will be required. The number, weight, and type of rollers furnished shall be sufficient to obtain the required density while the mixture is in a workable condition. Compaction shall begin immediately after the mixture is placed and be continuous until the required density is obtained. When the mixture contains unmodified asphalt cement (PG 58-28 or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 185 °F, further compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no damage to the finished mat. If the mixture contains modified asphalt cement (PG 76-28, PG 70- 28 or PG 64-28) and the surface temperature falls below 230 °F, further compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no damage to the finished mat. If the Contractor can demonstrate to Weld County that all the manufacturer's recommendations were followed and the pneumatic tire roller is detrimental to the finished surface of the HMA, the Contractor may request Weld County to waive the pneumatic tire roller requirement. P neumatic tire rollers shall not be used on SMA pavement. Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks. Warm Mix Asphalt compaction requirements shall conform to CP 59. All roller marks shall be removed with the finish rolling. Use of vibratory rollers with the vibrator on will not be permitted during surface course final rolling and will not be permitted on any rolling on bridge decks covered with waterproofing membrane. S MA shall be compacted to a density of 93 to 98 percent of the daily theoretical maximum specific gravity, determined according to CP 51. All other HMA shall be compacted to a density of 92 to 98 percent of the daily theoretical maximum specific gravity, determined according to CP 51. If more than one theoretical maximum specific gravity test is taken in a day, the average Page 247 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General of the theoretical maximum specific gravity results will be used to determine the percent compaction. Field density determinations will be made per CP 44 or 81. The longitudinal joints shall be compacted to a target density of 90 to 98 percent of the theoretical maximum specific gravity. The theoretical maximum specific gravity used to determine the joint density will be the average of the daily theoretical maximum specific gravities for the material that was placed on either side of the joint. Density (percent relative compaction) will be determined per CP 44. The Contractor shall obtain one 6 -inch diameter core at a random location within each longitudinal joint sampling section for determination of the joint density. The Contractor shall mark and drill the cores at the location directed by the Engineer and in the presence of the Engineer. The Engineer will take possession of the cores for testing. The Contractor may take additional cores at his own expense. Coring locations shall be centered on the visible line where the joint between the two adjacent lifts abuts the surface. The center of all joint cores shall be within 1 inch of this visible joint line. Core holes shall be repaired by the Contractor using materials and methods approved by the Engineer. PC and OA joint coring shall be completed within five calendar days of joint construction. Longitudinal joint coring applies to all pavement layers. When constructing joints in an echelon paving process, the joints shall be clearly marked to ensure consistent coring location. In small areas, such as intersections, where the Engineer prescribes paving and phasing methods, the Engineer may temporarily waive the requirement for joint density testing. Incentive or disincentive payment determined for joint density per subsection 105.05 will apply to the HMA on each side of the joint. If a layer of pavement has joints constructed on both sides, incentive or disincentive payment for each of those joints will apply to one half of the pavement between the joints. Along forms, curbs, headers, walls, and all other places not accessible to the rollers, the mixture shall be thoroughly compacted with mechanical tampers. Any mixture that becomes loose and broken, mixed with dirt, or is in any way defective, shall be immediately removed and replaced with fresh hot mixture, and compacted to conform to the surrounding area. The Contractor shall construct a compaction pavement test section (CTS) for each job mix for which 2,000 or more tons are required for the project. The CTS will be used to evaluate the number of rollers and the most effective combination of rollers and rolling patterns for achieving the specified densities. Factors to be considered include, but are not limited to, the following: (1) Number, size, and type of rollers. (2) Amplitude, frequency, size, and speed of vibratory rollers. (3) Size, speed, and tire pressure of rubber tire rollers. Page 248 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General (4) Temperature of mixture being compacted. (5) Roller patterns. The CTS shall be constructed according to the following procedures: The CTS shall be constructed to provide the nominal layer thickness specified. The first 500 tons of hot mix asphalt on the project location shall constitute the CTS. The production and placement rates of the CTS shall closely approximate the anticipated production and placement rates for the remainder of the Contract. Compaction of the CTS shall commence immediately after the hot mix asphalt has been spread and shall be continuous and uniform over the entire CTS. For the CTS, compaction shall continue until no discernible increase in density is obtained by additional compactive efforts. All compaction shall be completed before the surface temperature of the mixture drops below 185 °F. Approved types of rollers shall be used to achieve the specified density. The Contractor shall determine what methods and procedures are to be used for the compaction operation. The compaction methods and procedures shall be used uniformly over the entire last 200 tons. The Contractor shall record the following information and a copy of this data shall be furnished to the Engineer. (1) Type, size, amplitude, frequency, and speed of roller. (2) Tire pressure for rubber tire rollers, and whether the pass for vibratory rollers is vibratory or static. (3) Surface temperature of mixture behind the laydown machine and subsequent temperatures and densities after each roller pass. (4) Sequence and distance from laydown machine for each roller, and number of passes of each roller to obtain specified density. Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of seven random cores. The Engineer will determine the coring locations using a stratified random sampling process. The locations of these cores will be such that one set can serve as a duplicate of the other. One set of these cores shall be immediately submitted to the Engineer. This set will be used for determining acceptance of the CTS and determining density correction factors for nuclear density equipment. Densities of the random samples will be determined by cores according to CP 44. Density correction factors for nuclear density equipment will be determined according to CP 81. Coring shall be performed under Weld County observation. Coring will not be measured and paid for separately but shall be included in the work. For SMA, a CTS is not used. The Contractor shall follow the requirements for the demonstration control strip per the Revision of Section 403, Stone Matrix Asphalt Pavement. Page 249 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General The CTS meets requirements if the Quality Level of the random samples is greater than or equal to 75. The Quality Level will be determined according to CP 71. Once constructed and accepted, the CTS shall remain in place and become part of the hot mix asphalt on the project. When the Quality level is less than 75 the Contractor shall construct an additional test section, utilizing different rollers, or roller positions, or roller patterns as required. A written proposal detailing the changes in methods and procedures that will be used to obtain density is to be submitted to the Engineer for review before constructing the additional test section. If the Quality Level of a CTS is less than 75 and greater than or equal to 44, the Engineer may accept the material at a reduced price per Section 105. If the Quality Level of a CTS is less than 44, the Engineer may: (1) Require complete removal and replacement with specification material at the Contractor's expense. (2) Where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, as determined by the Engineer, permit the Contractor to leave the material in place with a pay factor, but not more than 75 percent of the bid price. Each CTS shall be 500 tons. If in -place densities of the CTS, as determined by nuclear density equipment before determining density of the cores, meet the CTS density requirements, the Contractor may begin production paving and continue to place hot mix asphalt pavement under the following conditions: (1) The period during which the Contractor continues to pave without test results from cores shall not exceed one workday. (2) Construction proceeds at the Contractor's risk. If correlation with the cores reveals that the densities do not meet the CTS requirements, the hot mix asphalt pavement placed subsequently will be subject to price reduction or removal and replacement. After production paving work has begun, a new Roller Pattern shall be demonstrated when a change in the compaction process is implemented. All additional costs associated with construction of the CTS shall be at the Contractor's expense. The hot mix asphalt placed in the CTS will be paid for per subsection 401.22, at the contract price for the hot mix asphalt. If the Contractor requests changes to the roller pattern that was established during the CTS, the Contractor must perform a Roller Pass Study to demonstrate that the specified density is obtained with the new roller pattern before proceeding with the paving operation with Engineer Approval. Page 250 of 292 December 18, 2024 Revision of Section 401 — Plant Mix Pavements - General All hot mix asphalt (HMA) materials or work will be evaluated for conformity to the Contract per subsection 105.05 except HMA that is used for patching and temporary pavement. The Contractor shall determine the necessary roller compaction process needed to produce a target pavement density of 94.0 percent of the average daily theoretical maximum specific gravity (RICE) values per Colorado Procedure 44 Method B. During the first day of production, three stratified random locations will be selected by the Department. At each location, a minimum of three 4 -inch diameter cores shall be taken by the Contractor within an 18 -square foot area of pavement. The Department will take possession of the set of three cores from each location and determine the intermediate percent relative compaction for each core. Each set of three cores will be averaged to produce the percent compaction for each location. A minimum of three locations will be used to measure the percent compaction of the first day of production. All coring shall be completed by the Contractor and submitted to the Department. Full production of the thin lift shall not begin until the required project compaction process is successfully established by the Contractor and approved by the Engineer. The approved compaction process shall be used for the duration of the thin lift paving. Changes to the thin lift mixture shall require a new roller compaction process. During production, density tests shall be taken at a frequency of one set of three cores per 500 tons of HMA placed. Each 4 -inch diameter core in the set shall be taken by the Contractor within an 18 -square foot area of pavement at each stratified random location. The Department will take possession of a set of three cores from each location to determine the intermediate percent compaction for each core. Each set of three cores will be averaged to produce the percent compaction for each location. The Contractor will be immediately notified when the Department locates areas of in -place density less than 89.8 percent of average RICE for the material. The actual area of pavement to be removed full width and replaced will be determined by the Contractor, taking one 4 -inch diameter exploratory core at 50 -foot intervals or less in each direction from the affected location until two successive locations are found in each direction which are greater than 90.9 percent of the average RICE for the material. End of Section Page 251 of 292 December 18, 2024 Revision of Section 403 - Hot Mix Asphalt Revision of Section 403 - Hot Mix Asphalt Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.01 shall be deleted and replaced with the following: Description 403.01. This work consists of constructing one or more courses of hot mix asphalt (HMA) on a prepared base per these specifications, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established. The HMA acceptance testing for this project shall be the gradation testing procedures per the CDOT Field Materials Manual. All mix designs shall be submitted in accordance with the following: (a) Contractor HMA Mix Designs. All HMA mix designs shall follow CP 52 including a completed Form 429 in the submittal package and any time a new HMA mix design is submitted. (b) Approval of HMA Mix Designs. All HMA mix designs will be approved following CP 54. Contractor coordination and communication with the Engineer is mandatory for the acquisition of all materials needed for verification testing. Mix design shall not be approved or used on the project when the verification process has not been satisfactorily completed and a Form 43 has been approved. S ampling of all materials shall be performed in the presence of the Engineer's representative. All material required in the submitted mix design package shall be collected the same day and in the same location during the scheduled sampling and pickup time. S ubmitted mix(es) oil samples, in an approved container(s), shall be provided to the Engineer's representative at the scheduled sampling and pickup time. (c) HMA Check Testing Program. The HMA Check Testing Program (CTP) shall follow CP 13. S ample splits of the HMA used for the CTP shall be taken in the presence of the Engineer's Representative. The sample splits shall follow: (1) Samples shall be from the same batches, loads, or trucks. (2) Batch tickets shall be submitted to the Engineer's Representative at the time of sampling. Failure to provide batch tickets at the time of sampling shall result in the rejection of the sample from the CTP. The CTP shall start over or Owner Acceptance test results will be used without dispute or challenge from the Contractor or subcontractor during the course of HMA paving operations. Page 252 of 292 December 18, 2024 Revision of Section 403 — Hot Mix Asphalt (3) CTP samples shall be from the same mix design that was submitted for the Engineer's review and acceptance. The Engineer shall not approve any CTP samples that are not from the HMA mix design which has been submitted for their review and acceptance. (4) An oven correction mix shall be prepared for the OA lab a minimum of 2 weeks before the CTP scheduled dates for all mix designs that are to be used in the CTP. The asphalt pavement shall be composed of a mixture of aggregate, filler if required, and asphalt cement. Hot Mix Asphalt (Patching) consists of those quantities required for the replacement of unstable corrugated areas in the existing pavement, pipe trenches, areas removed for curb and gutter forms, areas between the curb and gutter or sidewalk and the existing paved parking lots, and areas designated on the plans. These quantities will be restricted to small areas which require hand placement methods and where conventional paving equipment cannot be utilized. Materials 403.02. The materials shall conform to the requirements of subsections 401.02 through 401.06. The design mixes for hot mixes asphalt shall conform to the following: Page 253 of 292 December 18, 2024 Revision of Section 403 — Hot Mix Asphalt Table 403-1 — HMA Mix Design Properties Property Method Test LPG SX 64 — (PG SX 64- 22) S (PG S 64 — Patching (PG 76 — 28) 28) 22) Air at: Voids, N (design) percent CPL 5115 3.5 — 4.5 3.5 — 4.5 3.5 — 4.5 3.5 — 4.5 3.5 — 4.5 Lab N (design) Compaction CPL(Revolutions): 5�P 5 100 100 100 100 100 Stability, minimum CPL 5106 30 30 30 30 30 Aggregate Retained CP 45 60% 60% 60% 60% 60% on 4) and 2.36mm the Sieve SG, 4.75 and for (No. mm on S, (No. SX the 8) Sieve with Induced faces, Mechanically for at % ST minimum least fractured and SF 2 Accelerated Moisture Susceptibility Tensile Ratio minimum (Lottman), Strength Method CPL 5109 B 80 80 80 80 80 Minimum Tensile kPa (psi) Dry Strength, Split CPL 5109 Method B 205 (30) 205 (30) 205 (30) 205 (30) 205 (30) Grade Cement, of Top Asphalt Layer PG 64-28 PG 64-22 PG 76-28 Grade Cement, below Top of Asphalt Layers PG 64-22 PG 64-22 PG 64-22 PG 64-22 Voids Aggregate minimum in the (VMA) Mineral % CP 48 See 403-2 Table See Table 403-2 See Table 403-2 See 403-2 Table Table 403-2 See Al MS -2 65-75 Voids Filled with 65-75 65-75 65-75 65-75 Asphalt (VFA), Dust Ratio to Asphalt CP 50 0.6 — 1.2 0.6 — 1.2 0.6 — 1.2 0.6 — 1.2 0.6 — 1.2 Fine Coarse Gradation Gradation 0.8 — 1.6 0.8 — 1.6 0.8 — 1.6 0.8 — 1.6 Table Notes: Page 254 of 292 December 18, 2024 Revision of Section 403 - Hot Mix Asphalt • Al MS -2 = Asphalt Institute Manual Series 2 • Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. • Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. • Gradations for mixes with a nominal maximum aggregate size of 3/4" to 3/8" are considered a coarse gradation if they pass below the maximum density line at the #8 screen. • Gradations for mixes with a nominal maximum aggregate size of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the #16 screen. All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 — Minimum Voids in the Mineral Aggregate (VMA) Nominal mm Size*, (inches) Maximum ***Design Air Voids ** ***Design Air Voids ** ***Design Air Voids ** ***Design Air Voids ** 3.5% 4.0% 4.5% 5.0% 11.6 11.8 N/A 37.5 (11/2) 11.7 25.0 (1) 12.6 12.8 N/A 12.7 19.0 (3/4) 13.6 13.8 N/A 13.7 12.5 (1/2) 14.6 14.8 N/A 14.7 9.5 (%) 15.6 15.8 16.9 15.7 Table Notes: * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. *** Extrapolate specified VMA values for production air voids beyond those listed. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved before beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop, and the cause of segregation shall be corrected before paving operations will be allowed to resume. A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt when determined by the Engineer. Acceptance samples shall be taken per CP-41, as determined by the Engineer. Construction Requirements Page 255 of 292 December 18, 2024 Revision of Section 403 - Hot Mix Asphalt 403.03. The construction requirements shall be as prescribed in subsections 401.07 through 401.20. Areas to be patched shall be excavated and squared to a neat line, leaving the sides of the excavation vertical. Before placement of the patch, the exposed sides of the existing pavement shall be thoroughly coated with emulsified asphalt (slow -setting). Hot mix asphalt shall then be placed and compacted in succeeding layers not to exceed 3 inches in depth. The Contractor shall construct the work such that all roadway pavement is placed before the time paving operations end for the year, and shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. If liquid anti -stripping additive is added at the plant, an approved in -line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti -stripping additive. Method of Measurement 403.04. Hot mix asphalt will be measured as prescribed in subsection 401.21. Basis of Payment 403.05. The accepted quantities of hot mix asphalt will be paid for per subsection 401.22, at the contract unit price per ton for the asphalt mixture. Payment will be made under: Pay Item Pay Unit Ton Hot Mix Asphalt (Grading _) Ton Hot Mix Asphalt (Grading )(Asphalt) Ton Hot Mix Asphalt (Patching)(Asphalt) Ton Hot Mix Asphalt (Grading S)(100)(PG 64-28) Ton Hot Mix Asphalt (Grading S)(100)(PG 64-22) Hot Mix Asphalt (Grading SX)(100)(PG 64-28) Ton Aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately but shall be included in the unit price bid. Asphalt cement will not be measured and paid for separately but shall be included in the work. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately but shall be included in the work. Page 256 of 292 December 18, 2024 Revision of Section 403 - Hot Mix Asphalt Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately but shall be included in the work. The Contractor shall collect the scale ticket on each load when it is delivered to the project site and ensure that the information required in subsection 109.01 is shown on each ticket. The scale tickets shall be provided to the Engineer prior to the start of the next day's paving operations. The Contractor shall provide to the County, envelopes which contain the previous day's signed tickets and the following: (a) On each envelope: Project number, location, date of paving, type of material, daily total and cumulative total (b) One of the following: 1. Two adding machine tape tabulations of the weight tickets with corresponding total run and signed by two different persons, 2. One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person, or 3. Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids or adjustments. (c) A listing of any overweight loads on the envelope, including ticket numbers and amount over legal limit. (d) A comparison of the actual yield for each day's placement to the theoretical yield. Theoretical yield shall be based on the actual area paved, the planned thickness, and the actual density of the mixture being placed. Any variance greater than +2.5% shall be indicated on the envelope and a written explanation included. End of Section Page 257 of 292 December 18, 2024 Revision of Section 411 — Asphalt Materials Revision of Section 411 — Asphalt Materials Section 411 of the Standard Specifications is hereby revised as follows: Subsection 411.05 shall be revised to include the following: Bituminous materials will not be measured and paid for separately but shall be included in the unit prices for Hot Mix Asphalt (Grading SX)(100)(PG 64-22) and Hot Mix Asphalt (Patching)(Grading S)(100)(PG 64-22). End of Section Page 258 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements Section 420 of the Standard Specifications is hereby revised for this project as follows: Subsection 420.01 shall be revised to include the following: This work includes furnishing and installing geosynthetic material over unsuitable subgrade materials per these specifications and the details shown on the plans. Subsection 420.06, paragraph 1 shall be deleted and replaced with the following: 420.06 Erosion Control and Drainage. Geotextiles for erosion control or drainage shall be loosely laid (not stretched) with the roll direction the same as the anticipated water flow, and in a manner that avoids any rupture of the cloth. Geotextiles used for erosion control or drainage shall meet the requirements of subsection 712.08 and Tables 712-2a and 712-2b. Geotextile (Drainage)(Class 1) shall be placed under all riprap as shown on the plans or as directed by the Engineer. Subsection 420.07 shall be deleted and replaced with the following: 420.07 Geotextile Separator. Geotextiles used as separators shall meet the requirements of subsection 712.08 and Tables 712-a and 712-2b. The geotextile separator shall be installed per the following: (a) Subgrade Preparation: Clear, grub and excavate (as required) to the plan subgrade or undercut elevation, stripping topsoil, deleterious debris and unsuitable material from the site. Cut stumps and other projecting vegetation as close and even to the ground surface as practical. Specialized equipment with low ground pressure, as directed by the Engineer, shall be required for very soft soils to minimize subgrade disturbance. The surface of the subgrade shall be relatively smooth and level, and depressions or humps greater than 6 inches shall be graded out. (b) Geotextile Deployment: The geotextile material shall be placed directly on the prepared subgrade. The geotextile shall be placed by machinery or by hand labor. The geotextile shall not be dragged across the subgrade. The geotextile shall be unrolled in the direction of travel so the machine direction (i.e., long axis) of the roll is parallel with channelized traffic patterns. The geotextile shall be rolled out flat and tight with no folds or wrinkles. Wrinkles and folds in the geotextile (not associated with roadway curves) shall be removed by stretching and staking as required. The geotextile may be held in place before the placement of the aggregate base course or other cover material by pins, staples, or piles of fill or rock. On curves, the geotextile may be folded to conform to the curve or by cutting the roll to match the curve. Page 259 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements Adjacent rolls shall be overlapped along their sides and ends as a function of subgrade strength per Table 420-1. Table 420-1 — Minimum Required Overlap Subgrade Value Strength R- Overlap Width (Inches) of Unsewn Seam 5-10 30 10-20 24 > 20 18 If 30 inches of overlap is required, the overlap shall be sewn or otherwise adhered to limit the potential formation of a slip plane between the overlapped panels. Sewn seams shall be per the manufacturer's recommendations. Overlap the geotextile in the direction that fill will be spread to avoid peeling -back of the geotextile at overlaps by the advancing fill. Cut and overlap the geotextile to accommodate curves. The geotextile shall be cut using sharp shears, razor knives or handheld power (i.e., "cutoff") saws. The geotextile shall be cut to conform to immovable protrusions, such as manhole covers and vertical utilities. Overlap lengths will not be paid for separately but will be considered subsidiary to item 420. (c) Fill Placement: Before covering the geotextile separator with fill materials, the condition of the geotextile shall be inspected by the Engineer to determine that no holes, rips or other defects exist. If any defects are observed, the section of the geotextile containing the defect shall be repaired by placing a new layer of geotextile extending beyond the defect in all directions a minimum distance equal to the overlap shown in Table 420-1. Alternatively, the defective section may be replaced. See subsection 420.07(e). The first lift of cover material shall be end -dumped or spread over the geotextile from the edges of the geotextile. The height of the dumped pile shall be limited to avoid local bearing capacity failures. The first lift of cover material shall be graded to a 12 -inch thickness or to top of grade whichever is less and compacted. Equipment shall not be on the treated area with less than the minimum thickness of compacted cover material over the geotextile. Small dozer equipment or front-end loader shall be used to spread the cover material. Construction vehicles shall be limited in size and weight such that rutting in the initial lift is no deeper than 3 inches. If rut depths exceed 3 inches, the Contractor shall use a smaller size and weight of construction vehicles. Ruts shall be filled in with cover material. Construction equipment shall not travel over the exposed geotextile at speeds of more than 5 mph. Construction equipment shall not make turns on the first lift of cover material. Construction vehicles can dump aggregate fill as they advance, provided the construction traffic does not cause significant rutting upon bare subgrade. Sudden braking, sudden starting and sharp turning shall be avoided. Tracked construction equipment shall not be operated directly upon the exposed geotextile. Page 260 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements A minimum aggregate fill thickness of 6 inches is required before operation of tracked equipment on the geotextile. In addition, turning of tracked equipment shall be kept to a minimum to prevent tracks from displacing the fill and damaging the geosynthetic. On softer subgrade materials, aggregate fill shall be end -dumped from the edge of the previously placed material, spreading from the middle outward. (d) Compaction: Standard compaction methods shall be used to obtain the required compaction for the fill materials. The compaction tests shall be done per the requirements that are outlined elsewhere in the Specifications. (e) Installation and Repairs for Damaged Areas: Repairs to geotextiles shall be made in the field by placing a repair panel or patch over the damaged area. The repair panel shall extend a minimum of 3 feet beyond the edges of the damaged geotextile. Geotextile that is damaged after placement shall be removed and replaced at the Contractor's expense. Subsection 420.09 shall be revised to include the following: Geotextile (Separator) will be measured in place by the square yard of surface area, completed and accepted. Subsection 420.10 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Geotextile(Reinforcement)(Tensar InterAx NX 650) Square Yard Square Yard Geotextile Separator (Mirafi FW-300)(Contingency) Geotextile (Drainage)(Class 1) will not be measured and paid for separately but shall be included in work for the riprap pay item. Payment will be full compensation for all work and materials required to complete the item. Overlap and waste for geomembrane, geotextile, and geotextile materials will not be measured and paid for separately but shall be included in the work. Page 261 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements Geogrid Reinforcement for Roadway Embankment Description 420.11. This work consists of furnishing and installing geogrid reinforcement material, in accordance with these specifications and in conformity with the lines and grades shown on the plans or established. Materials 420.12. Geogrid is a polymer grid structure specifically fabricated for use as a soil reinforcement. Geogrid reinforcement material shall conform to the following: Table 420-2 Geogrid Reinforcement Properties Physical Properties Unit Characteristic Values Roll Length 1 262.5 or 328 Feet Roll Width 1 12.5 or 15.5 Feet Roll Weight1 lb 189 or 292 Mass per Unit Areal oz/sq yd 8.27 Continuous Parallel Rib Pitch inch 3.2 Rib Aspect Ratio3 >1.0 Node Thickness2 Inch 0.13 Color Identification White/Black/White Table Notes: 1 Unless indicated otherwise, values shown are minimum average roll values determined in accordance with ASTM D4759-02. 2 Nominal dimensions. 3 Ratio of the mid -rib depth to the mid -rib width. The minimum overlap of the geogrid reinforcement shall be 18 inches. The geogrid reinforcement shall manufactured from a coextruded, composite polymer sheet, which is then punched and oriented. The resulting structure shall consist of continuous and on - continuous ribs forming three aperture geometries (hexagon, trapezoid, and triangle) and an unimpeded suspended hexagon. The geogrid reinforcement shall contain stabilizers or inhibitors to prevent degradation of properties due to ultraviolet light exposure. The geogrid reinforcement shall be inert to all naturally occurring alkaline and acidic soil conditions. The manufacturer shall furnish certified test reports from an independent laboratory indicating that the material meets the requirements of the specification. For example, Tensar InterAx NX650 geogrid or an approved equivalent meets or exceeds the specifications outlined in Table 420-2. Page 262 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements Construction Requirements 420.13. Geogrid reinforcement shall be installed in accordance with the following: (a) Delivery, Storage, and Handling. Upon delivery, the Contractor shall check the geogrid to assure the proper material has been received. The geogrid material shall be in roll form with each roll individual identified. Rolls shall be stored in a manner that prevents excessive mud, wet concrete, epoxy, or other deleterious materials from coming in contact with and affixing to the geogrid. Rolls may be stored horizontally in stacks not to exceed five rolls high. Special care shall be taken in the handling of geogrids manufactured from polypropylene at temperatures at or below -14°F. Rolls shall not be stored in temperatures below -20°F. Rolls may be stored uncovered for up to 6 months in direct exposure to sunlight without any loss in certifiable structural properties. (b) Site Preparation. Clear, grub and excavate (if necessary) to the design subgrade elevation, stripping topsoil, deleterious debris and unsuitable material from the site. Smooth grade and compact the soils using appropriate compaction equipment. Grade or crown the surface for positive drainage away from the construction zone. (c) Geogrid Installation. Geogrid shall be laid at the proper elevation and alignment as shown on the plans or as directed by the Engineer. Geogrid shall be oriented such that the roll length runs parallel with traffic patterns. Place the rolls of geogrid in position, cut the roll bands and manually unroll the material over the subgrade. Unroll the geogrid in the direction of travel so that the long axis of the roll is parallel with channelized traffic patterns. Overlap adjacent rolls along their sides and ends per the manufacturer's recommendations. Care shall be taken to ensure that geogrid sections do not separate at overlaps during construction. Overlap the geogrid in a shingle pattern in the direction that fill placement will be spread to avoid "peeling" of geogrid at overlaps by the advancing fill. Weaker subgrades that are easily rutted with conventional construction traffic shall require an "end -dumping" operation. Adjacent geogrid rolls shall be mechanically connected to one another per the manufacturer's recommendations. Cut and overlap the geogrid to accommodate curves. Cutting may be done with sharp shears, a knife -like implement or handheld power (i.e., "cutoff") saws. Cut grid to conform to manhole covers and other immovable protrusions. Do not allow excessive buckling of the geogrid. Page 263 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements Geogrid rolls exhibit "roll memory" where the product may roll back upon cutting or reaching the end of the roll. The installer shall take appropriate measures to ensure that the product lies flat during fill placement. Geogrid material shall be secured to the ground surface by placement of loose fill at the corners and edges or as directed by the Engineer. The geogrid material may also be anchored in place to maintain overlaps and alignment over the coverage area. Before fully unrolling the geogrid, the center and the corners of the roll's edge shall be secured. (d) Dumping and Spreading Aggregate Fill: At least 6 inches of fill material is required for the initial lift thickness of aggregate fill over geogrids. However, for very soft conditions, a significantly thicker fill layer will be required to prevent rutting and/or bearing capacity failure of the underlying subgrade. Fill material shall be back -dumped from trucks riding on top of the reinforced fill and bladed onto the geogrid in such a manner that the fill rolls onto the grid ahead, e.g., by gradually raising dozer blade while moving forward. Standard, highway -legal, rubber -tired trucks (end dumps and belly dumps) may drive over the geogrid at very slow speeds (less than 5 mph) and dump aggregate fill as they advance. This construction traffic shall not cause rutting upon bare subgrade. Turns and sudden starts and stops shall be avoided. On softer subgrades, it may be necessary to back trucks up and dump fill upon previously placed fill. Caution shall be taken to avoid overstressing the subgrade soil both during and after fill placement. Tracked equipment shall not be driven directly on the geogrid. A minimum of 6 inches of aggregate fill (or required minimum design fill thickness) shall be spread between the geogrid and tracked equipment . On softer subgrades, a lightweight, low ground pressure (LGP) dozer shall be used to evenly push out the fill over the exposed geogrid. Do not to catch the dozer blade or other equipment on the geogrid. The dozer blade shall be raised gradually as each lift is pushed out over the geogrid. The fill material shall cascade onto the geogrid, rather than being pushed into it. Be aware of geogrid overlaps and advance the aggregate fill with the shingle pattern. (e) Compacting. Material placed over the geogrid shall be compacted in accordance with the compaction requirements for embankment for this project or as directed. Care shall be taken to assure the geogrid is not damaged. To ensure the geogrid is not damaged, rollers shall use static mode instead of vibratory mode. Backfill shall be compacted to 95 percent of the maximum density as determined by AASHTO T-99. The moisture content of the backfill material prior to and during compaction shall be uniformly distributed throughout each layer and shall be within two percent of optimum. Method of Measurement Page 264 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements 420.14. Geogrid reinforcement will be measured in place by the square yard of surface area, completed and accepted. Basis of Payment 420.15. The accepted quantities will be paid for at the contract unit price per square yard. Payment will be made under: Pay Item Pay Unit Geogrid (Reinforcement) Square Yard Payment will be full compensation for all labor, materials, equipment, and other items necessary and incidental to the completion of the work. Overlaps and wastage will not be measured and paid for but shall be included in the work. Aggregate Base Course will be paid for as provided in Section 304. Subsection 712.08 shall include the following: The material for Geotextile (Drainage)(Class 1) shall meet the properties in Tables 712-2a and 712-2b. For example, Mirafi FW-300 or an approved equal will meet this classification. Table 712-2a Geotextile (Drainage)(Class 1) Physical Properties Physical Properties Unit Typical Values Roll Length (minimum) 300 Feet Roll Width (minimum) 12.5 Feet Roll Area (minimum) Square Yard 417 Table 712-2b Geotextile (Drainage)(Class 1) Mechanical Properties Mechanical Properties Test Method Unit Minimum Roll Average Value Grab Tensile Strength ASTM D4632 lbs 400 (MD) 335 (CD) Grab Tensile Elongation ASTM D4632 % 20(MD) 15(CD) Trapezoid Tear Strength ASTM D4533 lbs 145 (MD) 125 (CD) CBR Puncture Strength ASTM D6241 lbs 1,250 ASTM D4491 gal/min/ft2 115 Flow Rate Permittivity ASTM D4491 sec -1 1.5 Percent Open Area COE-02215 % 8 Apparent Opening Size (AOS) U.S. Sieve 30 ASTM D4751 UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 Page 265 of 292 December 18, 2024 Revision of Sections 420 and 712 — Geosynthetics and Geogrid Reinforcements The material for geotextile separators shall meet the properties in Tables 712-2c and 712-2d. For example, Mirafi RS580i or an approved equal will meet this classification. Table 712-2c — Geotextile (Separator) Physical Properties Physical Properties Unit Typical Values Roll Length (minimum) 300 Feet Roll Width (minimum) 15 Feet Roll Area (minimum) Square Yard 500 Table 712-2d — Geotextile (Separator) Mechanical Properties Mechanical Properties Test Method Unit Minimum Roll Average Value Tensile Modulus @ 2% strain (CD) ASTM D4595 Ibs/ft 1,800 Tensile Modulus @ 5% strain (CD) ASTM D4595 lbs/ft 4,380 ASTM D4491 gal/min/ft2 Flow Rate 75 Permittivity ASTM D4491 sec -I 1.0 Apparent Opening Size (AOS) U.S. Sieve 40 ASTM D4751 Pore Size 095 microns 337 ASTM D6767 Pore Size 050 microns 192 ASTM D6767 Interaction Coefficient -- 0.9 ASTM D6706 ASTM D4884 Ibs/ft 3,000 Factory Sewn Seam UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 End of Section Page 266 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying Revision of Section 625 - Construction Surveying Section 625 of the Standard Specifications is hereby revised for this project as follows: Section 625 shall be deleted and replaced with the following: Description 625.01. This work consists of the construction surveying, calculating, and staking necessary for the construction of all elements of the project. The work shall be done under the supervision of a Professional Land Surveyor (PLS) or Professional Engineer (PE) who is experienced and competent in road and bridge construction surveying and licensed in the State of Colorado. The P LS or PE shall maintain their license in good standing through the entire Contract period. Locating, preserving, referencing, installing and restoring land monuments such as Primary Control monuments from which the right of way or any land boundary will be calculated, described or monumented, Public Land Survey System (PLSS) monuments, General Land Office (GLO) monuments, Bureau of Land Management (BLM) monuments, Mineral Survey (MS) monuments, Right-of-way (ROW) monuments, property boundary monuments, easement monuments, and other monuments that are required by law or regulation to be established by a P LS, and the determination of any land boundary, shall be done per Section 629, under the supervision of a Professional Land Surveyor (PLS) who is experienced and competent in Right of Way and boundary surveying and licensed in the State of Colorado. The PLS shall be available to review work, resolve problems, and make decisions in a timely manner. U nless specified otherwise in the Contract, all survey procedures shall be in conformance with the CDOT Survey Manual. If the Revision of Section 102 Project Plans and Other Data states 3D modeling data is available, the Contractor shall utilize 3D Engineered Construction Surveying (3DECS). 3DECS is the use of global positioning and or robotic instruments to guide construction equipment operations by comparing 3D model information in real time. For 3DECS, either the construction equipment is fed modeling information and makes automatic adjustments (machine control), or the equipment operator is fed the information and makes physical adjustments. The Contractor is hereby noticed that if Weld County provides any design CAD files to the Contractor's surveyor for construction surveying purposes, it is doing so as a courtesy to the Contractor. The CAD files are not considered Contract Documents and shall not be used in relation to any request for additional time or compensation. The Contractor shall have a GPS(ROVER) with the correct files loaded onsite and available to the Inspector at any time for grade checking and testing/inspection locations. Centerline stationing stakes shall be provided without option. Page 267 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying Adobe Sign software shall be used for electronic seals by the Contractor's Engineer, a P rofessional Engineer, or a Professional Land Surveyor. Electronic signatures and seals shall comply with the requirements of the Architects, Professional Engineers, and Professional Land S urveyors Rules and Regulations, 4 CCR 730-1. Materials and Equipment 625.02. The Contractor shall furnish all personnel, survey equipment, safety equipment, materials, and traffic control necessary to perform the required construction surveying and staking. All surveying equipment, including: (a) Total stations, LiDAR scanners, levels, rods, tapes, tripods, tribrachs, and Global Positioning System (GPS) receivers and equipment, shall be checked and calibrated per the CDOT Survey Manual, Chapter 6, Section 6.1.10, and documented in the survey records before the start of work and every six months thereafter. (b) Electronic Distance Measuring Instruments (EDMI) and total stations shall be checked and calibrated on a National Oceanic and Atmospheric Administration/ National Geodetic S urvey (NOAA / NGS) calibrated baseline per the CDOT Survey Manual, Chapter 2, S ection 2.1 and 2.2, and documented in the survey records before the start of work and every six months thereafter. (c) GPS receivers and equipment shall be checked and calibrated on a NOAH / NGS calibrated baseline per the CDOT Survey Manual Chapter 3 and documented in the survey records before the start of work and every six months thereafter. (d) Levels shall be checked and calibrated per the CDOT Survey Manual, Chapters 5 and 6, and documented in the survey records before the start of any level circuit. If any survey equipment is found to be functioning outside the manufacturer's specified tolerance, certification from an approved repair facility showing that the instruments have been repaired, properly adjusted, or both, if necessary, shall be included in the survey records and submitted to the Engineer before being used. Traffic control shall be per Section 630. Construction Requirements 625.03 General. The Department will establish Primary horizontal and vertical control for the project. All available information defining the extent of that control is provided on the plans per the CDOT Survey Manual Chapter 6 or is available from the Engineer. A Presurvey Conference — Construction Survey shall be held per the CDOT Survey Manual Chapter 6, before performing any surveying work under this section. The Engineer, Region S urvey Coordinator (or designee), Contractor's Superintendent, Contractor's Surveyor (PLS) Page 268 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying and Party Chief shall attend. A Presurvey Conference — Construction Survey Form shall be included per the CDOT Survey Manual Chapter 6. A surveying work schedule shall be submitted to the Engineer for review before the conference. 625.04 Contractor Surveying. The Contractor shall perform all construction surveying and staking necessary for construction of the project. Construction surveying and staking shall be based on the Primary Horizontal and Vertical Control established by the Department. The Contractor shall check all Department established Primary horizontal and vertical control points per the CDOT Survey Manual Chapter 6 and verify and document in the survey records their horizontal accuracy tolerance per the CDOT Survey Manual Chapter 5, and their vertical accuracy tolerance per the CDOT Survey Manual Chapter 6, for a CDOT Class A - Primary Survey before using them for construction surveying control. The Contractor's surveyor shall provide a map and list of all control points, including established control points, with locations and elevations. The Contractor shall protect all control points, and immediately re-establish any that are damaged or removed during the progress of the project. The establishment of all control points shall be done per the CDOT Survey Manual, Chapter 6. Before beginning construction, the Contractor's surveyor shall stake all Right of Way corners, Permanent Easements, and Temporary Construction Easements shown on the approved ROW plans with temporary (for the duration of the project) points using re -bar, lath, or hubs and marked with flagging, so they are easily visible. Those indicating the limits of construction within which the Contractor is allowed to work shall be maintained throughout the project. The Contractor shall protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. During construction, the Contractor's surveyor shall provide and maintain construction stakes with offsets for the Department's use. The construction stakes shall include information required by the CDOT Survey Manual, Chapter 6. The Contractor shall protect and immediately re- establish any construction stakes that are damaged throughout the project. Planned Centerline shall be staked and maintained with station numbers throughout the entire project. An approved offset can be used (ROW, TOS, etc.) but shall be indicated with an offset distance on the stake. Maximum staking interval for tangent are 200' and 50' on curves. The Contractor shall use 3D Engineered Surveying and the following shall apply: 1. All surveying shall be based on the Primary Horizontal and Vertical Control established by the Department. 2. The Contractor shall provide construction stakes for the control points of the project centerline or Engineer approved offset line (i.e., POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual) and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. Page 269 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying 3. Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. 4. The maximum staking interval for the project centerline shall be 500 feet on tangents and 100 feet on curves or as specified on the survey tabulation sheet. All project centerline control points as shown on the plans shall be staked. 5. Within the first week of the Contractor utilizing 3DECS, the Contractor shall check their 3DECS system and verify on writing to the Department that the accuracy of the system complies with the contract requirements. 6. The Contractor shall conduct an as -constructed survey of the following items: Installed or relocated utility lines as shown on the utility plans, including those installed or relocated by the Contractor or by others A. Installed or relocated culverts, conduit, inlets, or other drainage features B. Traffic signal heads, poles, pushbutton assemblies, and controller cabinets. C. ITS fiber vaults, splice points, interfaces, nodes and other assets D. Lighting including pull boxes, meters and light standards. The as -constructed survey shall be completed per the CDOT Survey Manual, Chapter 6, Section 6.14. At no cost to the Department, the Contractor shall revert to traditional surveying and disband using 3DECS should the Engineer determine the existence of contractor quality or accuracy issues related to 3DECS. The Contractor shall check all Department established Primary horizontal and vertical control points per the CDOT Survey Manual Chapter 6 and verify and document in the survey records their horizontal accuracy tolerance per the CDOT Survey Manual Chapter 5, and their vertical accuracy tolerance per the CDOT Survey Manual Chapter 6, for a CDOT Class A, Primary Survey before using them for construction surveying control. 625.05 Staking. Acceptable staking placement intervals for the various construction survey items are described in the CDOT Survey Manual Chapter 6. Staking placement intervals specified on the Survey Tabulation Sheet have precedence over those in the CDOT Survey Manual. Stationing shall be established in the field on centerline or an approved offset. 625.06 Accuracy and Tolerances. Horizontal and vertical accuracy tolerances for Secondary Control surveys and monuments, and for each construction item being staked shall be as specified in the Contract or in the CDOT Survey Manual Chapter 6. If a discrepancy should occur, the higher degree of accuracy or the more restrictive tolerance shall apply. Page 270 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying Horizontal accuracy tolerances for Primary Control surveys and monuments shall be as specified in the CDOT Survey Manual Chapter 5. Vertical accuracy tolerances for Primary Control surveys and monuments shall be as specified in the CDOT Survey Manual Chapters 5 and 6. Horizontal accuracy tolerances for Secondary Control surveys and monuments shall be as specified in the CDOT Survey Manual Chapter 6. Vertical accuracy tolerances for Secondary control surveys, monuments, and/or Secondary benchmarks shall be as specified in the CDOT Survey Manual Chapter 6. 3D Engineered surveying accuracy and tolerances shall be the same as the staking accuracy and tolerances stated in the CDOT Survey Manual. 625.07 Responsibility and Inspection. Supervision and coordination of construction surveying and staking is the Contractor's responsibility. The Engineer may inspect the Contractor's surveying; however, such inspection will not relieve the Contractor of any responsibility for accuracy or completeness of work. The Contractor shall check the work to verify the accuracy and include documentation of this check in the Survey Records. All Contractor surveying inaccuracies, errors, or omissions shall be corrected at the Contractor's expense. Engineer's inspection or the Contractor's corrections shall not entitle the Contractor to additional payment or contract time extension. 625.08 Reset Monuments and Stakes. Primary and Secondary Control monuments, benchmarks, and other significant stakes that are damaged, destroyed, or made inaccessible by the progress of construction shall be replaced, transferred or re-established at the Contractor's expense per the CDOT Survey Manual Chapter 6. A supplemental or amended Project Control Diagram shall be submitted to the Engineer and the Weld County Surveyor for any replaced, transferred or re-established Primary Control monuments per the CDOT Survey Manual Chapter 6. Locating, preserving, referencing, installing and restoring land monuments such as Primary Control monuments from which the right of way or any land boundary will be calculated, described or monumented, PLSS monuments, GLO monuments, BLM monuments, MS monuments, ROW monuments, property boundary monuments, easement monuments, and other monuments that are required by law or regulation to be established by a PLS, shall be done per Section 629, under the supervision of a PLS who is experienced and competent in Right of Way and boundary surveying and licensed in the State of Colorado. 625.09 Changes. All changes in lines and grades required by field conditions and all discrepancies in grades, alignment, location or dimensions detected by the Contractor shall be immediately submitted to the Engineer in writing. No changes in given data or plans will be allowed unless approved by the Engineer in writing. All changes shall be documented in the survey records. Page 271 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying 625.10 Pay Quantities Measurements. The Engineer will perform all interim and final measurements deemed necessary by the Department to determine contract pay quantities. The Contractor shall establish and maintain Primary and Secondary Control points and stationing as required for these measurements. 625.11 Survey Records. Survey records shall be completed as the work is done. Field survey notes for construction surveying and checking by the Contractor shall be recorded in survey records in conformance with the format given in the CDOT Survey Manual Chapter 6, Section 6.1.15. Survey field books shall be indexed per the Survey Manual Chapter 2. The Contractor shall make all survey records generated available to the Engineer for inspection or reproduction at all times. The Contractor shall submit all survey records to the Engineer before final project acceptance. All survey records are considered property of the Department. The responsible PLS or PE identified in subsection 625.01 shall electronically seal all survey records. The electronic format shall contain the information and format as required in the Survey Manual Chapter 2 and Chapter 6, including stakeout data and the raw data from the actual placement of stakes. The records shall be electronically sealed by the PLS in responsible charge identified in subsection 625.01. Initial staking for major structures (overhead signs, concrete box culverts, bridges, and all other structures assigned a structure number) shall be done per the CDOT Survey Manual Chapter 6, from two independent setups. An independent check shall be made by the Contractor and shown in the survey records for all bridge structures. Method of Measurement 625.12. Construction surveying will not be measured but will be paid for on a lump sum basis. Basis of Payment 625.13. Payment for construction surveying will be the contract lump sum bid and will be full compensation for all surveying work necessary to complete the project as shown on the plans, to include all resetting of stakes, marks, monuments, Secondary and Primary Control points, and preparing supplemental or amended Project Control Diagrams. Construction surveying required by plan force account or by additional work beyond the scope of the original Contract will be paid for at a negotiated rate not to exceed the rate established in Section 105. That rate shall also apply to reductions in construction surveying as impacted by reductions or deletions to the original contract work. Any survey work not performed to the contract requirements shall be subject to price reduction or rejection. Partial payment for construction surveying, as determined by the Engineer, will be made as the work progresses. The Contractor shall submit a schedule of estimated contractor construction surveying time as required on the Survey Tabulation Sheet before the first partial payment is Page 272 of 292 December 18, 2024 Revision of Section 625 - Construction Surveying made. Copies of the Survey Records for all completed survey work shall be submitted to the Engineer before payment of the monthly estimate. Before final payment is made, the Contractor's responsible PLS shall complete and electronically seal all survey records and the Project Control Diagram (supplemental or amended). Submit the survey records and the supplement or amended Project Control Diagram to the Engineer and the Weld County Surveyor for review. Before final payment is made, all construction survey markers shall be removed. It is not acceptable to hammer the markers into the ground as they pose a hazard to agricultural operations. Payment will be made under: Pay Item Pay Unit Construction Surveying Lump Sum Traffic control for construction surveying will be measured and paid for per Section 630. All costs associated with 3DECS surveying will not be measured and paid for separately but shall be included in the work. End of Section Page 273 of 292 December 18, 2024 Revision of Section 626 - Mobilization Revision of Section 626 - Mobilization Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall be deleted and replaced with the following: 626.01. This work consists of the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project. This item shall also include the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations that must be performed before beginning the other items under the Contract. Construction of temporary accesses/roads into the work areas, and removal of the accesses/roads after construction is completed, shall be included in the Mobilization bid item. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS. The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County before Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The Contractor shall not park any vehicles or equipment in or disturb any areas not approved by the Engineer. The County has acquired Temporary Construction Easements (TCEs) for work on the project. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCEs. All agreements made between the Contractor and the private property owners for additional TCEs shall be made in writing and a copy of all written agreements shall be furnished to the County before any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCEs obtained by the Contractor and shall modify the Erosion and Sediment Control Plans and CDPS-SCP to include TCEs. The Contractor shall inform the property owners and the tenants at the properties before construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All Page 274 of 292 December 18, 2024 Revision of Section 626 — Mobilization disturbances outside the Project Limits shall be pre -approved by the County and secured by the Contractor, at Contractor's expense. In addition, the Contractor will be required to secure Permission to Enter for property owners' access that extend beyond the Right of Way Line. No separate payment will be made. Contractor to review the access plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry before entry. End of Section Page 275 of 292 December 18, 2024 Revision of Section 627 — Pavement Marking Revision of Section 627 — Pavement Marking Section 627 of the Standard Specifications is hereby revised for this project as follows: Section 627.13 shall be revised to include the following: Pay Item Pay Unit Pavement Marking Paint (Waterborne) Gallon End of Section Page 276 of 292 December 18, 2024 Revision of Section 629 - Survey Monumentation Revision of Section 629 - Survey Monumentation Section 629 of the Standard Specifications is hereby revised for this project as follows: Delete all references to "CDOT Region Survey Coordinator" and replace with "Weld County Surveyor. S ubsection 629.02, paragraph 2 shall be deleted and replaced with the following: Monuments shall be furnished by the Contractor. Monument boxes and lids, except locking lids, shall be furnished by Weld County. The various types of monuments and monument boxes shall be constructed according to the details shown on Standard Plan M-629-1, with the following exceptions for Type 3A (PLSS) Monuments located within Weld County right-of-way: 1. The monument and cap specifications must meet the applicable and most recent editions of the Colorado Revised Statutes and Colorado State Board of Licensure for Professional Engineers and Land Surveyors Rules and Policies. A number 6 diameter by 30 -inch -long rebar is acceptable for PLSS monuments in Weld County right-of-way. 2. The final rim elevation of the monument box shall be 3/8" lower than the adjacent final roadway surface elevation. 3. A locking lid is not required for monument boxes located in Weld County right-of-way. The Contractor shall furnish all labor, survey tools, equipment, monuments and replacement monuments, and incidental materials such as but not limited to concrete, grout, pea gravel, asphalt caulk, glue, epoxy, nails, stakes, and lath. S ubsection 629.03, paragraph 2 shall be deleted and replaced with the following: A Presurvey Conference — Construction Survey shall be held per the CDOT Survey Manual Chapter 6, Section 6.1.6, before performing any surveying work under this section. The Engineer, Inspector, Contractor's Superintendent, Contractor's Surveyor (PLS) and Party Chief shall attend. A Presurvey Conference — Construction Survey Form shall be included per the CDOT Survey Manual Chapter 6, Appendix 6.A.4. A surveying work schedule shall be submitted to the Engineer for review before the presurvey conference. S ubsection 629.05, paragraph 5 shall be deleted and replaced with the following: When conflicting evidence of the location of an existing PLSS, GLO, BLM, or MS monument is encountered and construction activity is planned which will alter the evidence, the monument shall be referenced, and the survey records shall include the information required in subsection 629.03. A minimum of two permanent reference monuments shall be established per the CDOT S urvey Manual, Chapter 5, Section 5.11.9, and Section 5.11.10, to reference the location of all existing found monuments. Reference monuments must meet the required physical standards Page 277 of 292 December 18, 2024 Revision of Section 629 - Survey Monumentation of the actual monument for the type of monument being referenced. These references shall be set when all of the following conditions are met: S ubsection 629.07 shall be revised to include the following: When any portion of an existing paved roadway surface adjacent to an existing PLSS monument box will be removed, the following monument box adjustment procedures shall be followed: Before Roadway Removals: 1. Carefully remove the monument box riser and lid or entire monument box without disturbing the monument. 2. Check the top of monument box elevation (the portion that will remain), top of monument cap elevation, and adjacent existing roadway surface elevation and report these elevations to the Contractor and Engineer at least 72 hours prior to removal operations at this location. a. If removals will disturb the monument, all requirements of Subsections 629.04 and 629.05 shall be followed. Before Paving Final Lift: 1. Carefully reinstall the monument box riser and lid or entire monument box without disturbing the monument. a. The monument box rim elevation shall be set 3/8" lower than the adjacent final road surface elevation. After Paving Final Lift: 1. Expose and clean the monument box lid and rim. 2. Seal any gaps along the edge of monument box rim using approved caulking. S ubsection 629.08 shall be revised to include the following: When Construction Surveying is included in the contract, locating, preserving, and referencing of existing PLSS, GLO, B.L.M., and MS monuments in accordance with Subsections 629.04 and 629.05 will not be measured and paid for separately but shall be included in the work. Where existing PLSS, GLO, B.L.M., and MS monuments can be preserved but are disturbed by the Contractor, their re -installation in accordance with Subsections 629.05 and 629.06 will not be measured and paid for separately but shall be included in the work. S ubsection 629.09, paragraph 4 shall be deleted and replaced with the following: Before final payment is made for the items below that are contained in the contract, Construction S urveying, and project retainage, the following three items shall be completed, bear the seal and signature of the responsible PLS identified in Subsection 629.01, and have copies submitted to Page 278 of 292 December 18, 2024 Revision of Section 629 - Survey Monumentation the Engineer for review before being deposited with the county per Title 38 CRS, Property Real and Personal, State Board Rules and Policies, MOU, and the CDOT Survey Manual: Subsection 629.09 shall be revised to include the following: Pay Item Pay Unit Survey Monument (Type 3A) Each End of Section Page 279 of 292 December 18, 2024 Revision of Section 630 - Traffic Control Management Revision of Section 630 — Traffic Control Management Section 630 of the Standard Specifications is hereby revised for this project as follows: All references to "Approved Product List" shall mean the COOT Approved Product List. Subsection 630.01 shall be revised to include the following: This work includes furnishing, operating, and maintaining variable message boards. Variable message boards shall be installed 2 weeks prior to the start of construction and shall remain in place for the duration of the project. The Contractor shall coordinate the placement of the variable message boards with the Engineer prior to placement. This work includes furnishing, installing, and maintaining additional signage as deemed necessary by the Engineer to provide additional messaging or safety warnings to the workers and the public. Additional signage shall not be measured separately but shall be included in the Work. This work shall include the furnishing of, operating of, and maintaining of a truck or trailer with an attached attenuator as needed. Attenuators shall not be measured and paid for separately but shall be included in the Work. The Contractor shall submit a traffic control plan to the County for review and approval before construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. The sample traffic control plan may not be all-inclusive. The Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the workers and the public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and crossroads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment Page 280 of 292 December 18, 2024 Revision of Section 630 — Traffic Control Management intermittently block a traffic lane (i.e. trucking in fill materials, exporting excavated materials, exporting unsuitable materials, etc.). Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. If temporary concrete barriers are required for portions of the work, the Contractor shall coordinate their placement with the Engineer. Subsection 630.02, paragraph 9 shall deleted and replaced with the following: Variable Message Signs (Portable) shall conform to the requirements of the Section 630.03(a), Portable Message Sign Panel. Subsection 630.03 shall be revised to include the following: (a) Portable Message Sign Panels (Variable Message Boards). Variable Message Boards shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three, eight -character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre -default message that activates before a power failure. The sign shall be solar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under both day and night conditions. The message shall be legible from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front cover. Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. (3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble -shooting guide. (4) The portable message sign shall be capable of maintaining all required operations under Colorado mountain -winter weather conditions. Page 281 of 292 December 18, 2024 Revision of Section 630 — Traffic Control Management (5) Each sign shall be furnished with an attached license plate and mounting bracket. (6) Each sign shall be wired with a 7 -prong male electric plug for the brake light wiring system. S ubsection 630.09 shall be revised to include the following: Truck Mounted Attenuators shall be supplied by the Contractor when required. The truck mounted attenuator shall be approved by the FHWA to meet NCHRP 350 criteria for level TL -3 collisions. The attenuator shall be mounted to a suitable truck in a manner meeting the Manufacturer's specifications. The truck shall be furnished with a roof mounted Advance Warning Flashing or Sequencing Arrow Panel (B Type). The truck shall be used when setting up or taking down the work zone and shall be parked in the activity area protecting the construction work while work is being performed, unless otherwise directed. Trailer Mounted Attenuators shall be supplied by the Contractor when required. The Contractor shall supply a vehicle with an attached trailer attenuator approved by the FHWA to meet NCHRP 350 criteria for level TL -3 collisions. The trailer attenuator shall be attached to a suitable host truck in a manner meeting the Manufacturer's specifications, to include factory -installed 20 -ton (minimum) rated pintle hook and 1/2 -inch (minimum) steel frame plate, or as specified by Manufacturer. The trailer shall be furnished with a mounted Advance Warning Flashing or Sequencing Arrow Panel (B Type). The weight of the host truck shall be between 10,000 and 20,000 Ibs, or as specified by the trailer mounted attenuator manufacturer. The Contractor shall provide a certified scale ticket confirming the weight of the truck without trailer attached. The Trailer Mounted Attenuator attached to its host truck shall be used when setting up or taking down the work zone and shall be parked in the activity area protecting the construction work while work is being performed, unless otherwise directed. A buffer zone shall be provided in front of the host truck, for worker safety. This buffer zone shall be in accordance with the manufacturer's recommendations, but shall be no less than 100 feet in length, unless otherwise directed. S ubsection 630.13 shall be revised to include the following: The variable message boards shall be setup and operational on the project site at least 14 calendar days prior to the start of active roadway construction. Maintenance, storage, operation, relocation to different sites during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. S ubsection 630.17 Rolling Roadblock shall be added and subsequent numbering in Section 630 shall be adjusted. S ubsection 630.17(a), paragraph 3 shall be deleted and replaced with the following: Page 282 of 292 December 18, 2024 Revision of Section 630 — Traffic Control Management A minimum of two weeks before start of rolling roadblock operations, the Contractor shall provide the date and times that rolling roadblock operations are to begin to the Engineer. Portable VMS signs shall be displayed one week before work with the messages shown on the plans. Subsection 630.18 shall be deleted and replaced with the following: 630.18. All traffic control devices including but not limited to: temporary signing, attenuator truck/trailer, traffic control management, and traffic control inspection shall be included in the Lump Sum cost for the Traffic Control (Special) bid item. Resetting, repairing, or replacing traffic control devices is considered maintenance of the devices. Cleaning and maintaining of traffic control devices is incidental to the Traffic Control (Special) bid item and will not be paid for separately. The quantity to be measured for flagging will be the total number of flaggers that are used as authorized per day based on the approved MHT in use for the day. Payment will not be made for time spent by flaggers to set up and take down construction traffic control devices. Hours in excess of those authorized shall be at the Contractor's expense. Variable Message Boards (VMS) shall be in placed 2 weeks prior to the start of construction and shall remain in place for the duration of the project. Variable message boards shall be used for advance warning prior to construction, throughout construction, post construction, and along detour routes as directed by the Engineer. Mobile attenuators shall not be measured and paid for separately but shall be included in the work. Temporary concrete barrier shall be measured by the linear footage installed and accepted. Subsection 630.19 shall be deleted and replaced with the following: 630.19. Payment for the individual traffic control devices necessary to complete the work shall be full compensation for furnishing, erecting, cleaning, maintaining, resetting, repairing, replacing, moving, removing, and disposing of the construction traffic control devices. All construction traffic control devices that are not permanently incorporated into the project will remain the property of the Contractor. Payment will be made under: Pay Item Pay Unit Traffic Control (Special) Lump Sum Variable Message Boards Each Flagging Hour Concrete Barricade (Furnish and Install) Linear Foot Page 283 of 292 December 18, 2024 Revision of Section 630 — Traffic Control Management When Traffic Control Management and Traffic Control Inspection are not pay items, Traffic Control Management and Traffic Control Inspection will not be paid for separately, but shall be included in the work. Flagger hand devices will not be measured and paid for separately but shall be included in the work. Cost of electrical power, including batteries, for all temporary lighting or warning devices shown on the TCP will not be paid for separately but will be considered subsidiary to the item. Temporary masking signs, including the covering materials and fastening devices, will not be measured and paid for separately but shall be included in the work. If the Contractor fails to complete construction within the approved contract time, Payment will not be made for the use of Section 630 pay items for the period of time after expiration of the approved contract time. These items shall be provided at the Contractor's expense. Cleaning and patching of the roadway after removal of the Channelizing Device (Fixed) will not be paid for separately but shall be included in the work. Placement, unmasking, removal and masking of reduced speed limit signs and double fines signs, will not be measured and paid for separately but shall be included in the work. Preparation and implementation of the Traffic Management Plan will not be measured and paid for separately, but shall be included in the work, except for public information services which will be measured and paid for per Section 626 as revised for this project. Traffic Control Management, vehicles, traffic control devices, and all other work, materials and equipment necessary for the mobile pavement marking zone will not be measured and paid for separately but shall be included in the work. Temporary concrete barrier walls, if required, will not be measured and paid for separately but shall be included in the work. End of Section Page 284 of 292 December 18, 2024 Revision of Section 632 - Night Work Lighting Revision of Section 632 - Night Work Lighting Section 632 is hereby added to the Standard Specifications for this project as follows: Description 632.01. This work consists of furnishing, installing, operating, maintaining, moving, adjusting, and removing lighting to illuminate construction work spaces for night work. Night work will be defined as work performed between 30 minutes before sunset and 30 minutes after sunrise. Materials and Equipment 632.02. The Contractor shall provide lighting for night work in the activity area work space where construction equipment, workers on foot, or both are present. The work space is that portion of the roadway closed to road users, or outside of the roadway, set aside for workers, equipment and materials performing contract work. The work space may be stationary or may move as the work progresses. Illumination may be accomplished by using a combination of portable lights, floodlights, equipment mounted lights, or other lighting methods that will provide the required minimum lighting intensity. Light fixtures that are mounted on the construction equipment shall have a secure connection to minimize vibration and ensure that the view of the equipment operator is not obstructed. Portable lights shall be aimed either generally parallel or perpendicular to the roadway, aimed downward towards the work to avoid glare to oncoming drivers. Existing street and highway lighting shall not eliminate the need for the Contractor to provide work area lighting. Vehicle headlights shall not be permitted as the sole means of illumination while working. 632.03 Portable Generator and Inverter Generator. The Contractor shall provide a portable generator, inverter generator, or both as needed to power the added equipment mounted lights on motorized equipment if the existing power supply on the equipment is insufficient to power the added lights. Fuel tank capacity and availability of fuel on site shall be sufficient to permit uninterrupted operation throughout the planned shift. All power sources shall be equipped with a ground -fault circuit interrupter. The generator shall be placed or temporarily mounted on the equipment without obstructing access onto the equipment or the view of the operator. 632.04 Light Meter. The Contractor shall furnish a light meter for use by the Engineer. The meter shall have a digital display calibrated to NIST standards, shall be cosine and color corrected with an accuracy of +/- 5 percent. The light meter shall remain the property of the Contractor after final acceptance. Construction Requirements 632.05. Lighting for night work shall include: (1) Minimum lighting intensity of 5 -foot candles for work space illumination. Page 285 of 292 December 18, 2024 Revision of Section 632 - Night Work Lighting (2) Illuminate the stationary work space as stated in (1) above where construction equipment, workers on foot or both are present. (3) Light sources shall be positioned not to interfere with or impede traffic in any direction and not cause glare for motorists or onto adjacent properties whenever possible. The Contractor shall make adjustments, use visors or shields, or both to minimize glare. (4) Illumination for mobile operations within a closed travel lane with traffic control devices will be defined as 20 feet in front of and behind and 5 feet to each side of each piece of moving equipment. (5) The Contractor shall provide portable lights for Engineer's and contractor personnel performing materials testing for either mobile or stationary operations to illuminate the testing work space as stated in (1) above. For concrete operations at night, the Contractor shall illuminate the designated concrete truck washout location including the access and the wash out site. (6) Workers on foot, performing work within a moving work space (i.e., striping layout/installation, surveying, etc.) shall wear ANSI approved high visibility apparel and headwear for Class 3 risk exposure including vest, Class E pants or leg gaiters, and reflective tape on hard hats. Workers may use portable lighting that can be worn on the hard hats that provide 360 -degree visibility. (7) Portable light towers and lights mounted on stands shall be sturdy and free-standing without the aid of guy wires or bracing. Minimum illumination levels as stated in (1) above shall be maintained at a distance of 5 feet on all sides of stationary equipment with either equipment mounted or free-standing lights. (8) The Contractor shall ensure that all pieces of equipment have operating lights to illuminate operator's controls, backhoe and loader buckets, and illuminate the equipment reach limits around rotating equipment (i.e., the paving machine shall have illumination for the hopper, auger, and screed areas). (9) The TCS vehicle shall have the rear of the truck illuminated while installing, maintaining, and removing traffic control devices unless sufficient lighting levels exist with stationary lights. (10) The Contractor shall maintain a uniformity ratio no greater than 5:1 over the stationary work space. Uniformity ratio is the ratio of average to minimum horizontal illuminance within the work space. The uniformity ratio shall be determined by dividing the average of all light meter measurements by the light meter measurement at the darkest spot within the illuminated area. 632.06 Night Work Lighting Plan. The Contractor shall submit a lighting plan to the Engineer for review signed by the Contractor's designated person three days in advance of the Page 286 of 292 December 18, 2024 Revision of Section 632 — Night Work Lighting Preconstruction Conference. The lighting plan shall appropriately describe the work and include the following: (1) Layout drawing and supplemental narrative showing light locations, equipment mounted lights, and configuration including both typical spacing and lateral placement for each work activity. (2) Tabulation of lights for those lights that are included within the Night Work Lighting pay item. Lights included in the tabulation such as tower lights, lights mounted on stands and lighting mounted to mobile equipment (not original equipment lights) but those additional equipment mounted lights or portable lights that provide the 20 feet in front and behind illumination zone shall have catalog cuts giving the specific brand names, model numbers, lamp type and wattage. (3) Narrative description of those operations where workers will be on foot in a moving work space. (4) Details of hoods, visors, louvers, shields or other means to be used to minimize glare. The plan shall be revised and updated by the Contractor as requested by the Engineer during the progress of the work to accommodate changes to the work. 632.07 Inspection of Lighting. Lighting inspection by the Engineer will be performed jointly with the Contractor's designated person on a drive through the project to include (1) observation of the lighting setup to evaluate glare potential for drivers and workers and (2) light meter measurements to determine minimum illumination levels. The Contractor shall make adjustments to the lighting as needed based on the Engineer's inspection. In the event of any failure of the lighting system, the Engineer may determine to discontinue work until the required level of illumination is restored. Delays due to insufficient lighting levels are the responsibility of the Contractor. Any corrections and deficiencies needed to provide the minimum illumination levels shall be addressed by the start of the next work shift. The Engineer will take light meter measurements to verify the minimum lighting levels using a light meter provided by the Contractor during the night work shift. Light meter readings will be taken within the work space where work is being performed, in a horizontal plane, light sensor part of the meter held parallel to the ground with the sensor aimed upward, 3 feet above the pavement or ground surface. Meter readings will be taken at the source at 5 -foot intervals out to the illuminated work space perimeter. These measurements will be documented and filed in the project records. 632.08 Lighting for Flagger Stations. For nighttime flagging, flagger stations shall be illuminated by an overhead light source providing a minimum lighting intensity level of 5 -foot candles measured 1 foot out from the flagger's chest. The flagger station light shall illuminate the station area with a radius of at least the width of the lane plus 5 feet, and be centered on the flagger in the initial flagging position. The size of the illuminated area shall be increased to account for flagger movements required to control traffic. The flagger station lighting shall be Page 287 of 292 December 18, 2024 Revision of Section 632 — Night Work Lighting maintained at an adequate height above the pavement and be capable of being shielded through the use of visors, hoods, louvers, or screens as needed to minimize glare to approaching traffic and spilling over onto adjacent properties. Method of Measurement 632.09. Lighting for night work will not be measured but will be paid for as a single lump sum. Basis of Payment 632.10. Payment for lighting as shown on the Night Work Lighting Plan will include all labor, materials, and equipment necessary to complete and maintain the work. Payment for lighting will include portable 360° visibility lighting worn on hard hats. Progress payments will be made based on the lump sum price bid as follows: 20 percent when the Lighting for Night Work Plan has been submitted, accepted, and satisfactory lighting of nighttime operations has begun; the remaining 80 percent will be paid in equal monthly progress payments for the remaining time lighting is required for the night work operations. Payment will be made under: Pay Item Pay Unit Night Work Lighting Lump Sum Flagger station lighting, designated person, light meters, and additional power sources (generator and inverter) will not be measured and paid for separately but shall be included in the work. End of Section Page 288 of 292 December 18, 2024 Traffic Control — General Traffic Control — General The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10. The components of the traffic control plan (TCP) for this project are included in the following: 1. Subsection 104.04 and Section 630 of the specifications. 2. Standard Plan S-630-1, Traffic Controls for Highway Construction, and Standard Plan S- 630-2. 3. Schedule of Construction Traffic Control Devices. 4. Signing and Striping Plans. 5. Construction Phasing Details. 6. Detour Details. 7. Other. Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. Special Traffic Control Plan requirements for this project are as follows: 1. During the construction of this project, traffic shall use the present traveled roadway unless identified on the plans or approved by the Engineer. 2. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. 3. Access to private properties shall be maintained at all times. 4. During the resurfacing work, only one lane may be closed to traffic at any time unless approved by the Engineer. 5. Traffic shall not be delayed for more than 10 minutes or as directed by the Engineer when the roadway is open to traffic. Page 289 of 292 December 18, 2024 Traffic Control — General 6. Two weeks prior to any road closure, the Contractor shall notify the Weld County Public Works Department. 7. The Contractor shall not perform any work on the roadway between the hours of 6 p.m. and 6 a.m. unless approved by the Engineer. 8. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. End of Section Page 290 of 292 December 18, 2024 Utilities Coordination Utilities Coordination The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimal impact to the project. The known utilities are shown on the Contract Drawings. However, additional unknown utilities may exist within the project limits, and the location of known utilities is estimated and the accuracy of shown utility locations is not guaranteed. The Contractor shall comply with Senate Bill 18-067 and Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at 811 or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. Known utilities within the limits of this project are: Utility Contact Phone Email Atmos Energy Curtis Rau 970-304-2089 curtis.rau@atmosenergy.com CenturyLink Michael michael.ohearne@centurylink.com 970-392-4823 O'Hearne United Power Randy Rule 303-524-5354 rrule@unitedpower.com The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The locations of utilities shown on the plans and described herein were obtained from the best available information but are not to be considered complete as to location or identification of all utilities that could be encountered. The Contractor shall verify the location of all utilities, underground pipelines, agricultural irrigation lines, etc. prior to the start of any digging using non-destructive methods to verify utility clearances. If utilities were relocated during the design and ROW acquisition portion of the project, the Contractor shall be responsible for verifying the depth and position of the relocated facilities. The discovery of additional utilities not shown on the plans is not grounds for a claim of differing site conditions or a change order. Page 291 of 292 December 18, 2024 Utilities Coordination For buried lines crossing laterally in the project area, at a minimum, the Contractor shall obtain pothole information on the utility at each edge of ROW and at each flow line of the ditch. For buried lines running parallel to the project area, at a minimum, the Contractor shall obtain pothole information on the utility at 50 -foot intervals throughout the project area. The pothole information including horizontal and vertical position shall be stamped and signed by a registered PLS licensed in the State of Colorado. Basis of Payment All costs (except potholing) are incidental to the foregoing requirements will not be paid for separately but shall be included in the work. Potholing will be paid at the unit prices provided in the bid. No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts. End of Section Page 292 of 292 WELD COUNTY PUBLIC WORKS CONSTRUCTION BID PLANS FOR WCR 37 OVERLAY PAVING PROJECT - WCR 8 TO HWY 52 • �,, ,WQ�l ?' '1 �I\ `` II•i62 �' ROADWAY DESIGN • CRITERIA ;',� I` -' INDEX OF SHEETS SHEET NO. �` =�' _,, ..,.. ,��i N • oil „oils ` \ � � ; ��� ( �;�--`•' COVER SHEET 1 ' � ,s� •• r BEGINNING ENDING ROAD LENGTH `', �~ •' I �I - `a } •h' � '--., 41 ROADWAY � � I - 6: �,.� , . �- �\�---� ..... ! ,/ , o.: l • '.�_I,. w_ ,�', • •. � `, STATION STATION � I,��-, ;' . _ a�aa'�' ' (FT) : J 1 < �- _ ��z¢ =9 . 49P= I a ,i . \ .W - f�t, CDOT STANDARD DETAILS 2 WCR 37-VVC R 8 TO 10+00.00 127+59.32 11,759.32 ;, a \ 1 :.� !, t I � `, ': ;� ��' � i_\;�,, ``•! ,\t '• '" • ��`--,s :,. ; � I• I,, `� ti � I 1 � �� , • ill �r ^I Fes _',. • ��` _ `� ,.• ill � '.WeIY .®/ (' HWY 52 �.' ��,/ .- I ,r�' TYPICAL SECTIONS & DETAILS 3 1 I �,',=!I �•,,.,---i•• 1... JI , ,.` d'.SeW cTtptfl•nnt • '\ i—� I C . I `f- \�\ _ '� ' �I I/{J'•`•,�:''� \\ . 1 In View �) 1 .�,r ., I Wslls 1 ', ', _•--- -... yJvnW, , `\ ' `I Ca WCR 37 - WCR 8 WCR 37 - WCR 10 WCR 37 - WCR 12 - • � � ?\„,;•.,1) `fl. ell \_/��1 1•= =-`�'. , f �•� - ���-•�' '� DESIGN DATAIC •,._. (.3'��: J�� 4 !; - � .� I ° ;. ,t ;�, j f a''. ..i.. : o GENERAL NOTES 4 - 6 TO WCR 10 TO WCR 12 TO HWY 52 �. _ -, �_ ,ggp Y. . y(♦"��'5 R • ;\ • 1 a C•. $.V �r—_ ^'�, :.1.77-4,1-: %�\�% 'I,'/(•.:!.; '.•N'•��� it li GRADE0.2% o °4 0.25 /° •.:=_ . L.. -'�� , ` `I f `'� �� : �.�:. •t � Wlx.MINIMUM us�llOVERLAY �"' QUANTITIES7 . >.�.� _, I(I �.��,`.. '''<.� ti,;,�. ``����eli\ I�' I i� N. • ° �e�., �""'' , A A N. \, 'OVERLAY �mlla,� .',; f!-• :�' PLAN & PROFILE O SHEETS 8 - 17 - - - ,, I U' "' rr MAXIMUM GRADE 1.55% 4.25% 1.55% \ �. ��• �� €L ::HUBS � rZ;` - `� ' ` .� 1 • i 1,1 , ,1,`9 �62 ----ISM \ \��� • \�.11lH • J SIGNING & STRIPING PLANS 18 - 27 ' } \ `) `� �Ooil POSTED SPEED ( C. � •' WCR 37 PAVEIVIEN —Y /JJ1 ,,fVell� 55 55 55 ' I VI � ■ =" , � � I V ,�� , / I l L. `•, � ' y ` U , �r �,(MPH) �, l\ 1\.\ ; f , \,`\ .OVERLAY;PROJECT , ,` ) DETOUR PLANS - 28 30 •.r ' I a,. 85TH PERCENTILE ,..., I c'• c l 62 62 61 ,--- _ % SPEED (MPH) h\111,:\`‘. '� ��0/'` -,` I « y`` m / ' SWMP NOTES 31 35 - R 1 • `��`-'. •. 5020 ji ` -•2''J1 • 0969`' •, 1 L ->L ,.\•••4).-•:\ ~,� `'ld� �Ff' �q`y '`, r 6021 ,r. , ,>moni CLASSIFICATION COLLECTOR COLLECTOR COLLECTOR �:, t •;'� ���`'-may i ',, ��,_ � `\ 1 `` `._`:.,= •'` •' 'r (• '' _.�� a ��� `\ rn -� ` ,IL, „ �;',� 'a; _ ;_�' , h S WMP PLAN S — 4 36 5 J .‘1.)® ` __�-,S''` ' r IMIOUn ,"1'Vdll •, ` \l G ` ' i /�1'` , . • -,0 ,if— ••; ♦ �. I . .'"n:� ; ,`' �, ;.: i. •. u rl ll ; • ,' �r �, \.,: �~ •,�1 r AADT(YEAR)2262 2022 ( ) 2033 2023 ( ) 1588 2022 ( ) w � t " f -� ,., _ ` '�• � - 'l t- . - —\ ill ' •r ("� / -_'� --� SURVEY RVEY CONTROL PLAN 1 OF 1 ,.`�• ', ,,, r ---,' � , ��� �, ©;�s,, 1 r .� 1. � ,, ,.� _.:�,. _� .,. . , \ _ PERCENT TRUCK � �- '•! i � •. � J` • • Jla ��. =.,•� a , �� `� "'� 16 16 15 �•',�-- j� `� �� ;, J ,riz, , �� is t�,\�i1 .''' ,. a ' ��� —ra� TRAFFIC �f� �•..' l % ;. .-'-•1 `:,—� ;., , . `�,• \I� � ,;� �\\\\\l !��'��:� `U��•f ` '�^�'E� � ' � I 1 `• ,1 ( j ; `1 �,` : - `k� � ' - - �---•5 / WCR 8 AT WCR 10 AT WCR 12 AT ,\ , I : ' L� ;V �� 4 f ; V. i s A.\ ; = i`� 1 ',! TRAFFIC DATA s-vs,r_\ I, 1 ` �� t '�• , {} ^ / WCR 37 WCR 37 WCR 37 ;.� 1�r, ld i4 ,041'..\�' „ `I� ii �/! • /l ,� .� �_�11. \ � 1I\ .� (!)p� ^• \ i'�. 1 I` `• I i` (. 1 ` %-ti. � �_.-�._ POSTED SPEED I l.— 1 ll !' •�„r59so� .. —, `'�•\`'9��I7. f • l ",' `, \� `' 55 55 55 \• I ( ., - :r- i �.• 6 ��l „— --. ` \.\\ W GR 8 , • emu, � � � • —�—I�•� — �` (MPH) ( ` \'•'4SSn\ f - a • � 'J _` , •}• SOe5' •. � ',�••�� s `\--� �'r / 1 , `1' ? ,\� \ , � ^rJ 1 ,. I �,i•. s i; n ' I • 4 ,• '-�.� IX o _ / � -.--' !• i _ \� ,I 11,` 85TH PERCENTILE ;'' _` ,\ C-1--=-"-- �. I G*r �: � --, }' ', �' �•� /� �\ �e __: r ,\ I SPEED (MPH) 64 NIA _%; �� �• � 1. ,—� 'r ,I • , . \ ) �J ( % r; ; �111:11;1 �,\ �'� , / `. /, _ `J N. r ;�• �a �.jr I ,\ ` \\ CLASSIFICATION COLLECTOR LOCAL LOCAL , ,Nell _ — \ I ( j 1 r _ �; f :�`� f`° �- -,..'.--___\, :S/—� i/ 1 AADT >,-`•—� !; %�� `� r____,_,•::_,,,,,t,;..,_„.\ `�'�` br, az (YEAR}1073 (2023)1434 (2023}NIAp _' :�',i w.11 \I +\ � •�` —avT9_ t—"� 19 .9�� ' �� Spi3 ..• fX20 /:1217i. PERCENT TRUCK TRAFFIC 3131NIA ,> �',} ,� a;;,,� v :,I' ` , 4 . ,.,• \ `i'lWel ,' 1,--1 " I / , r, I • ,.� ( '' ��, % /r I; _`�! ,:: �;i-,\ •'.'' 'rt. a ,.. `\, tr ,I ~ / .�,__ ay Il - `'� , _,� �•! Olr'W'fls'r ! ; , r _ . (• e .. -. ` J j 1 / • -- � .� MINN. . It \ . I. ;' ( 1 ' 1 / -.' `� / .-21 `f\ r1 I 4 , fJt / - r _ . -1 — : ` J ,,co r 5�9� �.�' - �,, , 0),_•;.4��`. I 1"rr .` 49 B uVV 1 Y ,,95r ,� . •.:\ • cost: - T 'r `r , 'M �:- - ...-_ 1 }'CbseT i stirs I , r, . / • ,� ( ‘-;174---.. ` 061.4 1 f i \, � • • y n 1` .. fn if •, , ` ---..- Ti‘C ,! `� •- �,� -.vt._ . \ ` . c /, r — tom_ •,.�.� .,\ ,1. N1.,\ ( �g is _ %‘‘‘%;c'Lr195f` V J i' ` ' /� ,�' ---..\ 1/ 1 fl 1 r. I I( 1 • 1 !I....„.2..._________ WWI .: 1 ; / ' • - / r.i...� _ , �� �� i \• r '� , , (---, `,1 �� ,,\-� I'C--Q,� •; ` $ i ry J � - • --te ``` arsa j"4J6 r' t ( s 30 ~•' I ' i9'.'° ( :' :'-..-.44‘-_-- 1 v otrc«1 '-----"-•-_.------------- \\ I 27 (� I (\ '`i I rr5 i ..,____-- ;~--� t j C. ,-..L.�J ''\' •,, I, yV 1 fr l r.. : 1 l (',, / 1 \ ' `} \�l .� ' ` ,.I �1 yIr / 'do �'.' y ,t `I ll 'I216/(. 1 / ` i i , 'il .} `\Wdl 011, l� I,/ /.�` 1 % it,- -- i ti--CZ-1-c..-_-••01- 4L i1 l! I-- 1-f�:•\ '�.. �•n L \ �, \' , • ,/lI i �. ( 1 ` �' , , _ ,i s / _ -�, i \ C ,) �- 1',; •J) • l } ' 'l• '. ` • • ', -..F_.%f i �«j lM1fiN ,\ �. li,�_�,L..'p-_,,,,N\ �, -l\ - T arms- :�.� 71 ..•' .I o. _ 1 S' ! T 11N ��\\ f . '" g6�r ! 1 • �`' r e997 g. tAke - • : `� S'-~ J - O t- \ {I � :.• �•. • xsv,e.' \I,f. - `7 fir-. -• • �.; , .J _ , a '� ..-. . , i (�f'\)! �\ �.I Well 1 f /( I, NJ ,• `�1, X11 I „ `, i bf , i^ ` \`, 1 1 ri Q `_I \ 1 ,, !' V: ..— r, ( O. r 5 I / f Ir \. • \, f- b i\ '`S,_ -:,f----.1, ,- \ I' J� J r` - I d1� I �' {I` / I { / 1 �i . I fir' N ye) �``i I i I . i a-... \,• ', 'I yeTrRat�ren� - •,("MSS ( If 4 r t 1 I� We ' •I� i •1.- mac. �_ l X-- \,\\\ )r \'`\�. ,�� -` , ,•I �' l L ` •\� w�' ) 1 •••_ 1 \,;';',°441, �� � 4 {/ r' �J�\ r` , ` �ir , r ' \ J// l 'r • I, '' ''', \ ` vJal� • `\‘\\ r ' \ '' t• ' c ry , r" ,: le \ ' f 1 \-• \ C'- •, -, .� -. ` \ \ ` ` ,l i ells '� y % 1 ' v I, I 1. ♦ at \ , ~'\ - % z L�. ':, `3 '•, ' ., I � \ r 509-6- _ l srm r ! - ,' _ ` \ 3.i , 35 + C\ \ . f ; I I ' ++ 'I ~ ` `� I + \ -(om) I,_ _ i _ r Li.ay. or n i '�� o ) ® it r. , 1 J `\.\ \ , _ 1 ( ''-.� I ..\ \ \ C, ' \, __;$12.12\i"\,...) � r. I\ `•, , '`,� "^'„ L I`4 f °o •�_t �_ I `, ff :, , .,,,,,,,.'\, , �\`.•; 1_ •' ; .) (-- �`�� NOTE: O DUE THE DIVERSE INFORMATION U O SCONVEYED IN EVEN lf' i ' �' r•ff \�� `.' ` rt4v.\ —' ,•}: `_;;:�' ' W "' i r' 11 l \ --\ I'Well ,`. \ 4 :,,,; \ `,,,` ;'`� — ' ` ,',# i �Fh, THE MOST BASIC PLAN SET, IT IS NOT CURRENTLY .::-..;:v.., ,/, `� d ill ` l• i 'yth7 _. ; �. -'5059 \ iy ,� ' __ ", CIN A ..f.i l C ROM) [.• '`. l' �5Go2 7, ' TWA. ,4 _•45 ., `1e�1�, .i __ -- a � - _ . . cuay., -- NO „. , .2 i rt yrl , , I ^; ISOo. t') _ t,.�,` I\ .\ SHEET ACCESSIBLE. TO ASSIST THOSE NEEDING VICINITY MAP ACCOMMODATION CONTACT FOR REVIEWING THE PLAN SHEETS, PLEASE THE WELD COUNTY PROJECT MANAGER. NOT TO SCALE Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: - Last Modified Date: 12/18/2024 Initials: CLW _ _ _ isoi,y :; PUBLIC WORKS DEPARTMENT COVER SHEET 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION• Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, 632-0758 Drawing File Name: WCR 37 COVER.DWG _PHONE: - - Detailer: CLW 400-3750 (970)CO4800-3750 Void: Sheet Number 1 of 45 -r o U r` Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ Sheet Subset: Sheet Subset: PLAN NUMBER M STANDARD TITLE PAGE NUMBER PLAN NUMBER M STANDARD TITLE PAGE NUMBER PLAN NUMBER S STANDARD TITLE PAGE NUMBER ® M-100-1 STANDARD SYMBOLS (3 SHEETS) 1-3 p M-606-1 MIDWEST GUARDRAIL SYSTEM TYPE 3 W -BEAM 70 97 p 5-612-1 DELINEATOR INSTALLATIONS (8 SHEETS) 171 170 31 INCHES (19 SHEETS) (REVISED ON MARCH 5, 2020) (REVISED DN APRIL 30, 2024) ® M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) 4-7 M-606-13 GUARDRAIL TYPE 7 F -SHAPE BARRIER (4 SHEETS) 98-101 p 5-613-1 ROADWAY LIGHTING (6 SHEETS) 179 lOG D M-203-1 APPROACH ROADS 8 (REVISED ON SEPTEMBER 30, 2020) D M-606-14 PRECAST TYPE 7 CONCRETE BARRIER (4 SHEETS) 102 104 D M-203-2 DITCH TYPES 9(REVISED ON FEBRUARY 9, 2023) p 5-613-2 ALTERNATIVE ROADWAY LIGHTING (4 SHEETS) D M-203-11 SUPERELEVATION CROWNED AND 10-12 (NEH$ ISSUED ON SEPTEMBER 30 2020) p M-606-15 GUARDRAIL TYPE 9 SINGLE SLOPE BARRIER 105 115 DIVIDED HIGHWAYS (3 SHEETS) (11 SHEETS) (REVISED LW FEBRUARY 17, 2023) p S-613-3 PULL BOX DETAIL (2 SHEETS) (NEI# ISSUED LW APRIL 4, 2024) D M-203-12 SUPERELEVATION STREETS (2 SHEETS) 13-14 p M-607-1 WIRE FENCES AND GATES (3 SHEETS) 116-118 C S-613-4 TRAFFIC SIGNAL ONE -LINE DIAGRAMS (6 SHEETS) D M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES 15-16 (NEM; ISSUED ON JUNE 15, 2023) p M-607-2 CHAIN LINK FENCE (3 SHEETS) 119-121 (REVISED ON (2 SHEETS) CI S-614-1 GROUND SIGN PLACEMENT (2 SHEETS)...187-188 M-607-3 BARRIER FENCE 122 MARLIN 1, 2024) . p M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS) 17-18 .... p S-614-2 CLASS I SIGNS (REVISED LW M,4RCH 4 2024) 189 D M-607-4 DEER FENCE, GATES, AND GAME RAMPS (7 SHEETS) ... 123 127 DI M-208-1 TEMPORARY EROSION CONTROL (11 SHEETS) 19-29 (REVISED DN JUL Y 13 2020) p S-614-3 CLASS II SIGNS ... (REVISED ON MARCH 4 2024) 190 (REVISED ON MAY 16; 2024,1 (REVISED LW p M-607-10 PICKET SNOW FENCE 128 p 5-614-4 CLASS III SIGNS (3 SHEETS) 191-193 D M-210-1 MAILBOX SUPPORTS (2 SHEETS) 30-31 ... MARCH 4 2024) M-607-15 ROAD CLOSURE GATE (9 SHEETS) 129-137 p 5-614-5 BREAK -AWAY SIGN SUPPORT DETAILS 194-195 D M-214-1 NURSERY STOCK DETAILS 32 FOR CLASS III SIGNS (2 SHEETS) D M-608-1 CURB RAMPS (10 SHEETS) 138-147 M-216-1 SOIL RETENTION COVERING (2 SHEETS) 33-34 p 5-614-6 CONCRETE FOOTINGS AND SIGN ISLANDS 196-197 M-609-1 CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) 148-151 D M-400-1 SAFETYEDGE FOR PAVEMENT FOR CLASS III SIGNS (2 SHEETS) (NE$; ISSUED LW DECEMBER 12, 2024) p M-611-1 CATTLE GUARD (2 SHEETS) 152-153 p S-614-8 TUBULAR STEEL SIGN SUPPORT DETAILS (7 SHEETS) 198-204 p M-412-1 CONCRETE PAVEMENT JOINTS (9 SHEETS) 35 39 p M-611-2 DEER GUARD (2 SHEETS) 154-155 (REVISED ON MARCH 4 2024) (REVISED ON JANUARY 31, 2022) S 614 3 PEDESTRIAN PUSH BUTTON POST ASSEMBLY (2 SHEETS). 205 206 II M-614-1 RUMBLE STRIPS (3 SHEETS) 156-158 D M-412-2 CONCRETE PAVEMENT CRACK REPAIR (6 SHEETS) (SUPERSEDED ON JANUARY 23, 2020 BY S-614-45) p M-614-2 SAND BARREL ARRAYS (2 SHEETS) 159-160 (REVISED ON SEPTEMBER 4 2022) C S-614-10 MARKER ASSEMBLY INSTALLATIONS 207 II M-615-1 EMBANKMENT PROTECTOR TYPE 3 161 M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING 40 S-614-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS 208 p M-615-2 EMBANKMENT PROTECTOR TYPE 5 162 D M-601-1 SINGLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 41-42 p S-614-12 STRUCTURE NUMBER INSTALLATION (2 SHEETS) 209-210 (2 SHEETS) II M-616-1 INVERTED SIPHON 163 p 5-614-14 FLASHING BEACON AND SIGN INSTALLATIONS (4 SHEETS). 211-214 p M-601-2 DOUBLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 43-44 p M-620-1 FIELD LABORATORY CLASS 1 164 (2 SHEETS) p 5-614-15 CHAIN STATION SIGNAGE (1 SHEET) (M$ LW LAPRIL 30, 2024) p M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) 165-166 (REVISED ON M-601-3 TRIPLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 45-46 D S-614-20 TYPICAL POLE MOUNT SIGN INSTALLATIONS, 215 ' D M-620-11 FIELD OFFICE CLASS 1 167 MARCH 1, 2024) (2 SHEETS) 0 S-614-21 CONCRETE BARRIER SIGN POST INSTALLATIONS 216-217 M-620-12 FIELD OFFICE CLASS 2 168 p M-601-10 HEADWALL FOR PIPES 47 (2 SHEETS) (REVISED DN SEPTEMBER 21, 2020) p M-629-1 SURVEY MONUMENTS (2 SHEETS) 169-170 CI M-601-11 TYPE "S" SADDLE HEADWALLS FOR PIPE 48 p S-614-22 TYPICAL MULTI -SIGN INSTALLATIONS 218 p M-601-12 HEADWALLS AND PIPE OUTLET PAVING 49 0 S-614-23 J -POST SIGN SUPPORT (3 SHEETS).(NEN; ISSUED ON MAR. 4 2024) p M-601-20 WINGWALLS FOR PIPE OR BOX CULVERTS (2 SHEETS) 50-51 O 5-614-40 TYPICAL TRAFFIC SIGNAL 30'-75' DOUBLE MAST ARMS 219-223 ... 65'-75' SINGLE MAST ARMS (5 SHEETS) (REVISED 0' 2/L Y 22, 2022) p M-603-1 METAL PIPE (4 SHEETS) 52-55 CI M-603-2 REINFORCED CONCRETE PIPE 56 DEPARTMENT COLORADO OF TRANSPORTATION O S -614-40A 25'-55' ALTERNATIVE SINGLE TRAFFIC MAST SIGNAL ARMS (4 224-227 SHEETS) 6REVISED OV 2t V 22, 2022) p M-603-3 PRECAST CONCRETE BOX CULVERTS O 5-614-41 TEMPORARY SPAN WIRE SIGNALS (13 SHEETS) 228-240 (REVISED ON SEPTEMBER 10, 2020) (REVISED Q STANDARDS PLANS LIST p 5-614-42 CABINET FOUNDATION DETAIL (4 SHEETS). ON4)241-244 D M-603-4 CORRUGATED POLYETHYLENE PIPE (AASHTO M294) AND -58-APRIL 4,M&S CORRUGATED POLYPROPYLENE PIPE (AASHTD M330) (2 sheets) O S-614-43 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS 245-252 (REVISED ON MARCH T 2022) July 311 L 2 01 V 1 9 (7 SHEETS) (Revise!,(Revise!,ON AIL 4, 2024) O M-603-5 POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) 59 9 p 5-614-44 PEDESTAL POLE SIGNALS (2 SHEETS) 253-254 p M-603-6 STEEL REINFORCED POLYETHYLENE 60 O S-614-45 PEDESTRIAN PUSH BUTTON POST ASSEMBLY DETAILS (6 SHEETS) RIBBED PIPE (AASHTO MP 20) Revised 12, 2024 (REVISED ON DECEMBER 3,2020) onDecember p M-603-10 CONCRETE AND METAL END SECTIONS 61 O 5-614-50 STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) 255-266 D M-603-12 TRAVERSABLE END SECTIONS AND SAFETY GRATES 62-64 O S-614-60 DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) 267-280 (3 SHEETS) In (REV APRIL 30, 2024)2131 ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED 5-627-1 PAVEMENT MARKINGS (11 SHEETS) 283 D M-604-10 INLET, TYPE C 65 I= S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 200 313 CI M-604-11 INLET, TYPE D 66(26 AND BY DESIGNATED REVISED, APPLY PAY TO ITEM THIS OR PROJECT SUBSIDIARY WHEN ITEM. USED SHEETS) (REVISED DN APRIL 30, 2024) M-604-12 CURB INLET TYPE R (2 SHEETS) 67-68 p S-630-2 BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) 314 AND VERTICAL PANELS M-604-13 CONCRETE INLET TYPE 13 69 5-630-3 FLASHING BEACON (PORTABLE) DETAILS 315 D M-604-20 MANHOLES (3 SHEETS) 70 72 THE M&S STANDARD PLANS USED TO DESIGN THIS PROJECT ARE p S-630-4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION 316-317 M-604-25 VANE GRATE INLET (5 SHEETS) 73-77 (REVISED L+W FEBRUARY 3, 2023) INDICATED BY A MARKED BOX ,PLANS. AND WILL BE ATTACHED TO THE DETAILS (2 SHEETS) ALL OTHER M&S STANDARD PLANS ARE STILL ELIGIBLE FOR USE p S-630-5 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 318-319 p M-605-1 SUBSURFACE DRAINS 78 IN CONSTRUCTION IF APPROVED BY AN APPROPRIATE CDOT ENGINEER. C S-630-6 EMERGENCY PULL -OFF AREA (TEMPORARY) 320 O S-630-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL .(3 SHEETS).321-323 Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: - C DOT STANDARD DETAILS Last Modified Date: 12/18/2024 Initials: CLW _ - _ : _ LKr,1_,y `; PUBLIC WORKS DEPARTMENT 1111 H. STREET MPROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION• Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 COVER.DWG _PHONE: - - Detailer: CLW (970) 400-3750 Void: Sheet Number 2 of 45 sou r`' Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ Sheet Subset: Sheet Subset: NOTES: 1. CROSS SLOPE OF EXISTING PAVEMENT VARIES. CONTRACTOR TO ESTABLISH A 2% CROSS SLOPE ON OVERLAY SURFACE. 2. FINAL LIMITS AND DEPTHS OF ALL HMA PATCHING, CLASS 5 ABC AND ROCK FILL SHALL BE AS SPECIFIED BY THE ENGINEER BASED ON SEVERITY OF STRUCTURAL CONCERN. LIMITS WILL BE MARKED BY THE ENGINEER OR INSPECTOR FOLLOWING MILLING. 3. REMOVAL / OFF -SITE DISPOSAL OF EXISTING HMA, ROAD BASE AND EMBANKMENT BELOW THE MILLED SURFACE (TO ACHIEVE THE HMA PATCHING AND CLASS 5 ABC DEPTHS SPECIFIED) SHALL BE SUBSIDIARY TO THE COST OF THE HMA PATCHING AND CLASS 5 ABC CONTRACT ITEMS. 1.00' CLASS 6 ABC SHOULDER CL 26.00'_ ROAD WIDTH 24.001 ASPHALT 11.50' LANE 2% /\/\/ \\/ \/ c ,, \ \\/' j\� \/\\/\/\/\/\/\/\/\/\/\/\/\/\/\/\/ \/,. \��\\\iX/� \\ /� EXISTING 6 1/2" - 8" LAYER OF ASPHALT (BEFORE MILLING) EXISTING ROAD BASE TO REMAIN 11.50' LANE 2"-2.75"± (VARIES) OVERLAY 2% -► • / ,\\\'' )/\" \ \s / / / /\ / /\\ \> �///\\\\\\/j\\//\\//\\//\\/j\\/j\\/j\\/j\\/j\\/j\\/j V V �i v%`\ /�/� \ \/\/\ \/\\i\�j\\j\\j\\j\\j\\j\\j\\j\\j\\j\\j\\j\\j\�/,\\i\�i\�i\\/\\/\\i\\ \\ 1.00' CLASS 6 ABC SHOULDER 2" OVERLAY / / \\�\\2 "± THICK MILL L L AND /�\\ '\\\ / OVERLAY, ASPHALT \��/ (GRADING SX, 100, PG 64-22) iN/,� WCR 37 - ASPHALT OVERLAY SECTION NOT TO SCALE EXISTING DITCH SLOPES TO BE MAINTAINED N N Co co H WCR 37 - HMA OVERLAY DETAIL NOT TO SCALE PROVIDE 2" HMA MILL AND OVERLAY (GRADING SX)(100)(PG 64-22) EXISTING 6 1/2" - 8" THICK ASPHALT (BEFORE MILLING) EXISTING ROAD BASE PAYMENT UNDER HOT MIX ASPHALT (PATCHING) (GRADING S AND SX) t N CD PAYMENT UNDER AGGREGATE BASE COURSE (CLASS 5) a t cc PAYMENT UNDER I UNSUITABLE MATERIAL (CONTINGENCY) AND ROCK FILL (3 -INCH MINUS) F, (CONTINGENCY) N •••••••••••••••••••••••••••• • • • • • • • • • • • • • �•`••••ar ••aint r•`••PIAtipPP . . PO et? ittfret?.,•1. i ,,. r �. tA r � ra�r• r,. r�� r�.7 z, 0' •1`0'et r i' Ota• aule•edieltlst• #s.frs biter • e. II 1.4-cre•-zi tit -4. r- il ... •Vt1021 2 .. atiteleMzettriethi. 1111, -Yr Da ir Oa ♦ Dac 4 4 -, ,� , .„, j1<//,- ` A /, /\ 1/4 WCR 37 - HMA PATCH DETAIL NOT TO SCALE PROVIDE 2", HMA MILL AND OVERLAY (GRADING SX)(100)(PG 64-22) PROVIDE 6", HMA ASPHALT PATCH (GRADING S)(100)(PG 64-22) PROVIDE 8", CLASS 5, ABC LAYER (GEOGRID SUBSIDIARY) PROVIDE 4", CLASS 5, ABC LAYER (GEOGRID SUBSIDIARY) PROVIDE 12" LAYER OF 3" MINUS ROCK FILL (GEOGRID SUBSIDIARY) PROVIDE TENSAR, INTERAX NX650 GEOGRID BETWEEN LAYERS OF AGGREGATE BASE AND ROCK Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY As Constructed • 1861_ :> GOUNYY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 TYPICAL SECTIONS & DETAILS Designer CLW Detailer: CLW Project No./Code Sheet Subset: I Sheet Subset: SFT-17 Sheet Number 3 of 45 GENERAL NOTES: 1 ALL MATERIAL, EQUIPMENT, INSTALLATION AND CONSTRUCTION SHALL BE DONE IN CONFORMANCE WITH THE LATEST EDITION OF THE CDOT "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", THE LATEST EDITION OF THE CDOT STANDARD PLANS ("M&S STANDARDS"), CDOT FIELD MATERIALS MANUAL, WELD COUNTY PROJECT SPECIAL PROVISIONS, CDOT STANDARD SPECIAL PROVISIONS, FHWA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS AND THE COLORADO SUPPLEMENT THERETO. 2. IN THE EVENT OF A DISCREPANCY, THE ORDER OF PRECEDENCE IS AS FOLLOWS: a. CONTRACT DOCUMENTS INCLUDING EXHIBITS, ADDENDA, AND APPENDICES. b. SPECIAL PROVISIONS i. WELD COUNTY PROJECT SPECIAL PROVISIONS ii. CDOT PROJECT SPECIAL PROVISIONS CDOT STANDARD SPECIAL PROVISIONS iv. CDOT FIELD MATERIALS MANUAL (LATEST EDITION) v. CDOT CONSTRUCTION MANUAL (LATEST EDITION) c. CDOT STANDARD SPECIFICATIONS d. PLANS i. DETAILED PLANS ii. STANDARD PLANS iii. CALCULATED DIMENSIONS WILL GOVERN OVER SCALED DIMENSIONS e. WHERE CONTRACT DOCUMENTS OR ORDER OF PRECEDENCE CONFLICT WITH ONE ANOTHER, WELD COUNTY IN ITS OWN DISCRETION SHALL DETERMINE WHICH SHALL APPLY. NOT WITHSTANDING THE FOREGOING, IN THE EVENT OF CONFLICTING REQUIREMENTS INVOLVING ANY REQUIREMENT WITHIN THE CONTRACT DOCUMENTS, PROJECT SPECIAL PROVISIONS, OR OTHER SPECIFICATIONS, THE COUNTY SHALL HAVE THE RIGHT, IN ITS SOLE DISCRETION, TO DETERMINE WHICH DOCUMENTS SHALL APPLY. THE CONTRACTOR SHALL REQUEST THE COUNTY'S DETERMINATION, IN WRITING, REGARDING THE ORDER OF PRECEDENCE AMONG CONFLICTING PROVISIONS PROMPTLY UPON BECOMING AWARE OF ANY CONFLICT. 3. THE UTILITIES SHOWN ON THE PLANS HAVE BEEN PLOTTED FROM THE BEST AVAILABLE INFORMATION. IT IS THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY THE LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION. CONTRACTOR SHALL CALL THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-800-922-1987 AT LEAST THREE (3) WORKING DAYS, NOT INCLUDING THE DAY OF NOTICE, PRIOR TO ANY EXCAVATION. THE CONTRACTOR SHALL COOPERATE AND COORDINATE ALL WORK WITH ANY AFFECTED UTILITY COMPANY OR AGENCY. POTHOLES OF UTILITIES SHALL BE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED IN THE WORK. CONTRACTOR SHALL COORDINATE ALL UTILITY RELOCATION WORK REQUIRED BY THE PROJECT WITH THE RESPECTIVE UTILITY COMPANIES AND THEIR CONTRACTORS. 4. FOR FINAL PLAN QUANTITIES OF PAVEMENT MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: a. TACK COAT DILUTED EMULSIFIED ASPHALT (SLOW SETTING) 0.10 GAL PER SQ. YD. (DILUTED) b. HOT MIX ASPHALT c. AGGREGATE BASE COURSE d. MODIFIED EPDXY PAINT 147 LBS. PER CU. FT. 135 LBS. PER CU. FT. 85 SQ. FT/GAL e. TEMPORARY WATERBORNE PAINT 85 SQ. FT/GAL f. DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF 1 PART EMULSIFIED ASPHALT AND 1 PART WATER. THIS WILL NOT BE PAID FOR SEPARATELY AND IS INCLUDED IN THE COST FOR ITEM 403, HOT MIX ASPHALT. 5. THE CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES TO THOSE AREAS WITHIN THE LIMITS OF DISTURBANCE AND/OR TOES OF SLOPE AS SHOWN ON THE PLANS. ANY DISTURBANCE BEYOND THESE LIMITS SHALL BE RESTORED TO ORIGINAL CONDITIONS BY THE CONTRACTOR AT HIS/HER OWN EXPENSE. CONSTRUCTION ACTIVITIES, IN ADDITION TO NORMAL CONSTRUCTION PROCEDURES SHALL INCLUDE THE PARKING OF VEHICLE OR EQUIPMENT, DISPOSAL OF LITTER AND ANY OTHER ACTION WHICH WOULD ALTER EXISTING CONDITIONS. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL COMPLETED WORK AND WORK IN PROGRESS FROM POTENTIAL DAMAGE. IF DAMAGE TO THE WORK OCCURS DUE TO A FAILURE TO PROTECT IT, THE CONTRACTOR SHALL REPAIR THE WORK AT NO ADDITIONAL COST TO THE COUNTY. 7. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AFFECTED PROPERTY OWNERS AT ALL TIMES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE PROJECT. 8. THE CONTRACTOR SHALL MASK ALL SIGNS CONFLICTING WITH CONSTRUCTION SIGNING. THE MASKING OF SIGNS WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE WORK. 9. THE CONTRACTOR SHALL PROVIDE ALL SIGNS, BARRICADES, FLAGGERS, LIGHTS, OR OTHER DEVICES NECESSARY FOR SAFE TEMPORARY TRAFFIC CONTROL IN ACCORDANCE WITH THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND AS MODIFIED BY THE COLORADO SUPPLEMENT TO THE MUTCD. Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR37-WCR8TOHWY52 GENERAL NOTES (SHT 1) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 4 of 45 A TRAFFIC CONTROL PLAN SHALL BE SUBMITTED TO AND APPROVED BY THE PROJECT MANAGER PRIOR TO THE COMMENCEMENT OF ANY WORK WITHIN ROAD RIGHT-OF-WAY. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. WORK WITHIN THE RIGHT OF WAY SHALL REQUIRE A RIGHT OF WAY PERMIT. CONTACT THE WELD COUNTY RIGHT OF WAY PERMITTING OFFICE AT 970-400-3764 FOR FURTHER INFORMATION. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226, EXCAVATING AND TRENCHING. 12. THE CONTRACTOR SHALL HAVE, ON SITE AT ALL TIMES, ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 13. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD AND CDOT STANDARD FOR TRAFFIC CONTROL S-630-1, TO WELD COUNTY FOR APPROVAL, PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. EXPECT 2-3 WEEKS OF REVIEW TIME BY WELD COUNTY FOR APPROVAL. 14. ALL REMOVED ITEMS BECOME THE PROPERTY OF THE CONTRACTOR TO BE DISPOSED OF OFF -SITE PER FEDERAL, STATE AND LOCAL LAWS UNLESS OTHERWISE NOTED. 15. ROADWAY MILLINGS TO BE HAULED TO THE WELD COUNTY FACILITY LOCATED AT 7625 WCR 31 IN FORT LUPTON (WCR 31 BETWEEN WCR 16-18). THE APPROXIMATE HAUL DISTANCE IS 7.5 TO 8 MILES ONE WAY. THE COST TO TRANSPORT THE MATERIAL TO BE INCLUDED IN THE COST OF MILLING. 16. IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE PROJECT MANAGER OF ANY CHANGED CONDITIONS WHICH MIGHT CAUSE AN ISSUE IN CONFORMING TO THE APPROVED LINE AND GRADE FOR ANY ELEMENT OF THE PROPOSED IMPROVEMENTS PRIOR TO ITS CONSTRUCTION. IT SHALL BE THE ENGINEER'S RESPONSIBILITY TO RESOLVE CONSTRUCTION PROBLEMS DUE TO CHANGED CONDITIONS OR DESIGN ERRORS ENCOUNTERED BY THE CONTRACTOR DURING THE PROGRESS OF ANY PORTION OF THE PROPOSED WORK. 17. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR S PECIFICATIONS, THE CONTRACTOR SHALL IMMEDIATELY CONTACT THE ENGINEER. 18. THE CONTRACTOR IS RESPONSIBLE FOR THE PREVENTION OF DAMAGE TO ADJACENT PROPERTY. THE COUNTY WILL HOLD THE CONTRACTOR RESPONSIBLE FOR CORRECTION OF DAMAGE TO ADJACENT PROPERTY, PUBLIC OR PRIVATE. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTION SITE SECURITY AND PUBLIC SAFETY. 20. FOR CONSTRUCTION AREAS THAT WILL BE OPEN CUT FOR MORE THAN 8 -HOURS, THE CONTRACTOR SHALL FOLLOW ALL REGULATIONS FOR EROSION AND SEDIMENT CONTROL MEASURES. 21. PERMANENT STRIPING PAINT SHALL BE EPDXY (NOT WATERBORNE). IN AREAS WHERE TEMPORARY STRIPING IS REQUIRED, CONTRACTOR TO USE WATERBORNE PAINT. ALL SYMBOLS, WORDS AND STOP BARS ARE TO BE PREFORMED THERMOPLASTIC. EROSION CONTROL NOTES: 1. IT IS ASSUMED THAT A STATE CONSTRUCTION STORMWATER DISCHARGE PERMIT WILL N OT BE REQUIRED FOR THE PROJECT. THE LIMITS OF DISTURBANCE FOR THE PROJECT INCLUDES THE EXISTING ASPHALT ROADWAY AND GRAVEL SHOULDERS ONLY. ANY OTHER AREAS OF DISTURBANCE ON THE PROJECT SITE MUST EQUAL LESS THAN ONE - ACRE TOTAL. 2. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS S HOWN ON THE SWMP PLANS. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREA HAS BEEN OVERLAID WITH NEW ASPHALT MATERIAL AND PERMANENT STRIPING HAS BEEN COMPLETED. 3. TEMPORARY EROSION CONTROL FEATURES MAY BE ADJUSTED BY THE CONTRACTOR AS APPROVED BY THE COUNTY'S PROJECT MANAGER TO REDUCE ENVIRONMENTAL IMPACT. 4. THE PLACEMENT OF EROSION AND SEDIMENT CONTROL BEST MANAGEMENT PRACTICES (BMP'S) SHALL BE IN ACCORDANCE WITH THE APPROVED PLANS. ANY VARIATION IN MATERIAL, TYPE, OR LOCATION OF EROSION AND SEDIMENT CONTROL MEASURES FROM THE COUNTY APPROVED PLANS WILL REQUIRE APPROVAL FROM ENGINEER. 5. NATURAL VEGETATION SHALL BE RETAINED AND PROTECTED WHEREVER POSSIBLE. EXPOSURE OF SOIL TO EROSION BY REMOVAL OR DISTURBANCE OF VEGETATION SHALL BE LIMITED TO THE AREA REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS. Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR37-WCR8TOHWY52 GENERAL NOTES (SHT 2) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 5 of 45 6. ANY CONSTRUCTION DEBRIS OR MUD TRACKING IN THE PUBLIC RIGHT-OF-WAY (ROW) RESULTING FROM THIS PROJECT WILL BE REMOVED IMMEDIATELY BY THE CONTRACTOR. UPON WRITTEN NOTICE BY THE COUNTY, FAILURE TO REMOVE THE MUD OR DEBRIS BY THE CONTRACTOR WITHIN 24 HOURS SHALL CAUSE THE COUNTY TO STOP ALL WORK UNTIL THE SITUATION IS RESOLVED. 7. ALL CHEMICAL OR HAZARDOUS MATERIAL SPILLS WHICH MAY ENTER WATERS OF THE STATE OF COLORADO, WHICH INCLUDE BUT ARE NOT LIMITED TO, SURFACE WATER, GROUND WATER, AND DRY GULLIES OR STORM SEWER LEADING TO SURFACE WATER, SHALL BE IMMEDIATELY REPORTED TO THE PROJECT MANAGER AND THE CDPHE PER CRS 25-8-601. RELEASES OF PETROLEUM PRODUCTS AND CERTAIN HAZARDOUS SUBSTANCES LISTED UNDER THE FEDERAL CLEAN WATER ACT (40 CFR PART 116) MUST BE REPORTED TO THE NATIONAL RESPONSE CENTER, AND THE CDPHE. SPILLS WHICH POSE AN IMMEDIATE RISK TO HUMAN LIFE SHALL BE REPORTED TO 911. FAILURE TO REPORT AND CLEAN UP ANY SPILL SHALL RESULT IN ISSUANCE OF A STOP WORK ORDER. 8. ONCE THE SITE HAS REACHED FINAL STABILIZATION, A FINAL INSPECTION SHALL BE SCHEDULED WITH THE COUNTY'S PROJECT MANAGER. A CERTIFICATE OF SUBSTANTIAL COMPLETION WILL NOT BE ISSUED UNTIL THE COUNTY'S PROJECT MANAGER APPROVES FINAL SITE STABILIZATION. 9. SEPARATE PAYMENT FOR EROSION CONTROL COMPLIANCE WILL NOT BE MADE. CONTRACTOR SHALL INCLUDE THE COST OF COMPLIANCE AS A PART OF THE COST OF THE WORK. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY EROSION AND S EDIMENT CONTROL DURING CONSTRUCTION. THE CONTRACTOR SHALL COMPLY WITH LOCAL, STATE, AND FEDERAL LAWS AND PERMITS FOR THE CONTROL OF EROSION AND S EDIMENT. 11. FOR CONSTRUCTION SITES THAT ARE TO BE OPEN MORE THAN 8 HOURS CONTRACTOR IS REQUIRED TO FOLLOW ALL REGULATIONS FOR EROSION CONTROL BMP STANDARDS N EEDED FOR THE SITE. FOR EROSION CONTROL BMP STANDARDS SEE CDOT M&S STANDARD PLANS SECTION M-208-1. ASPHALT PAVEMENT NOTES: 1. THE FOLLOWING SHALL BE FURNISHED WITH EACH ASPHALT PAVER: A SKI TYPE DEVICE AT LEAST 30 FEET IN LENGTH (50 FEET IN LENGTH FOR FINAL LIFT), A SHORT SKI SHOE, AND 1500 FEET OF CONTROL LINE AND STAKES. 2. ANY LAYER OF ASPHALT PAVEMENT THAT IS TO HAVE A SUCCEEDING LAYER PLACED THEREON SHALL BE COMPLETED FULL WIDTH BEFORE THE SUCCEEDING LAYER IS P LACED. A TACK COAT IS REQUIRED PRIOR TO THE PLACEMENT OF EACH LIFT OF HMA. ROADWAY TO BE SWEPT CLEAN PRIOR TO THE APPLICATION OF THE TACK COAT. 3. WHERE PAVEMENT IS TO ABUT EXISTING PAVEMENT, THE EXISTING PAVEMENT SHALL BE REMOVED TO A NEAT VERTICAL LINE, USING A SAW OR OTHER METHOD AS APPROVED BY WELD COUNTY. CONTRACTOR TO MILL A 2' STRIP INTO EXISTING ASPHALT, TO PROVIDE AN OVERLAP IN THE FINAL PAVEMENT LAYER. THERE SHALL BE NO SEPARATE PAYMENT FOR SAW CUTTING AND MILLING. THE CONTRACTOR WILL ALSO BE REQUIRED TO PAINT THE EDGE WITH DILUTED EMULSIFIED ASPHALT (SLOW SETTING) PRIOR TO PAVING OPERATIONS. THE RATE OF APPLICATION SHALL BE AS DETERMINED BY THE ENGINEER AT THE TIME OF APPLICATION. 4. THE THICKNESS OF EXISTING ASPHALT ON WCR 37 WAS BASED ON GEOTECHNICAL BORINGS, VARYING FROM 6-1/2 TO 8 INCHES OF HMA. 5. CONTRACTOR SHALL SUBMIT A HMA LONGITUDINAL JOINT AND PAVEMENT MARKING PLAN THREE (3) DAYS PRIOR TO THE PRE -PAVING CONFERENCE (CDOT SSRBC 2017, SEC. 401.16). 6. CONTRACTOR WILL PROVIDE A HMA QUALITY PLAN INCLUDING METHOD STATEMENTS FOR PLACEMENT, COMPACTION AND TESTING OF THE HMA FOR THIS PROJECT. 7. SMOOTHNESS CATEGORY FOR THIS PROJECT IS MRI CATEGORY B. 8. DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF 1 -PART EMULSIFIED ASPHALT AND 1 -PART WATER. THIS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF ITEM 403, HOT MIX ASPHALT (HMA). SURVEY NOTES: 1. PROTECT ALL SURVEY MONUMENTS OUTSIDE OF THE CONSTRUCTION LIMITS FROM DAMAGE. IF DAMAGE OCCURS, REPLACEMENT IS AT THE CONTRACTOR'S EXPENSE WITH NO EXTRA COST TO THE PROJECT UNLESS NOTED OTHERWISE. 2. PROTECT SURVEY MONUMENTS INSIDE OF THE CONSTRUCTION LIMITS FROM DAMAGE. ADJUST UNDAMAGED MONUMENT BOXES TO NEW ROADWAY / GRADING ELEVATION PER PROJECT SPECIFICATIONS. REPLACE DAMAGED MONUMENT BOXES (AS DETERMINED BY WELD COUNTY) PER PROJECT SPECIFICATIONS. 3. ALL ELEVATIONS SHOWN ON THESE PLANS FOR IMPROVEMENTS OR NOTED ELSEWHERE ARE REFERENCED TO THE BENCHMARK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY MONUMENT OR BENCHMARK WHICH IS DESTROYED OR DISTURBED. ANY DAMAGED MONUMENTS SHALL BE RE-ESTABLISHED AND REPLACED BY A COLORADO LICENSED PUBLIC LAND SURVEYOR AND A MONUMENT RECORD FILED AS REQUIRED. Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR37-WCR8TOHWY52 GENERAL NOTES (SHT 3) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 6 of 45 PROJECT QUANTITIES Bid Tabulation Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Pric 201-00000 CLEARING AND GRUBBING LS 1 202-00220 REMOVAL OF ASPHALT MAT (FULL DEPTH) SY 823 202-00240 REMOVAL OF ASPHALT MAT (PLANING)(2 INCH MILL) SY 32,925 202-04002 CLEAN CULVERT EACH 8 203-00000 UNCLASSIFIED EXCAVATION CY 45 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 288 203-00510 ROCK FILL (3 INCH MINUS)(CONTINGENCY) CY 288 203-01100 PROOF ROLLING HOUR 20 203-01500 BLADING HOUR 40 203-01597 UTILITY POTHOLING HOUR 15 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 300 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 20 212-00702 BIOTIC (4,500 LB/ACRE) SOIL AMENDMENTS (HYDRAULICALLY APPLIED) LB 1,125 212-00706 SEEDING (NATIVE)(DRILL) ACRE 0.25 212-00708 SEEDING (NATIVE)(BROADCAST) ACRE 0.25 213-00004 MULCHING (WEED FREE STRAW) ACRE 0.25 304-05000 AGGREGATE BASE COURSE (CLASS 5) TON 525 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 107 304-08000 AGGREGATE BASE COURSE (SHOULDER MATERIAL) TON 213 403-00725 2 HOT MIX ASPHALT (PATCHING)(GRADING S)(100)(PG64- TON 1,050 403-34841 HOT MIX ASPHALT (GRADING SX)(100)(PG64-22) TON 3,993 620-00020 SANITARY FACILITY EACH 1 625-00000 CONSTRUCTION SURVEYING LS 1 626-00000 MOBILIZATION LS 1 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 223 627-00011 PAVEMENT MARKING PAINT (WATERBORNE) GAL 189 627-00070 PREFORMED PLASTIC PAVEMENT MARKING SF 181 629-01031 SURVEY MONUMENT (TYPE 3A)(CONTINGENCY) EACH 2 629-01210 ADJUST MONUMENT BOX EACH 7 630-00000 FLAGGING HOUR 900 630-00016 TRAFFIC CONTROL (SPECIAL) LS 1 630-10122 VARIABLE MESSAGE BOARD EACH 4 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $250,000.00 $250,0C 700-70016 F/A FUEL COST ADJUSTMENT FA 1 $15,000.00 $15,0C 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $20,000.00 $20,0C 700-70380 F/A EROSION CONTROL FA 1 $15,000.00 $150,0C 927-00170 PROCESS 306, AND CONTROL 603 TESTING FOR ITEMS 203, 206, 304, DAY 30 Total Proposal Amount ($) Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. NOTE: DUE TO THE DIVERSE INFORMATION CONVEYED IN EVEN THE MOST BASIC PLAN SET, IT IS NOT CURRENTLY TECHNOLOGICALLY ACCOMMODATION FEASIBLE TO MAKE ITEMS LIKE A PLAN SHEET FOR REVIEWING THE PLAN SHEETS, PLEASE CONTACT ACCESSIBLE. TO ASSIST THOSE NEEDING THE WELD COUNTY PROJECT MANAGER. Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: OVERLAY QUANTITIES Last Modified Date: 12/18/2024 Initials: CLW 1s61 . . PUBLIC WORKS DEPARTMENT 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS _ - _ Revised: Designer CLW P.O. BOX 758 SFT-17 GREELE 632-0758 Drawing File Name: WCR 37 COVER.DWG _ _ - Detailer: CLW :' (970)CO4800-3750 PHONE: 400-3750 Void: Sheet Number 7 of 45 Y � o u r` Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ - _ _ Sheet Subset: Sheet Subset: aim a w o PHASE 1 PHASE 2 �/� v c CONSTRUCTIONa 'CONSTRUCTION WCR 12 23 POINT In 0 D cc w WCR 8-2"MILL AND OVERLAY STA: 11+63.62/57.00' L �� SURVEY CONTROL N-260,221.18 #115 (MONUMENT BOX), E=220,313.28 SEE NOTES SHEET 6 orn I BEGIN 2" MILL _ AND OVERLAY STA: 10+00.00/0.00' O ` PI: 11+67.35 I - N 260225.28 0 O O _ N 00°21'48" W I E 220370.26 In N=260,057.93 ' PROVIDE 2" MILL O 0 + WCR10 167.35' AND OVERLAY OF * E=220,371.32 GAS LINE NOO°19'27"W o _,, `,; RO(W X ROW -)4 FEW X ROYID( MARKER 1600.00 EXISTING ROADWAY RC' RO' R W ROW RCVV ROW R W RO ROW ROW ROW _. . , , ROW WCR 37 r. Q M - -- - -- ----- - -"20+00 2'i' 00 'di- - -- - -- 18+00- 19+00 - - - 15+f10" T6+00 17w00 -- 12+ O T3+00 147.00 84-61 9+00 1 00 v Cn T I 7 I- 1 I 1 I Ii I1 I — I > i 'S - - ".—C - -- .-. w - -- - .,-- _ i, EOAa� , . � ROW RC 1V ROW ROW ROW z ROW ROW ROW ROW ROW ROW ROW ROW ROW r ROW X ROW -_ T _ WCR 8 EXISTING FENCE 23 TELEPHONE OVERHEAD o * EXISTING = CULVERT PEDESTAL ELECTRIC LINE CONCRETE IRRIGATION DITCH O m AND VAULT Q p WCR8-2"MILL < ``' AND OVERLAY x) ° STA: 11 +68.04/52.00' R KEYMAP I NTS m 0 > Q 2 N=260,226.26 E=220,422.25 0 NOTES: 1. MILLINGS TO BE HAULED % a.FACILITY TO THE WELD LOCATED COUNTY AT 7625 �^ ¢ WCR 31 IN FORT LUPTON, HORIZ: 1" - 100' APPROXIMATE HAUL 5040 WCR 37 - STA 10+00 TO 21+50 VERT: 1" = 10' 5040 DISTANCE IS 8 ONE 7.5 TO WAY. -MILES °Q PVI STA: 19+7 .92 U PVI EL: 5020 31 2. PROPOSED PROFILE K: 412.50 SHOWN FOR REFERENCE 5035o to N ao �r co 5035 ONLY. OVERLAY TO 0 O6� -v-10� op 0 FOLLOW EXISTING 0 oI LOW PT. STA: 1+93.42 + :� EL=5011.85 o 6 co " `7 LO , PT EL: 50 0.06 0 CENTERLINE ELEVATION. 0 Q 6 II W I 5030 !� G> co + M 06 o i LL .._ 5030 3. CROSS SLOPE OF EL=5017, Io it w EXISTING PAVEMENT I- ti w VARIES. CONTRACTOR TO C W ESTABLISH A 2% CROSS co PROPOSED SLOPE ON OVERLAY 5025 5025 GRADE SURFACE. EXISTING GROUND % - -irk 5020 0.20%0.31 020 5020 0.407° - 1.20°i° 5015 5015 r EXIS ING CULV_RT 5010 5010 EX=5017.65 PROP= EX=5017.6 PROP=5017.60 EX=5017.70 PROP=5017.70 EX=5017.8 PROP=5017.80 EX=5018.08 PROP=5017.95 EX=5018.2 PROP=5018.15 EX=5018.37 PROP=5018.35 EX=5018.5 PROP=5018.55 EX=5018.77 PROP=5018.75 EX=5019.0 PROP=5018.88 EX=5019.11 PROP=5018.98 EX=5019.1 PROP=5019.08 EX=5019.15 PROP=5019.18 EX=5019.3 PROP=5019.28 EX=5019.38 PROP=5019.38 EX=5019.5 PROP=5019.48 EX=5019.68 PROP=5019.63 EX=5019.8 PROP=5019.78 EX=5019.96 PROP=5019.93 EX=5020.1 PROP=5020.08 EX=5020.25 PROP=5020.27 EX=5020.4 PROP=5020.52 EX=5020.79 PROP=5020.83 EX=5021.2 PROP=5021.18 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING Nnowwharsbelfw. DIG, Call OF Q VP before GRADE, NOTIFICATION COLORADO you DAYS OF dig. UNDERGROUND IN OR ADVANCE EXCAVATE 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21 +00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ `' , .8(,1_ y ` PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (S H T 1) 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - Revised. Designer CLW SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 8 of 45 l - o u r` Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ _ Sheet Subset: Sheet Subset: WCR 12 LOU r M N N IC Ifi r + CO in N Cr) N r IC Lei1`.. cON In Nco N N N N O O O N EC z w PROVIDE 2' WIDE d Z LU o O LO N00°28'07"W WCR 10 'I- N00° 19 27 W ASPHALT APRON N AT DRIVE (TYP) 500.00 CO1600.00 ROW ROW ROW R01/2 ROW ROW ROW R0 ROW ROW ROW ROW ROW ROW W ROW ROW ROW ROW ROW C''i leW— ROW ,Q (BH3 WCR 37 `� - ` - -- -33700 -- -- - 31 - - - -- - 31 +00- 32+00 r> -',-24+00 -r-25+-00 - ----- 28+00 29-+-00-- 30f� , 26+00.`- 2i+0th- F— 27+717' z'3+ I I C(j I I ct - I I F T- I -I I— I 1— I I I (n T '' ROW ROW - ROW ROW Z' ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW OW R0 ROW ROW Z ROW PROVIDE 2" MILL EXISTING J = WCR 8 AND OVERLAY OF _ OVERHEAD CULVERT 0 CONCRETE ELECTRIC LINE IRRIGATION DITCH EXISTING ROADWAY I- F- Q 2 C KEYMAP NTS NOTES: 1. MILLINGS TO TO THE WELD BE HAULED COUNTY as FACILITY LOCATED WCR 31 IN FORT AT 7625 LUPTON, HORIZ: 1" = 100' APPROXIMATE HAUL WCR 37 - STA. 5045 21+50 TO 34+00 VERT: 1" = 10' 5045 DISTANCE IS 8 ONE 7.5 TO WAY. a F , -MILES 29+50.00 PVI STA: 28+00.00 PVI STA: 32+25.00 PVI EL: 5025.33 PVI EL: 5026.30 2. PROPOSED PROFILE r K: 412.50 K: 660.00 SHOWN FOR REFERENCE 5040 o LVC: 165.00 a N in o Ln O LVC: 1-6 a 5040 ONLY. OVERLAY TO rc =5025.48 :00 ,`;' CO FOLLOW EXISTING I STA: 24+25.00 EL=5023.45 + a HIGH `;' PT. STA: 28+82.5 a 7 a LOW PT. In STA: 31+42.50'' a N HIGH PT EL: 5025.41' N ll) c, LOW PT EL: 5026.05 cM 7 CENTERLINE ELEVATION. I, › II > I> I, > 5035 w w > w 5035 3. CROSS SLOPE OF co �--mil-- PT cn _ w a EXISTING PAVEMENT U VARIES. CONTRACTOR TO U Q d ESTABLISH A 2% CROSS w PROPOGRADE SLOPE ON OVERLAY 5030 p E5030 LuIEXISTING SURFACE. GROUND I 0.34% 0.10% e - 5025 s. '° - 5025 .�—�- 0.70°''0 K 5020 EXISTING 5020 CULVERT 5015 5015 EX=5022.0 P RO P=5021.88 EX=5022.29 PROP=5022.23 EX=5022.6 PROP=5022.58 P=5022.58 EX=5022.93 PROP=5022.93 EX=5023.3 PROP=5023.28 EX=5023.55 PROP=5023.58 EX=5023.8 PROP=5023.83 EX=5024.01 PROP=5024.08 EX=5024.2 PROP=5024.33 EX=5024.51 PROP=5024.58 EX=5024.8 PROP=5024.83 EX=5025.16 PROP=5025.06 EX=5025.3 PROP=5025.24 EX=5025.24 PROP=5025.36 EX=5025.3 PROP=5025.43 EX=5025.46 PROP=5025.48 EX=5025.6 PROP=5025.63 EX=5025.79 PROP=5025.78 EX=5026.0 PROP=5025.93 EX=5026.11 PROP=5026.08 EX=5026.3 PROP=5026.25 EX=5026.45 PROP=5026.46 EX=5026.7 PROP=5026.71 EX=5026.98 PROP=5026.99 CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 NIID'V what§ Call botote CALL 2 -BUSINESS BEFORE YOU DIG, GRADE, FOR THE MARKING below. DAYS OF you dig, IN ADVANCE OR EXCAVATE UNDERGROUND 22+00 23+00 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO H WY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ : _ LK61,y `. PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (S H T 2) 1111 H. STREET M:\PROJECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ Detailer: CLW PHONE: (970) 400-3750 Void: Sheet Number 9 of 45 Y uN Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _- Sheet Subset: Sheet Subset: WCR 12 MN6) + N � + CO M MN� 0 (0 O M O Ma cO co M M M O MCNDON MNN �.NN O .. N N O O diz w Ezw wzw EXISTING O NOO°27'18"W N00°22'10"W 0 O PROVIDE 7 WIDE N00°40'34"W TELEPHONE 400.00 FENCE 900.00 O ASPHALT APRON 200.00 PEDESTAL + OW _ + + ROW OW ROW R WCR 10 ROW ROW ROW ROW R W NOO°21'36"W ROW ROW R W OW ROW AT DRIVE (TYP) 500.00 7i- E0 ex x x x COam x x 'X I x x x x x x- - ROW ROW ROW ROW RO ,, W `' WCR 37 Q' a -- - ----- _. ' _- 4�+00 46+00 - -_- --- _ 42100' 43+-00 44+0 - ` : r 3 + g 40+00 4'1-+b0�-'- -0 "' 7 Q'� 38+O (- 't�0- 35+CttT �6+00 ; --I- I ---I CO 1 I I I -I-- I I -I- I I ct -_ r I o --- - W L- '5 Y. -I� v , z \ Ix ROW R W ROW ROW ROW ROW Z ROW " __- X OW ROW ROW R 0 RO ROW IOW - ROW< >ROW SURVEY CONTROL POINT � Ray! RC�1 -� ROW— R o v, j R . WCR 8 EXISTINGOVERHEAD = #116(MONUMENT BOX), ) SAGE BRUSH WAY U U OVERHEAD ELECTRIC LINE SEE NOTES SHEET 6 CULVERT 2" MILL AND OVERLAY ELECTRIC LINE I-. %' STA: 41+4037/32.00' R TELEPHONE Q SURVEY CONTROL POINTN=26348 PROVIDE 2" MILL Q AND OVERLAY OF #119 (MONUMENT BOX), PEDESTAL 2 SEE NOTES SHEET 6 E=220,382.24 EXISTING ROADWAY SMOOTH ASPHALT I to KEYMAP � ROADWAY SURFACE CL TO EXISTING Ca LU Q r NTS NOTES: 1. MILLINGS TO BE HAULED < TO THE WELD COUNTY FACILITY LOCATED AT 7625 WCR 31 IN FORT LUPTON, HORIZ: 1" = 100' APPROXIMATE HAUL 5050 WCR 37 - STA 34+00 TO 46+50 VERT: 1" = 10' 5050 DISTANCE IS 7.5 TO 8 ONE WAY. , , -MILES PVI STA: 40+25.00 PVI STA: 44+75.00 U Q LC P I EL: 5030.170 PVI EL: 5030.03 2. PROPOSED PROFILE Q K: 571 A3 K: 366.67 SHOWN FOR REFERENCE 5045 Co O `Q a LVC: 400 00 0 0 a 0 Lo & LVC: 165.00 0 P--- � a 5045 ONLY. OVERLAY TO -0 r VPC= 38+25 ELEV= 5O29 r � DRIVEWAY -WEST SAGV BRUSH V1(AY \/PT= 42+25 ELEV= 5030 o ' FOLLOW EXISTING LL HIGH PT. STA: 41+39.29 o LOW PT. STA: 44+47.50 + 11 HIGH PT EL: 5030.46 C In LOW PT EL: 5030.11 4 i CENTERLINE ELEVATION. I > II - DRIVEV AY -WEST - 3. CROSS SLOPE OF 5040 EWAY-W E' D w 5040 EXISTING PAVEMENT VARIES. CONTRACTOR TO ESTABLISH A 2% CROSS - PROPOSED LOPE ON OVERLAY SSURFACE. 5035 5035 GRADE ] - EXISTING GROUND I -0.15% 0.30% - 5030 - 5030 0.55°%a 5025 5025 EXISTING J CULVERT 5020 5020 EX=5027.56 PROP=5027.54 EX=5027.8 PROP=5027.81 EX=5028.17 PROP=5028.09 EX=5028.5 PROP=5028.36 EX=5028.76 PROP=5028.64 EX=5029.0 PROP=5028.91 EX=5029.21 PROP=5029.19 EX=5029.5 PROP=5029.46 EX=5029.81 PROP=5029.73 EX=5030.0 PROP=5029.96 EX=5030.13 PROP=5030.15 EX=5030.3 PROP=5030.29 EX=5030.37 PROP=5030.39 EX=5030.4 PROP=5030.45 EX=5030.46 PROP=5030.46 EX=5030.4 PROP=5030.43 EX=5030.37 £.0£05=X3 9£.0£09=dO?ld PROP=5030.29 EX=5030.21 PROP=5030.21 EX=5030.1 PROP=5030.14 EX=5030.06 1.0£09=X3 L L'0£09=dOeid Lr, T N PROP=5030.25 EX=5030.4 PROP=5030.40 CALL UTILITY NOTIFICATION CENTER OF COLORADO p N co O 0 co O Lo a_ II O X 0 w a 811 �. Nnowwharshelow. Cdllbetoreyoudig, CALL 2 -BUSINESS BEFORE YOU DIG, GRADE, FOR THE MARKING DAYS OF IN ADVANCE OR EXCAVATE UNDERGROUND 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 46+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ LK6,: . PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (S H T 3) 1111 H. STREET M:\PR0JECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION• Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ Detailer: CLW PHONE: (970) 400-3750 Void: Sheet Number 10 of 45 o u N' Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ - Sheet Subset: Sheet Subset: W Z a J W Q WCR 12 LL PROVIDE CLASS TO c° in w v FAIR LANE 2" MILL 6 ABC Le `o r to: 6 r; iri Nic� co c c - TIE EDGE OF HMA AND OVERLAY � o � STA: 55+33.02/20.00' L OVERLAY INTO EXISING co -t a `... in CON N=264,590.64 FAIR LANE GRAVEL c`°.i N o ROADWAY E 2 w O d z w E=220,320.10 0 O PROVIDE 2" MILL TELEPHONE 0 TELEPHONE PROTECT STOP SIGN C} EXISTING AND OVERLAY OF 0 to -F- FENCE EXISTING ROADWAY MARKER MAILBOX PEDESTAL WCR 10 _;,' ROW ROW OW E C%r'' , '- )( RO ;, RCM--� R W �<:/.:.,`•41 ROW ROW ROW ROW ROW R0 SW ROW -ROW BH4 CO 17 I ( x x x x x x WCR 37 -_it \=._ ' 8+00 59 -54n10 - 58+OQ- 57+00 - -- - =t5+00 55+00 P —48±1" - -- -501-170 +00 53 H X00-" 51-F017--- COcL 47 I o Oo I — I I I _ I I I I- I I f # -- U) =r I - I I — -,-L v: W v z . —X x x x x x X Z —OH -- c OH �k „ x x x x x x J X J -RDW ROW ROW ROW ROW ROW R :: OW ROW ROW ROW = RowROW ROW I WCR 8 W ROW ROW ROW ROW Rr,l?' I EXISTING OVERHEAD PROVIDE 2' WIDE 0 N00°22'10"W N00°32'53"W 0 900.00 ELECTRIC LINE CULVERT ASPHALT APRON 575.00 l - Q AT DRIVE (TYP) M KEYMAP i NTS NOTES: 1. MILLINGS TO BE HAULED s TO THE WELD COUNTY FACILITY LOCATED AT 7625 WCR 31 IN FORT LUPTON, HORIZ: 1" = 100' APPROXIMATE HAUL WCR 37 - STA 46+50 5055 TO 59+00 VERT: 1" = 10' 5055 DISTANCE IS 7.5 TO 8 ONE WAY. -MILES H I- PVI STA: 55+11.03 P1 1 STA: 59+h6.85 Q ¢ PVI STA: 52+55.00 w Lu PVI EL: 5033.22 PVI EL: 5035.52 PVI EL: 503 .37 2. PROPOSED PROFILE Q >- a o K: 412.50 0 K: 235.71 K: 200.0 SHOWN FOR REFERENCE 5050 �n oo LVC: 165-90 1 rn LVC: 165.00 LVC: 350.0 5050 ONLY. OVERLAY TO r- L=5031.7 PC= 51+72 LEV= 5032 e, 1LPC= 54+28.53 LEV= 503.78 1 _ FOLLOW EXISTING > > LOW PT. STA: 51+72.50 + a HIGH PT. STA: 58+01.85 ET rY LOW PT EL: 5032.8C ir`', In HIGH PT EL: 5036.06 CENTERLINE ELEVATION. o 0 d I CO CO in CV I- Ln co 5045 o o rn Lii> rl _ w o °? a ,1) co o 5045 3. CROSS SLOPE OF O O STA: 50+ , EL=5032.1 ] w > w FAIR LAN /PT= 55+9; co co LEV= 503E k/EWAY-I/\A f/PT= 61+1' on EXISTING PAVEMENT 00 co S N o N. in o VARIES. CONTRACTOR TO . Q Q > in II ESTABLISH A 2% CROSS 5040 17 I- v w w 5040 SLOPE ON OVERLAY tow - - SURFACE. PR POSED GRADEI > C 0.20% 5035 EXISTING 5035 GROUND 0.50% --• __ 0.50% 0.30% ,y ° 5030 ° (1.44- 5030 EX STING CU _VERT 5025 5025 ti 6 O LO X w n `p O] Ln II 0 OII fi IIX IY_ W a PROP=5030.99 EX=5031.2 P RO P=5031.24 EX=5031.49 P RO P=5031.49 EX=5031.7 P RO P=5031.74 EX=5031.89 P RO P=5031.89 EX=5032.0 PROP=5032.04 P=5032.04 EX=5032.19 P RO P=5032.19 EX=5032.4 PROP=5032.44 P=5032.44 EX=5032.69 PROP=5032.69 P=5032.69 EX=5032.9 PROP=5032.95 EX=5033.26 PROP=5033.26 EX=5033.6 PROP=5033.64 EX=5034.07 PROP=5034.07 EX=5034.5 PROP=5034.52 EX=5034.96 P RO P=5034.96 EX=5035.3 PROP=5035.31 EX=5035.56 PROP=5035.56 EX=5035.7 PROP=5035.70 EX=5035.80 PROP=5035.80 EX=5035.9 PROP=5035.90 EX=5036.00 PROP=5036.00 EX=5036.1 ea o O O co LO II 0 II O X W W fl PROP=5036.00 _ BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING NnowwhafsbelnW. DIG, _ d OF $� �,.It 1 before GRADE, NOTIFICATION COLORADO you DAYS OF UNDERGROUND dig. IN OR ADVANCE EXCAVATE 47+00 48+00 49+00 50+00 51+00 52+00 53+00 54+00 55+00 56+00 57+00 58+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ ��F PUBLIC WORKS DEPARTMENTM:\PROJECTSDESIGN\WCR OVERLAY PLAN & PROF (SHT 4) 1111 H. STREET Full Path: 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS ___P.O. Designer: CLW SFT-17 BOX 758Revised: *1* GREELEY, CO. 80632-0758Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ _ Detailer: CLW PHONE: (970) 400-3750 Void: Sheet Number 11 of 45 FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ _ Sheet Subset: Sheet Subset: cw le CC ce b Q w o ct a a o t WCR 12 i 0) CO o Ni O (D O Cr) TELEPHONE a) ti Ni O it O LCD N Lf) M CO 0)r- LO Ni O LC) O c'7 CO CO N x CO 0 a WCR 2" (0 N 10 - MILL co` O MARKER AND .. N N .. N N L:� AND OVERLAY O PEDESTAL dzw Ez dzw PROVIDE 2' WIDE PROTECTCD o STA: 64+49.79/60.00' L TELEPHONE I 0 O PROTECT N00°1433"W N=265,507.64 ASPHALT APRON MAILBOXES O E=220, 275.25 AT DRIVE (TYP) (TYP) MARKER r MAILBOX 200.00 + _ i ;;, r, , WCR 10 ROW,- ,_ R0 ROW -DPW =x- ,, a7 ROW ROW R W ROW - R LO OW \ N00°02'54"E ~ " 0 0 * o .- ' �:- WCR 37 �: <C _ J-` r71+00 r.- �- _ - - -67+0"0"- - --69X0 I .-`50 - -- - - 64+0- 65+00t66-€00- 68+00 70+00 I- 0{r 61 +00 62+00 63+00 _ _ c T I- I C/) —F I t I —F I I I I T 1 I — (O —4 1 c U —t - - - - - ---- — -- ��_ __ - — r -A- L.- - vJ7-% v.; a --: r: LIT _'O'.�-__ i. - — CU/ 1JT, _d-i -7n WC OW ROW POW —t ROW �': pow ROW ROW Rnw � OH `�' uH� X X X —X X X X X Y X X A X X ;i X -- x x x ,-, OVERHEAD N00°18'49"W PROVIDE 2" MILL ROW ROW ROW R ROW ROW WCR 8 ELECTRIC LINE 425.00 U N00°09'00"W AND OVERLAY OF TELEPHONE SURVEY CONTROL POINT TELEPHONE EXISTING ROADWAY 400.62 PEDESTAL #117 (MONUMENT BOX), SEE NOTES SHEET 6 PEDESTAL AND VAULT KEYMAP - NTS NOTES: 1. MILLINGS TO BE HAULED TO THE WELD COUNTY s c FACILITY LOCATED AT 7625 WCR 31 IN FORT LUPTON, HORIZ: 1" = 100' APPROXIMATE HAUL 5055 WCR 37 - STA 59+00 TO 71+50 VERT: 1" = 10' 5055 DISTANCE IS 7.5 TO 8 ONE WAY. I_I.- ..,.0_ I -MILES Y -WEST A PVI STA: 59+36.85 PVI STA: 64+06.67 PVI STA: 69+49.95 PVI E : 5036.37 PVI EL: 5029.09 PVI EL: 026.92 2. PROPOSED PROFILE to N K: 00.00 Ln r~ K: 143.48 r, to Ln N K: 2.5.71 ,s, N SHOWN FOR REFERENCE 5050 °D — L�/G 35®.®s CO05 LVC 165 es n a) 1� LVG1®s.®s ? 5050 ONLY. OVERLAY TO PC= 57+61 LEV= 503 DRIVEW PC= 63+24 LEV= 5030 �; "o+ a) PT= 71+49 ILEV= 502 FOLLOW EXISTING HIGH PT. TA: 58+01135 + LOW PT. STA: 64+89.17 a `i' d- `i' LOW PT. STA: 68+64.23 HIGH PT EL: 5036.06 Z II LOW PT EL: 5028.76 al LOW PT EL: 5027.49 CENTERLINE ELEVATION. ii n > n 5045 } CL w w 5045 3. CROSS SLOPE OF w \Y -WEST -,—m— EXISTING PAVEMENT u.J VARIES. CONTRACTOR TO Q ESTABLISH A 2% CROSS 5040 5 5040 SLOPE ON OVERLAY DRIVEW SURFACE. 6 o I 5035 , 5035 PROPOSED -1.55% GRADE DRIVEWAY -EAST EXISTING 5030 5030 -0.40% GROUND 5025 5025 T U O Lo H W0 In o II LO d II LJJ o_ PROP=5035.08 EX=5034.51 PROP=5034.52 EX=5033.8 PROP=5033.84 EX=5033.07 PROP=5033.07 EX=5032.3 PROP=5032.29 P=5032.29 EX=5031.51 PROP=5031.52 EX=5030.7 PROP=5030.74 EX=5029.95 PROP=5029.99 EX=5029.4 PROP=5029.39 EX=5028.93 PROP=5028.97 EX=5028.7 PROP=5028.72 EX=5028.54 PROP=5028.52 EX=5028.4 PROP=5028.32 EX=5028.11 PROP=5028.12 EX=5027.9 PROP=5027.92 EX=5027.72 PROP=5027.72 EX=5027.6 PROP=5027.56 EX=5027.57 PROP=5027.49 EX=5027.5 PROP=5027.51 EX=5027.67 PROP=5027.62 EX=5027.9 PROP=5027.81 EX=5028.08 PROP=5028.09 EX=5028.5 PROP=5028.46 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING Knowwhatsbelflw. DIG, Callbulweyuudig. OF AP GRADE, NOTIFICATION COLORADO 11 - DAYS OF UNDERGROUND IN OR ADVANCE EXCAVATE 60+00 61+00 62+00 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00 71+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ `' , L8�,1_y ` PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 5) 1111 H. STREETI I_ M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTIONI Full Path: DWGS - - _ Revised: Designer: CLW i SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 12 of 45 l - o u r. Y FAX: ( 70) 304-6497 ' AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ _ Sheet Subset: Sheet Subset: J a WCR. 12 O N- if) r � � M c r N p N TELEPHONE p- P- 0) d' 0) CD Co N O o-; G o co o co co c\I a `, `I PEDESTALS . cNV 0 W 0 PI: 71+67.97 a z w CONTROL POINT Q N 266225.76 PROVIDE 2' WIDE SURVEY EXISTING ° 3 46 W E 220333 17 N00 41 55 W #5 (ALUMINUM CAP), SEE p O N00°32'30"W ASPHALT APRON In 325.00 FENCE AT DRIVE (TYP) 600.00 NOTES SHEET 6 350 `; '. XROW—� W X ROM >ROW X WCR 10 ; .` �- ROW X -ROW ROW( ROW OW -X-- ROW i r;, ROW< XRO ROW --X ROW -X ,,:, j ;'gat CI . N -- (ROWX XIo N.. \ WCR 37 0 Q r(gH5) o _ �s+o� - - _+�— 8 - -- - —77+0o —7900 804-00' 8 ao- TB+oo -,� 7600 C W �% Z ROW RO\ POW ROWROW ROW ROW —4,-- k4 ROW ROW ROW ROW ROW ROW ROW ROW I_ ROW X -9\+ X z X X x X X -X J X X X = WCR 8 PROVIDE 2" MILL SURVEY CONTROL POINT OVERHEAD O = PROTECT DRIVEWAY AND OVERLAY OF #118 (MONUMENT BOX), ELECTRIC LINE U MAILBOX CULVERT EXISTING ROADWAY SEE NOTES SHEET 6 Q aC 2 2 KEYMAP NTS NOTES: 1. MILLINGS TO BE HAULED TO THE WELD COUNTY FACILITY LOCATED AT 7625 WCR 31 IN FORT LUPTON, HORIZ: 1" = 100' APPROXIMATE HAUL 5055 WCR 37 - STA. 71+50 TO 84+00 VERT: 1" = 10' 5055 DISTANCE IS 7.5 TO 8 ONE WAY. -MILES PC= 74+60 55 LEV= 503 .71 A_PT= 82+27.48 LEV= 5035 84 PVI STA: �4+54.52 4ii STA: 73 35.16 PVI STA: 75-85.55 PV STA: 80+ 7.48 PVI EL: 032.66 PVI EL: 50 0.77 PVI EL: 5036.65 P I EL: 5038 64 2. PROPOSED PROFILE to K: 122.2 K: 131.58 , r, r K: 216.22 K: 11 .00 SHOWN FOR REFERENCE 5050 N L E 6 80-L--V-G.-2-5.0-00 0 `-- `r. N- VC -40®0 LVC: 327.75 5050 ONLY. OVERLAY TO ` /PC= 82+9 .64 VPT= 86+1 .39 FOLLOW EXISTING 0 LOW in PT. STA: 2+52.66 7 a "' HIGH PT. STA: 77+10.55 r o HIGH T. STA: 7 +24.78 LOW PT EL: 029.94 HIGH PT EL: 5037.21 N. HIGH PT EL: 5 37.96 CENTERLINE ELEVATION. II > n > II > 0 w tl ° �, 3. CROSS SLOPE OF 5045 > w - DRIVEN\ 5045 o EXISTING PAVEMENT H LO VARIES. CONTRACTOR TO PROPOSED � ESTABLISH A 2% CROSS I-9 GRADE wSLOPE 5040 } w ON OVERLAY )RIVEW EXISTING - 5040 SURFACE. 0.45% GROUND - - 1.40% `~ 5035 5035 2.36°A DRIVEWAY -WEST a 00% 5030 5030 5025 CV O II PROP=5029.42 EX=5029.90 9'0£09=Xd Z6.6ZOS=dOeId PROP=5030.51 EX=5031.23 P RO P=5031.30 EX=5032.3 PROP=5032.30 P=5032.30 EX=5033.45 PROP=5033.47 EX=5034.7 P RO P=5034.58 EX=5035.52 PROP=5035.51 EX=5036.2 PROP=5036.25 EX=5036.80 PROP=5036.80 EX=5037.1 PROP=5037.16 EX=5037.39 PROP=5037.39 EX=5037.6 PROP=5037.62 EX=5037.81 PROP=5037.83 EX=5037.9 PROP=5037.95 EX=5037.89 PROP=5037.95 EX=5037.8 PROP=5037.83 EX=5037.56 PROP=5037.60 EX=5037.3 PROP=5037.25 EX=5036.84 PROP=5036.79 EX=5036.3 PROP=5036.21 EX=5035.52 PROP=5035.53 EX=5034.8 16'££09=Xd Z8'17£OS=dOeId Co 0---Illr a. 0 IY a 5025 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING NnowwhatsbelOUV. DIG, Call OF ` before GRADE, NOTIFICATION COLORADO you DAYS OF dig. UNDERGROUND IN OR ADVANCE EXCAVATE 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 MEMBER UTILITIES ,I Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 — WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ •- ~,_-�sr,, y - PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 6) 1111 H. STREET M:\PROJECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGSGREELEY, - - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 13 of 45 T o u N Y FAX: (970) 304-6497 ' AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ _ Sheet Subset: Sheet Subset: <F—rn W 0A Qlw J al O > 0 J WCR 12 rn CLARA LEE ST 2" MILL ti op 71- C3"V O CO O � o �' d' r M I` N--- c 7 - N- co r Cr) AND OVERLAY o6 c6 ,ri STA: 85+49.45/47.00' L � in O In O + c, �, rn co Q 0 PI: 84+ N 2675 E 2203 �� N N=267,606.77 �� p (\idz a z w O. O .. (V w E=220,270.30 .. z w TELEPHONE �O O SMOOTH ASPHALT EXISTING + 0 N00°56'24"W I ROADWAY SURFACE PEDESTAL AND N01 °22'30"W CO 105.50 d TO EXISTING FENCE MARKER 65000 O WCR 10 -I- )ROW - X RONV _� W RC11N-}�- = 20W=X- XROW xI--X W L ,.X _ _ X R .� �— - __ _ XX X _ ROW N01°29'53"W R W ROWX ROW N00°27'30"W ROW ROW ROW I- WCR 37 500.00 9{� 9� 250.00 +0(i _ _. i05 _ VV F{1{7 87+Ot) 8 I91 l U I I I I_ I l _ X _a Z - — - — --- - - _" - - �— RO _ ROW w _ T ROW ROW ROW ROW ROW W ROW — ROW ROW RO ROW ROW ^ - — �.O ,'JIrv--•_KUWi�W I I._v(. .�.. X X X X 'X X WCR J r -X SURVEY CONTROL POINT PROVIDE 2" 8 OVERHEAD PROVIDE 2' WIDE = TELEPHONE ELECTRIC LINE #120 (MONUMENT BOX), AND OVERLAY OF ASPHALT APRON SEE NOTES SHEET 6 EXISTING ROADWAY PEDESTAL AND AT DRIVE (TYP) 2 PROTECT MARKER MAILBOXES L 2 KEYMAP I NTS NOTES: 1. MILLINGS TO BE HAULED TO THE WELD COUNTY FACILITY LOCATED AT WCR 31 IN FORT LUPTON, 7625 5040 WCR 37 - STA. 84+00 TO 96+50 HORIZ: VERT: 1" = 100' 1" = 10' 5040 APPROXIMATE HAUL DISTANCE IS 7.5 TO 8 ONE WAY. _ _ -MILES 1IPT= 95+83.55 4LEV= 5016.91 c PVI STA: 8782.21 PVI STA: 90+54.44 P{/I STA: 94433.55 PVI EL: 5018.74 PVI EL. 5015.20 PVI EL: 5014.06 PVI STA: 98+06.77 2. PROPOSED PROFILE EXIST NG co �, K: 79.00 c� c� K: 165.00 u, ,i, K: 136.33 SHOWN FOR REFERENCE GROU�IVDir LVC: 233.05 N LVC: 16:9® rn LVC: 399 8® PVI EL: 5021.15 5035 ONLY. OVERLAY TO ce PC= 86+65 LEV= 5023 PT= 88+981 LEV= 50171 PC= 89+71 LEV= 5016 �; PC= 92+83 ELEV= 5014 K. 222 22 FOLLOW EXISTING PR®POSED LOW PT. STA: 88+98.73 LOW PT. STA: 91+36.94 a LOVI, PT. STA: 93+24.46 LVC: U Ln 400.00 LT PT EL: PT L: LOW CENTERLINE ELEVATION. GRADE 5017.22 LOW 5014.94 Cl.) II PT EL: 5014.45 _ II W H - WI a~. -ill 3. CROSS SLOPE OF EWAY-EA$ -m- 7 LU r > N. u r X030 EXISTING PAVEMENT ti IC N. CI VARIES. CONTRACTOR TO cv m co r o <" ESTABLISH A 2% CROSS L) `I' t2�o ` ii a ii SLOPE ON OVERLAY ELEV= 5025.70 > U w r I j 5025 SURFACE. 0. p > w d w o OD > 0) 1 I N 5020 02Do ii II o_ H PVI STA: 84+54.52 -1,30% ei .90% > > PVI E _: 5032.66 K: 115.00 —0.30% 5015 5015 LVC: 327.75 5010 - - - - 5010 C C C EX=5031.78 PROP=5031.62 EX=5030.3 PROP=5030.12 EX=5028.53 PROP=5028.40 EX=5026.5 PROP=5026.46 EX=5024.35 PROP=5024.35 EX=5022.2 PROP=5022.30 P=5022.30 EX=5020.41 PROP=5020.55 EX=5019.0 PROP=5019.12 EX=5018.03 PROP=5018.00 EX=5017.2 PROP=5017.20 EX=5016.53 PROP=5016.55 EX=5015.9 PROP=5015.93 EX=5015.52 PROP=5015.44 EX=5015.2 PROP=5015.10 EX=5014.91 PROP=5014.91 EX=5014.7 PROP=5014.76 EX=5014.62 PROP=5014.61 EX=5014.5 PROP=5014.47 EX=5014.57 PROP=5014.47 EX=5014.7 PROP=5014.66 EX=5015.02 PROP=5015.03 EX=5015.6 PROP=5015.58 EX=5016.30 PROP=5016.31 EX=5017.3 PROP=5017.22 C C C 03 CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING NnowwhaPsbelOUV. DIG, Call OF V before GRADE, NOTIFICATION COLORADO 11 you DAYS OF UNDERGROUND dig. IN OR ADVANCE EXCAVATE 85+00 86+00 87+00 88+00 89+00 90+00 91+00 92+00 93+00 94+00 95+00 96+00 MEMBER UTILITIES Computer File Information DWGS _ _ _ Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ `' , 18(,1_ y ` PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 7) 1111 H. STREET Full Path: M:\PROJECTSDWGS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION - - - Revised: Designer CLW SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 14 of 45 T o u N Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ _ Sheet Subset: Sheet Subset: 1 I�cnco WCR12 00 '-4' L7 LD L% L(7 Lei O N O N + O oo + O N ® N N CO a) O .. N O Z In , N O a O 0 i1 Z al PROVIDE 2" MILL O -It- TELEPHONE SURVEY POINT 6 L TELEPHONE CONTROL PEDESTAL #114 (MONUMENT BOX), AND OVERLAY OF EXISTING ROADWAY O O WCR 10 - SEE NOTES SHEET 6 T N01°22'30"W EXISTING -F n1sr5)w___H: PEDESTAL nC':'r .AND MARKERROW - - 1 J 'ROCS r₹6w-RW`=. . 00 -- - .� , 10 C08, 0 �. x- _ -IU5�00 1 .. r.,KROW- - ----1t4+00 p 1 - ` - IN- ROW '-'-.110Z+-00 �, 103+00--- en Q air: I _ — - ' I I I I - ' —.-r3'T}00 1 --F -- . F- I -- �;B*�tT9+OD - LLI - i - , ' WI ROW ROW ROW �-- RO�AP O E TELEPHONE ROW -J � - '��r�'Jl' . ROW Z -' ROW R�PROVIDE �.- RO\A ROW 2' WIDE F -- ROW PEDESTAL I WCR 8 ASPHALT APRON TELEPHONE ROW TELEPHONE OVERHEAD AND MAILBOX = O MARKER PEDESTAL AND ELECTRIC LINE AT DRIVE (TYP) Q 2 MAILBOX = KEYMAP II - NTS NOTES: 1. MILLINGS TO BE HAULED TO THE WELD COUNTY FACILITY LOCATED AT WCR 31 IN FORT LUPTON, 7625 HORIZ: 1" - 100' APPROXIMATE HAUL 5045 WCR 37 - STA. 96+50 TO 109+00 VERT: 1" = 10' 5045 DISTANCE IS 7.5 TO 8 ONE WAY. 1 -MILES Y -EAST PVI STA: 16+90.00 PVI STA: 98+06.77 P I EL: 5021.155 PVI EL: 5C22.13 2. PROPOSED PROFILE r` in K: 222.22 K: 330.00 SHOWN FOR REFERENCE 5040 ti Lve 400-00 LVC: 165.00 5040 ONLY. OVERLAY TO PC= 96+0( LEV= 501: X -EAST DRIVEV FOLLOW EXISTING HIGH PT. STA: 100+06.77 I- + PT. STA: 107+40.50 HIGH PT EL: 5021.35 co a Ii GH PT EL: 5022.07 CENTERLINE ELEVATION. LEV= 5022.05 5035 > LL In in 5035 3. CROSS SLOPE OF > w fMEAI N C fRIVEW V JAY -EAST VIbT= 108+7e ELEV= 502'1 EXISTING PAVEMENT VARIES. CONTRACTOR TO i ESTABLISH A 2% CROSS li 5030 ' 5030 SLOPE ON OVERLAY W w SURFACE. - PROPOS D > GRADE E EXISTING 5025 5025 0 10% --- a -- v 5020 5020 5015 5015 O ry)$1 E) LO X li Ill PROP=5018.93 EX=5019.59 PROP=5019.61 EX=5020.2 0o r co 6 co NI LO O O NI II O X CC UJ a_ PROP=5020.64 EX=5021.0 PROP=5020.99 EX=5021.22 PROP=5021.22 EX=5021.3 P RO P=5021.34 EX=5021.30 P RO P=5021.39 EX=5021.3 P RO P=5021.44 EX=5021.43 P RO P=5021.49 EX=5021.6 P RO P=5021.54 EX=5021.67 P RO P=5021.59 EX=5021.7 P RO P=5021.64 EX=5021.71 P RO P=5021.69 EX=5021.7 P RO P=5021.74 EX=5021.68 P RO P=5021.79 EX=5021.8 P RO P=5021.84 EX=5021.87 P RO P=5021.89 EX=5021.9 P RO P=5021.94 EX=5021.90 P RO P=5021.99 EX=5021.9 PROP=5022.04 P=5022.04 EX=5021.94 P RO P=5022.07 EX=5021.9 P RO P=5022.01 EX=5021.88 P RO P=5021.89 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING Nnowwharsbelow. DIG, d OF AP 1 before GRADE, NOTIFICATION COLORADO - you DAYS OF UNDERGROUND dig. IN OR ADVANCE EXCAVATE 97+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: I Last Modified Date: 12/18/2024 Initials: CLW _ _ _ • ',` J.861,::_ .. PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 8) 1111 H. STREET MAPROJECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS _ _ _ Revised: Designer: CLW SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG - - - Detailer: CLW ' PHONE: 400-3750 Void: Sheet Number 15 of 45 T (970) o u N Y FAX: 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ - Sheet Subset: Sheet Subset: II o w O NI"c� c� WCR12 r~ 00 as >~ o � °o in r r x cep O wl O Lu ow O Lfl * CO o � + r- N WCR 12 PROVIDE CO �ri � OTX I - CD N av a s r- 1'- CV up CD CD 3"-4" THICK HMA APRON STA: 117+85.26/62.00' L Q 0 oCI CA PROVIDE 2' WIDEz in. CD r z w 0 _ z w w E ASPHALT APRON o w N=270,841.53 C) I r 0 E=220,188.20 0 AT DRIVE (TYP) TELEPHONE , _ PI: 118+98.47 + N00°59'14"W ,� PROTECT ® PROTECT 400.00 MARKERS AND T EXISTING MAILBOXES + ° N01 19 31 W E 220248.92 CN WCR 10 FENCERCR37OW-- -Rte'--.�\X- R ,, OROW //Aow -XO RXa W RR =--fi16 - -- -00 120+00 121+00 . 1- 0 18+00 11 , �� _ ; 0 _. - 1171-+-00- -f Q ---fi12+�0 113+00 — I I I I Wig' - M . p -: 111+00 i I I (n n� 111J+ I o - - — I -- - - -- - -- - -- - - - - - - __ - (!� --- .. - - ROW Lu - --.- ^your - c --",A1 `�- — - .. ... _ _'1 z - - -Z -- r1 x —'` �.. - t") I x — x e - rwiv YY •KU*� � —Y, x — - PAL% v K�dr x x - x _ r ROW hi/W -- - ROW RON ROW N00°38'54"W N 00°13'03" W Z kUW SURVEY POINT I CONTROL " PROVIDE 2 MILL I 855.85' TELEPHONE #113 BOX), 250.00 WCR 8 (MONUMENT AND OVERLAY OF _ 0 = PEDESTAL SEE NOTES SHEET 6 0 _ 0 EXISTING ROADWAY WCR 12 - PROVIDE I- OVERHEAD PROVIDE CLASS 6 ABC 3"-4" THICK HMA APRON <[ ELECTRIC LINE TO TIE EDGE OF HMA STA: 117+87.19/62.00' R 2 APRON INTO EXISTING / I N=270,844.86 E=220,312.17 WCR 12 GRAVEL ROADWAY SIDES 0 Dh o KEYMAP (BOTH �7 O ATMOS GAS NTS OF INTERSECTION) 73)( o ,x in o 0 LINE x g NOTES: 1. MILLINGS TO BE HAULED TO THE WELD COUNTY FACILITY LOCATED AT WCR 31 IN FORT LUPTON, 7625 HORIZ: 1" = 100' APPROXIMATE HAUL WCR 37 - STA. 109+00 TO 121+50 VERT: 1" = 10' DISTANCE IS 7.5 TO 8 ONE WAY. U) -MILES PVI STA: 1 1+44.94 PVI STA: 113+50.00 u) PVI STA: 116+83.37 L'jPVI PVI STA: 120+95.00 5040 PVI EL: 020.71 PVI EL: 5022.05 PVI EL: 5021.05 EL: 501.67 5040 2. PROPOSED PROFILE K: 15 .14 K: 173.68 K: 132.03 K: 126.94 SHOWN FOR REFERENCE LVC: 165.00 LVC: 165.00 LVC: 165.00 Q LVC: 165.0 ONLY. OVERLAY TO w w FOLLOW EXISTING LCW PT. STA: 111+25.30 H GH PT. STA: 113+80.9 > > ELEVATION. 5035 5020.92 HIGH PT EL n'1� CENTERLINE - 10+62.44 ELEV= 5021.04 ELEV= 5021.25 ELEV= 5021.51 VAY-WEST -a82-1-8 14+32.50 FLEW 5021.80 ELEV= 5021.29 — ELEVr 5019.77 VPT= 121+77.50 7I- Li,o co co a in m 3. CROSS SLOPE OF N IC a in pa � EXISTING PAVEMENT VARIES. CONTRACTOR TO N N (0 N- N tl 0 CO 0 ESTABLISH A 2% CROSS II it II II ii VPT= 1 VPC= 1 w o o_ a_ o_ a_ SLOPE ON OVERLAY > > w SURFACE. PROPOSED ' 5025 w ? GRADE 5025 x C I EXISTING -0.40% 0.65% -0.30%° I -__--- GROJND o 5020 5020 -1.55% 5015 - • 5015 5013 I 5013 oo 0) -- rn N rm 0) O O cm n op O r in a - rn (C to Cp _ r--- co en to N- a CO r Li, a M v- co O N CO m a O N en co a) (O rr r O -- r m N 1- (5) Go CALL UTILITY NOTIFICATION CENTER OF COLORADO '71:r a LC)II ii X PROP=5021. EX=5021.3 PROP=5021. EX=5021.1( PROP=5021. EX=5021.0 PROP=5020. EX=5020.ffl PROP=5020. EX=5021.1 PROP=5021. EX=5021.3' PROP=5021. EX=5021.7 PROP=5021. EX=5022.0 PROP=5021. EX=5021.9 PROP=5021. EX=5021.6 PROP=5021. EX=5021.5 PROP=5021. EX=5021.4 � CV � O LO (J_ ii o w d PROP=5021. EX=5021.0 PROP=5021. EX=5020.6 PROP=5020. EX=5019.9 PROP=5020. EX=5019.3 PROP=5019. EX=5018.4E PROP=5018. EX=5017.7 PROP=5017. EX=5016.9 PROP=5016. EX=5016.2 PROP=5016. EX=5015.3: PROP=5015. EX=5014.8 PROP=5014. Nnowwhatsbel°w. Cd�l CALL 2 -BUSINESS BEFORE YOU DIG, FOR THE MARKING �. � 0 dePore DAYS GRADE, OF you dig, IN ADVANCE OR EXCAVATE UNDERGROUND 110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 9) ::-LF(;1 1111 H. STREET Full Path. M:\PR0JECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS - - - Revised: Designer: CLW SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ Detailer: CLW PHONE: (970) 400-3750 Void: Sheet Number 16 of 45 c a j N 7 FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: WCR 12 4 - TELEPHONE PEDESTAL AND GAS METER O DRIVEWAY CD PROTECT CULVERT END 2" MILL O In MAILBOX AND OVERLAY TELEPHONE PROVIDE 2' WIDE STA: 127+59.32/0.00' PEDESTAL AND N 00°13'03" W EXISTING ASPHALT APRON N=271,816.27 N GAS METER AT DRIVE (TYP) 855.85' FENCE E=220,245.65 ROW WCR 10 r ROW ROW ROW ROW ROW ROW ROW Rr !?OW ROW ROW ROW ROW ROW : - I X S °-41- EUA E0A --Pm E0A A ----.-123+0p- H 122+00 124+00 '125+00 126+00 127+00 128+00 129+00 O 130+00 13 +45 • -t - ► I l- I 1 I I I I --�- I WCR 37 N- -0A EOA W EE ROW ROW 0 I,` ,Ai w WOEOA R0VR0W R0W0W ROW ROW ROW ROW r ,, >; -- p O ROW ROW ROW ,,, RO)!N, -- L; ; r z J I _ PROVIDE 2" MILL M0eF M08 M08 OVERHEAD TELEPHONE WCR 8 {„) AND OVERLAY OF ELECTRIC LINE PEDESTAL l- Q 2 EXISTING ROADWAY AND VAULT KEYMAP NTS NOTES: 1. MILLINGS TO BE HAULED TO THE WELD COUNTY FACILITY LOCATED AT WCR 31 IN FORT LUPTON, 7625 5040 WCR 37 - STA. 121+50 TO 127+59 HORIZ: 1" - 100' I VERT: 1" = 10' 5040 APPROXIMATE HAUL DISTANCE IS 7.5 TO 8 ONE WAY. PVI 123+ PVI 125+86.78 -MILES PVI STk: 120+95.00 STA: 7.34 STA: PVI , L: 5014.67 PVI EL: 5014 09 PVI EL: 5012.53 2. PROPOSED PROFILE K 126.92 K: 471.43 K: 115.00 SHOWN FOR REFERENCE 5035 LV ' 65,, LVC: 165.0 LVC: 184.00 5035 ONLY. OVERLAY TO y _ de F am r FOLLOW EXISTING LOW PT. STA: 25+63.78 LOW PT EL:012.87 CENTERLINE ELEVATION. QtoQ� �' u' akaN N-°° r --co 1- 3. CROSS SLOPE OF 5030 N _EV= 5015. T= 121+77. r_EV= 5014. C= 122+44 LEV= 501 'C= 124+94 )RIVEWA1Y-WEST .Y -WEST VPT= 126+7q EfLEV= 501 5030 EXISTING PAVEMENT + M VARIES. CONTRACTOR TO 0 � IP Lfl ESTABLISH A 2% CROSS r > D 5025 i J ~ J 5025 SLOPE ON OVERLAY >w>w it• 1Y -WEST >W L -w )RIVEWI •< SURFACE. II fo H J w 5020 -DRIVEW/ _ __ •-,5020 EXISTING - -' PROPOSED --- - GROUND - --- GRADE ---- 5015 -'1 75% - --. - - 5015 1.o0% , - - A 0 -0.60% as -- ._r DRIVEWAY-WEST 5010 5010 EX=5014.4 PROP=5014.40 EX=5014.28 PROP=5014.28 EX=5014.1 PROP=5014.12 EX=5013.92 PROP=5013.91 EX=5013.6 PROP=5013.65 EX=5013.35 PROP=5013.35 EX=5013.1 PROP=5013.05 EX=5012.91 PROP=5012.88 EX=5012.9 PROP=5012.93 EX=5013.21 PROP=5013.20 EX=5013.6 PROP=5013.66 EX=5014.12 PROP=5014.16 EX=5014.9 PROP= EX=5015.65 PROP= EX=5016.5 PROP= EX=5017.53 II ai 0.. r cc ii a w II a w CL o 8 0 _ -- BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING Nnowwharsbelfw. DIG, Call OF 81 beforeyoudig. GRADE, NOTIFICATION COLORADO r. DAYS OF UNDERGROUND IN OR ADVANCE EXCAVATE 122+00 123+00 124+00 125+00 126+00 127+00 128+00 129+00 130+00 MEMBER UTILITIES Computer File Information DWGS _ _ _ Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: OVERLAY PLAN & PROF (SHT 10) Last Modified Date: 12/18/2024 Initials: CLW _ _ _ `', �sc,i_,y` PUBLIC WORKS DEPARTMENT 1111 H. STREET Full Path: M:\PROJECTSDWGS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION - - - Revised: Designer CLW 9 SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 17 of 45 l - o u N Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ _ Sheet Subset: Sheet Subset: ROW ROW ROW ROW SPEED LIMIT SPEED LIMIT SIGN TO REMAIN STA: 10+04.64 OFFSET: 18.78' L 55 R02-01 VO3 VO3 atop DA EOA EOA ROW ROW EOA BEGIN STRIPING STA: 10+00.00 OFFSET: 0.00' ROW END STRIPING STA: 11+51.61 OFFSET: 57.00' L • STOP STOP SIGN TO REMAIN STA: 11+39.87 R1-1 OFFSET: 39.96' L ROW ROW ROW END STRIPING STA: 11+33.62 OFFSET: 0.00' STOP SIGN TO REMAIN STA: 11+20.56 OFFSET: 17.63' R R1-1 xl xi END STRIPING STA: 11+56• 0O OFFSET: 52.00' R* �P mo I < > ;'1 0 Q 0 w a xi xl 0 END STRIPING STA: 11+75.58 OFFSET: 57.01' L STOP SIGN TO REMAIN STA: 12+05.49 OFFSET: 19.31' L R1-1 ROW ROW ROW WCR 37 ROW RO\ ,r 43+00 SECTION LINE ROW ROW 14+00 ROW ROW ROW BEGIN STRIPING STA: 11+98.00 OFFSET: 0.00' STOP SIGN TO REMAIN Xi STA: 11+89.08 g OFFSET: 35.61 END STRIPING o STA: 11+80.04 * OFFSET: 51.99' R R1-1 ROW ROW SPEED LIMIT SIGN SIGNED AS "45 -MPH" DURING CONSTRUCTION, "55 -MPH" AFTER CONSTRUCTION STA: 13+32.62 OFFSET: 20.17' R SPEED LIMIT 65 • _ R02-01 ROW Y1\ ROW ROW ROW Z cn M -o ROW ROW ROW ROW SPEED LIMIT 45 s _ R02-01 p ROW W3 -1A ROW ROW -x-6+00 ROW ROW ROW ROW ROW SECTION LINE ROW ROW Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PR0JECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW 1-7+00 —Oak-- I _ ROW ROW ROW ROW ROW WCR 37 STOP AHEAD SIGN TO REMAIN STA: 18+82.19 OFFSET: 18.74' L ROW ROW ROW _ — — — ,tea. Jr- a. — — rt..% .*mw a a --rya — alekitc- 18+09—-1-9+00 ROB/ - ROW ROW L CHANGE CENTER STRIPING STA: 17+89.92 OFFSET: 0.00' Index of Revisions Date: Comments: Initials: ROW ROW 'NCR 8 W16 -08P ROW ROW ROW ROW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 - ROW ROW ROW -nr ROW ROW L f ROW As Constructed No Revisions: Revised: Void: 0 ROW ROW ROW ROW 1+40- ROW ROW - PROVIDE STRIPING AT EDGE OF ASPHALT 50 t -R_ ROW ROW 100 Feet - WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 1) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 18 of 45 O O 0 O N C/) w J 2 U H aC 2 00 ROW ROW O O to O N Q co w z J U I- cc 2 van ROW - - - - - - W t4- - - - SAO, ROW ROW ROW ROW 23+00 ROW ROW ROW ROW ROW ROW ROW _._ -Ent-wit - ROW ROW ROW $ 1••••F1 ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW -.-..AM6---- �.., --- ---r-_ ROW ROW ROW G0 ROW ROW ROW ROW ROW SECTION LINE 27+ -I- ROW ROW ROW D 0 I— - OW ROW ROW ROW — 0Q I • 0 i 28+00 I - ROW ROW ROW ROW R0 ROW ROW ROW 29+00 ROW Computer File Information I m C ROW ROW I -& n 0+00 ROW ROW f - ROW PROVIDE STRIPING AT EDGE OF ASPHALT Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW I ROW ROW ROW WCR37 ROW -32-+00 ROW ROW rSECTION LINE ROW ROW ROW ROW Index of Revisions Date: Comments: Initials: ROW ROW ROW ROW ROW 33+00 I ROW WELD COUNTY 1861_; PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW i ROW ROW ROW ROW RO+V ROW ROW _3.4+00 As Constructed No Revisions: Revised: Void: i U Q O 0 +� to N Q CO w z_ -J U 1-- 2 • H • zt CO Q r z ROW ROW ROW ROW R 0 50 100 Feet WCR 12 WCR 10 N- U WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 2) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 19 of 45 0 O O 0 co UT) w z_ J U ROW ROW ROW ROW 36+0.{L. ROW a Y2 ROVE(in - ROW - 37+00 a air ROW ROW ROW ROW CHANGE CENTER STRIPING STA: 35+72.87 OFFSET: 0.00' ROW Y1 ROW W1 ROW ROW ROW ROW ROW ROW ROW ROW WCR 37 ROW 38+00 ROW ( ROW 39+00 0�' RO ROW ROW ROW ROW ROW SECTION LINE I '7 40+00 ROW ROW ROW ROW ROW ROW ROW IV D 0 0 1 END STRIPING STA: 41 +14.80 OFFSET: 0.00' Ir-s zO1 m o 41+00 END STRIPING STA: 41+08.37 OFFSET: 11.50' R ROW ROW ROW ROW R • _ uct } re m (9 a U, RO O C O fi F— U) w z Q r w 0 0 ca U7 + r Hl U) w z J U H Q 2 co W C7 Q co W ROW ROW BEGIN STRIPING STA: 41-F64.80 OFFSET: 0.00' • 42+00 ROW ROW ROW ROW 43+00 I ROW r SECTION LINE ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW ROW ROW 44+00 _ 45+00 _ _ 46+00 BEGIN STRIPING STA: 41+72.37 OFFSET: 11.50' R ROW ROW STOP SIGN TO REMAIN STA: 41+59.74 OFFSET: 25.58' R ROW ROW STOP R1-1 Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW ROW ROW Index of Revisions Date: Comments: Initials: ROW ROW r -p ROW ROW o ► o o ROW ROW ;';`, ROW 47+00 Z ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT ROW — WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 Z crt m F 1- As Constructed No Revisions: Revised: Void: 0 50 ROW ROW ROW 100 Feet C) O O 00 Q (1) w z_ J Q WCR 12 WCR 10 M 4 U WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 3) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 20 of 45 ROW ROW ROW !OW ROW ROW R1-1 STOP SIGN TO REMAIN STA: 55+02.56 OFFSET: 52.40' L ROW ROW 0 O Lid LU Q I -- W z J U Creation Date: END STRIPING STA: 54+83.02 OFFSET: 0.00' END STRIPING STA: 54+62.02 OFFSET: 11.50' L Computer File Information 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English r SECTION LINE BEGIN STRIPING STA: 55+83.02 OFFSET: 0.00' BEGIN STRIPING STA: 56+04.02 OFFSET: 11.50' L PROVIDE STRIPING AT EDGE OF ASPHALT Index of Revisions Comments: Initials: WCR 37 ROW ROW ROW ROW ADDRESS SIGN TO REMAIN STA: 58+42.39 OFFSET: 42.50' L 7W ROW I� ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW r SECTION LINE ROW ROW ROW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 RiW ROW R' INTERSECTION AHEAD AND "WCR 10" SIGN STA: 59+02.63 OFFSET: 19.07' R As Constructed No Revisions: Revised: OW ROW ROW ROW ROW ROW ROW ROW WCR 10 W16 -08P ROW ROW ROW ROW ROW ROW ROW 100 Feet R STO TO E STA: 5E P O Lf) Nct c;:e F- W Z J U F - Q WCR 12 WCR 10 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) Y3 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 4) Designer CLW Detailer: CLW Sheet Subset: I Sheet Subset: Project No./Code Sheet Number 21 of 45 ROW ROW ROW ROW ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 12/18/2024 Last Modified Date: 12/18/2024 Initials: CLW Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English SECTION LINE Index of Revisions Comments: ROW ROW - END STRIPING STA: 64+09.91 OFFSET: 0.00' Initials: INTERSECTION AHEAD AND "WCR 10" SIGN STA: 69+97.15 OFFSET: 18.67' L -4-SPEED LIMIT SIGN TO REMAIN ct STA: 64+71.54 OFFSET: 104.08' L END STRIPING STA: 64+94.91 OFFSET: 0.00' ROW ROW W2-2 ROW RQW ROW ROW INCR 10 JI W16 -08P --71+04- 7 _ -- 72+00 I I I WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 R02-01 ROW ROW r SECTION LINE As Constructed No Revisions: Revised: ROW ROW RO ROW ROW ROW ROW ROW ROW ROW ROW ROW - 100 Feet 0 O O i` co w z_ J I U F- Q WCR 12 WCR 10 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) Y3 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 5) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 22 of 45 O 0 0 d' N- Q H W z_ J O 2 ROW ROW ROW ROW ROW - . ----- A----LA)A---- ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW \ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English I- SECTION LINE ROW ROW ROW ROW "SCHOOL BUS STOP AHEAD" SIGN STA: 76+71.38 OFFSET: 17.97' R ROW ROW r SECTION LINE Index of Revisions Comments: WCR 37 Initials: WCR 37 ROW ROW ROW ---r*r.�.---!-^- ROW ROW i v r STOP SIGN TO REMAIN STA: 85+19.73 R1-1 OFFSET: 33.57' L ROW ROW ROW END STRIPING STA: 85+02.84 OFFSET: 11.50' L WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: ROW ROW ROW ROW- ROW R ROW ROW RO PROVIDE STRIPING AT EDGE OF ASPHALT ROW - ROW BEGIN STRIPING STA: 85+96.45 OFFSET: 11.50' L .,f ROW ROW ROW ROW BEGIN STRIPING STA: 85+88.14 OFFSET: 0.00' 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) Y3 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 6) Designer CLW Detailer: CLW Sheet Subset: I Sheet Subset: Project No./Code Sheet Number 23 of 45 J O O O M a) C I— z J U OW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW ROW ROW ROW ROW ROW ROW SECTION LINE ROW ROW ROW ROW ROW ROW ROW ROW m ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW o 9) > o o o ▪ > ma Ito Q r iran _ ROW ROW z cn 93+00 rn o T 1 I z en in o - t..: ROW ROW ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW ROW 97+00 98+00 I - I 1 �rn -0� ztn1 99+00 OQ =O1 ill f, I _ � t- z im _ —I ri ° - ROW ROW ROW SECTION LINE ROW ROW ROW ROW ROW 1 Index of Revisions Date: Comments: Initials: ROW --- RO/ ROW ROW ROW ROW WELD COUNTY 1861_; PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW ROW ROW ROW I 10 ROW ROW S__ PROVIDE STRIPING AT EDGE OF ASPHALT As Constructed No Revisions: Revised: Void: 0 50 ROW ROW ROW 100 Feet -co _ w Z 16: Q 2 WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 7) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 24 of 45 ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 102+00 I 1 103+00 OW ROW WCR 37 arr 104+00 I I MOW ROW all a ROW ROW ROW ROW ROW SECTION LINE ROW ROW ROW ROW 1 ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 105 +00 N O o of > z o 106+00 4 mom — OW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 0) 0 ROW ROW I ROW ROW ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW RO) ar z u, I, 108+00 m� 1 z b, 0 ROW ROW O ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW 109+00 I -- - SECTION LINE ROW ROW ROW Index of Revisions Date: Comments: Initials: ROW ROW ROW - 112+00 11 ROW ROW ROW WELD COUNTY 1861_; PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW ROW ROW ROW ROW ROW RO As Constructed No Revisions: Revised: Void: 0 50 100 Feet O O O O C•04* aC* (D - Ill Z J U I-, Q 2 WCR 12 WCR 10 N- C) WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know wham below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 8) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 25 of 45 O O O C") r r MATCHLINE STA: 0W ROW ROW ROW ROW ROW) ROW �= Dy 114+00 & -- p o o D r ROW asp a ROW ROW ROW ROW ROW ROW > I} Z O Z 115+00 - i- - ROW ROW WCR 37 ROW ROW END STRIPING STA: 117+75.76 OFFSET: 62.02' L STOPSTOP SIGN TO REMAIN 'STA: 117+70.07 R1-1 OFFSET: 40.16' L ROW ROW SECTION LINE ROW ROW ROW ROW ROW 116+00 I - 117+00 I ROW ROW ROW ROW ROW END STRIPING STA: 117+54.15 OFFSET: 0.00' o END STRIPING STA: 117+77.69 OFFSET: 62.00' R "NOT A THRU ROAD" SIGN TO REMAIN STA: 117+64.47 OFFSET: 84.46' R N 20.00' A PHALT O BEGIN STRIPING STA: 117+94.77 OFFSET: 62.00' L ROW ROW ROW ROW BEGIN STRIPING STA: 118+24.15 OFFSET: 0.00' O a LU ROW -F C3) 119+00 I ROW ROW STOP SIGN TO REMAIN STA: 118+03.99 OFFSET: 35.13' R R1-1 BEGIN STRIPING STA: 117+96.69 OFFSET: 62.00' R ROW ROW "SCHOOL BUS STOP AHEAD" SIGN STA: 118+78.81 OFFSET: 22.15' R S3-1 r w z� J U� H III 0 0 O Li) C3) r I — co w J U ROW ROW \ROW ROW eGC ROW 120+00 I ROW D 70 Urn to > C '4O O o r O- ROW ROW ROW ROW R W ROW ROW R enc roc WCR 37 r - D Z o 1 121+00 Lr s I > Zcn En 0 122+00 ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW et - ROW ROW ROW 123+00 ItEk _ ROW ROW ROW ROW — - .s*"i —c =F-'•. — — •s —t -.-•— — — '_. ROW Index of Revisions Date: Comments: Initials: ROW ROW ROW ROW ROW / 124+00 ROW WELD COUNTY 1861_; PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW ROV I SECTION LINE ROW ROW 0 As Constructed No Revisions: Revised: Void: ROW 125+00 a 121 50 100 Feet C) C r Q w z_ J H Q WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 9) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 26 of 45 EXISTING "55 MPH" SPEED LIMIT SIGN, SIGN AS "45 -MPH" DURING CONSTRUCTION, "55 -MPH" AFTER CONSTRUCTION APPROXIMATELY 530' NORTH OF CONSTRUCTION LIMITS END STRIPING STA: 127+59.32 OFFSET: 0.00' EOA ROW ROW ROW SPEED LIMIT SIGN TO REMAIN STA: 127+35.71 OFFSET: 19.57' R s SPEED LIMIT 45 R02-01 ROW ROW [CA EGA RO', WCR 37 10 EOA EOA EOA ROW ROW SECTION LINE ROW ROW ROW 0+00 FiriA ROW ROW -1'30+45 EGA. EGA EDA EGA EGA ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW RPW O MOb MO 1 MO8I Mal Moll —I ROW ROW ROW SPEED LIMIT 45 R02-01 ROW ROW ROW ROW ROW ROW 0 50 100 Feet CAL BEFO FOR WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, L 2 -BUSINESS DAYS IN ADVANCE RE YOU DIG, GRADE, OR EXCAVATE THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY As Constructed • GOUN-rY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 10) Designer CLW Detailer: CLW Project No./Code Sheet Subset: I Sheet Subset: SFT-17 Sheet Number 27 of 45 WCR 16 WCR 14 vat M WCR 12 M V WCR 10 WCR 8 WCR 16 ta- U WCR 14 HIGHWAY 52 M V WCR 12 WCR 10 Nour WCR 37 OVERLAY PROJECT NORTH AND SOUTHBOUND WCR 37 DETOUR - PHASE 2 (CYAN AND PURPLE) WCR 6 MATHEWS AVE TATE AVE NORTH AND SOUTHBOUND WCR 37 DETOUR - PHASE 1 (GREEN AND ORANGE) WCR 4 WCR 6 It TOWN OF LOCHBUIE 4$ • et • I Y LEGEND WCR 37 NORTHBOUND DETOUR -PHASE 1 WCR 37 SOUTHBOUND DETOUR -PHASE 1 'V WCR 37 NORTHBOUND DETOUR -PHASE 2 WCR 37 SOUTHBOUND DETOUR -PHASE 2 WCR 6 // / WCR 12 1/2 N HIGHWAY 52 P3 rest TOWN OF HUDSON WCR 10 ft WCR 8 ytt It It WCR 8 veft V cc WCR 6 WCR 4 Computer File Information Creation Date' 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_DETOUR.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY 1861 couNtI PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR 37- WCR 8TO HWY 52 OVERALL DETOUR PLAN Designer: CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 28 of 45 ' MESSAGE BOARD MESSAGE BOARD END DETOUR 7z7-7. -WCR 37 CLOSED AT WCR 8, DETOUR -WCR 37 CLOSED AT WCR 8, �i 7, ==" USE DETOUR AHEAD M4 -8A HIGHWAY 52 M4 -9L USE DETOUR AHEAD /%� z es f' LEGEND I \ 7' ,i �%i� SOUTHBOUND WCR 37 DETOUR DETOUR M DETOUR WCR 37 NORTHBOUND DETOUR_ PHASE 1 / * - DETOUR (ORANGE) v M4 M4 WCR 37 SOUTHBOUND DETOUR 1s M4 -9R -9L -PHASE -QS WCR 12 WCR 12 HIGHWAY 52 WCR 12 f/ ROAD CLOSED 1%. TO THRU TRAFFIC ,` O1 � V R11-04 d' ft k rx ern a er - , ,... k � tSWA � T0WN OF Ct /wSA HUDSON O1 WCR 10 ®P t WCR 10 WCR 10 WCR 10 tt +4S4c° Q`G ROAD QA in n. CLOSED et wit ///wr s ` �CI+ l R11 2ps DETOUR Et CC �`/////// A s //�� M4 -9R ,, DETOUR (�'�` NZ /// A u M4 �' WCR 37 OVERLAY PHASE 1 WCR 8 t -9R WCR 8 WCR 8 �_ WCR 8 L , DETOUR DETOUR Li M4 -9R M4 -9L Q SLO c M p t NORTHBOUND WCR 37 Q • DETOUR (GREEN) �( ROAD CLOSED 'd. Z THRU TO TRAFFIC Ct 2 WCR 6 WCR 6 R11-04 sWCR 6 WCR 6 .M MESSAGE BOARD -WCR 37 CLOSED CC AT WCR 8, USE I DETOUR DETOUR DETOUR DETOUR + DETOUR AHEAD M4 -8A M4 -9S WCR4 WCR 4 M4 9R M4 -9L 1 - TOWN OF I LOCHBUIE Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date' 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: - PHASE 1 - DETOUR PLAN Last Modified Date: I 12/18/2024 Initials: CLW _ _ _ !sr,1.'. PUBLIC WORKS DEPARTMENT 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS Revised: Designer: CLW SFT-17 • - P.O. BOX 758 GREELEY, CO. 80632-0758 I- File Name: WCR 37 DETOUR.DWG Dr- _PHONE: - - I Detailer: CLW (970) 356-4000 Void: Sheet Number 29 of 45 T o u r` i FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English - - I - Sheet Subset: Sheet Subset: MESSAGE BOARD -SOUTHBOUND WCR 37 USE WCR 41 DETOUR AHEAD WCR 12 MATHEWS AVE WCR 8 WCR 6 TATE AVE DETOUR M4 -9S WCR 37 OVERLAY PHASE 2 M4 -9R M V M' f _ END DETOUR M4 -8A MESSAGE BOARD -NORTHBOUND WCR 37 USE WCR 8 TO WCR 41 DETOUR AHEAD LEGEND WCR 37 NORTHBOUND DETOUR -PHASE 2 WCR 37 SOUTHBOUND DETOUR -PHASE 2 HIGHWAY 52 SOUTHBOUND WCR 37 DETOUR (PURPLE) WCR 12 ROAD CLOSED TO THRU TRAFFIC R11-04 DETOUR M4 -9R WCR 12 iii rii iiiiyr/ (A 7-- /7/ /1 r„, rA M4 -9L a, M CC WCR 6 WCR 8 DETOUR M4 -9L NORTHBOUND WCR 37 DETOUR (CYAN) DETOUR M4 -9L i DETOUR M4 -9L WCR 6 MESSAGE BOARD -SOUTHBOUND WCR 37 USE WCR 41 DETOUR AHEAD WCR 12 1/2 WCR 12 M o� Ot PCB 1c° �O A Q As\co st zji� i/ // %! / HIGHWAY 52 WCR 10 TOWN OF HUDSON N WCR 10 WCR 8 It It VCR 8 Computer File Information Creation Date' 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_DETOUR.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 IAs Constructed No Revisions: Revised: Void: WCR 37- WCR 8TO HWY 52 PHASE 2 - DETOUR PLAN Designer: CLW Detailer: CLW Project No./Code i SFT-17 Sheet Subset: I Sheet Subset: Sheet Number 30 of 45 STORMWATER MANAGEMENT PLAN (SWMP) TEMPLATE LESS THAN 1 ACRE OF DISTURBANCE (6/20/2024) 1. Site Description The Contractor shall comply with all CDOT contractual requirements, and all requirements associated with the CDPS-SCP on this project. The SWMP Administrator for Construction shall update the SWMP plans to reflect current project site conditions. A. Project Site Location: Location or address of construction office: The project location is WCR 37, in Weld County, Colorado. The southern limit of the project is approximately 100 -ft south of WCR 8. The project ends 1000 -ft north of WCR 12 (south of Hwy 52). B. Project Site Description: The project site consists of WCR 37 roadway, within the current Weld County ROW. WCR 37 is an asphalt paved roadway with gravel shoulders. The proposed construction project will consist of a 2" mill of the existing asphalt, followed by a 2"+/- asphalt overlay. The existing width and limits of the roadway will be maintained. This project is being put forth as a maintenance type project since the existing asphalt roadway base will not be disturbed, causing a concern for erosion. The overlay is needed in this area, because it is intended to be used as a detour route for a larger roadway project being done by Weld County in the area. There are no utility relocations or storm drainage improvements designated with this project. C. Proposed Schedule for Sequence for Major Construction Activities: • Install initial erosion control items along WCR 37 as shown on SWMP plan (contractor may adjust erosion control items as required) • Mill asphalt along sections of WCR 37 (contractor may phase milling to keep road open with traffic control/flagging) • Repair soft spots in existing roadway as needed to prepare for final overlay • Provide temporary striping on milled road as needed • Overlay existing roadway and establish aggregate base course (ABC) shouldering • Provide permanent striping • Seed any areas outside of roadway limits that were disturbed during the mill and overlay process • Remove initial erosion control items once site has been stabilized D. Acres of Disturbance: 1. Total area of construction site (LOC SITE AREA): 20.30 acres 2. Total area of proposed disturbance (LDA): 7.99 acres (includes mill and overlay area of roadway - less than 1 -acre of disturbance anticipated outside of roadway limits) 3. Total area of seeding: 0.5 acres 4. Total area of pre -project impervious surface: 305,645 sq. ft. 5. Total area of final impervious surface: 323,356 sq. ft. E. Existing Soil Data: Soil types for the project area have been determined using the NRCS Soil Survey Website. The site is listed as hydrological Type A, designated as Valent Sand and Vona Loamy Sand with slopes ranging from 0% to 9%. The soil erosivity K -Factor ranges from 0.02 to 0.24 for the site. Data Source(s): Natural Resources Conservation Soil Survey website. 2. Stormwater Management Controls for First Construction Activities The Contractor shall perform the following A. Potential Pollutants Sources: Refer to Potential Pollutant Sources in SWMP Section 4A. The SWMP Administrator for Construction shall prepare a list of all potential pollutants and their locations in accordance with subsection 107.25. B. Offsite Drainage Run on Water): Place Control Measures to address run-on water in accordance with subsection 208.03. C. Vehicle Tracking Control: Control Measures shall be implemented in accordance with subsection 208.04. Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: D. Perimeter Control: Perimeter control shall be established as the first item on the SWMP to prevent the potential for pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to state waters. With subsection Perimeter control may consist of berms, silt fence, erosion logs, existing landforms, or other Control Measures as approved. 3. Qualified Stormwater Managers: A. SWMP Administrator for Design: CDOT Certified Individual responsible for developing SWMP Plan Sheets and SWMP Site Maps during the design phase. Name/Title Contact Information [phone & email] Certification # Cade Wright / Design Engineer (970) 400-3739, cwright@weld.gov 22COA70C B. SWMP Administrator for Construction: (As defined in Section 208) The Contractor shall designate a SWMP Administrator for Construction. The SWMP Administrator for Construction shall become the operator for the SWMP plans (a SWMP notebook will not be required for this project) and assume responsibility for all design changes to the SWMP implementation and maintenance, the SWMP shall remain the property of Weld County. The SWMP Administrator for Construction shall be responsible for implementing, maintaining, and revising SWMP plans. Name/Title Contact Information Certification # Certification Expiration Date Start Date (phone & email) C. Permanent Stabilization Subject Matter Expert: This qualified individual will be a Weld County Staff member. This expert is a project team leader responsible for ensuring project adherence to requirements of the Weld County revisions to Sections 207 and 212 of the specifications as follows and will be available for questions regarding permanent stabilization requirements. 1. Review the Topsoil Management Plan and the Permanent Stabilization Site Maps. 2. Attend the Contractor Pre -Construction Conference. 3. Review and recommend approval of products. 4. Attend the Partial Landscape Completion Walkthrough. 5. Attend the Final Landscape Completion Walkthrough. Name/Title Contact Information [phone & email] Lyndsay Holbrook / County Stormwater Inspector (970) 400-3788, lolbrook@weld.gov 4. During Construction Responsibilities of the SWMP Administrator for Construction: Considered a "living document", the SWMP plan is continuously reviewed and modified throughout the construction phases. During construction, the SWMP Administrator for Construction shall have full responsibility to maintain and update the SWMP plans in accordance with subsection 208.03(c). No SWMP notebook will be required. During construction, indicate how items that were not addressed during design are being handled in construction. If items are covered in other sections of the SWMP, indicate below what section the discussion takes place. A. Materials Handling and Spill Prevention and Response Plan: Prior to commencing Construction Activities Associated with Water Quality, the Contractor shall submit a Spill Response Plan. Materials handling and Spill Response Plan shall be in accordance with subsection 208.06. B. Stockpile Management: Shall be done in accordance with subsections 107.25 and 208.07. C. Concrete Washout: Concrete and masonry washout water or waste from field laboratories and paving equipment shall be contained in accordance with subsection 208.05. D. Saw Cutting: Shall be done in accordance with subsections 107.25, 208.02, 208.04, 208.05. WELD COUNTY As Constructed Imo PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (70) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 SWMP NOTES (SHT 1) Designer CLW Detailer: CLW p Project No./Code i SFT-17 Sheet Subset: I Sheet Subset: Sheet Number 31 of 45 E. Soil Amendment Requirements: Minimum amendment material requirements for all disturbances to receive E. Street Sweeping: Shall be done in accordance with subsection 208.04. seeding. 0.25 Total Acres of Seeding (Native) Drill (Pay Item 212-00706) 5. Control Measure Maintenance Pay Item Description Amount/ Acre Units Total For This Maintenance shall be in accordance with subsection 208.04(f). Method 6. Temporary, Permanent Stabilization and Long -Term Stormwater Management 212-00702 Biotic (Hydraulically Soil Amendments Applied) 4,500 lb/acre Pounds 1,125 The accordance Contractor with shall subsection comply with 208.04(e). all temporary stabilization and permanent stabilization requirements in 0.25 Total Acres of Seeding (Native) Broadcast (Pay Item 212-00708) A. Seeding Plan: Pay Item Description Amount/ Units Total For This The following seed mix(es) and rates are for drill seeding method as shown on the Permanent Stabilization Site Acre Method Maps shall be used: 212-00702 Organic Fertilizer 50 lb/acre Pounds 12.5 Common Name Botanical Name Lb. PLS per acre F. Reseeding Operations/Corrective Stabilization: Western Wheatgrass Arriba. Barton, Rosana 2.50 Blue Grama Hachital, Lovington 1.50 Prior to stormwater construction be work partial by the acceptance. SWMP for Construction Control Sideoats Grama Vaughn, Butte, Niner, El Reno, Haskell 2.25 1. All Inspector seeded for areas shall bare soils reviewed caused by surface or wind Administrator erosion. Bare areas caused and by surface or Erosion or gully erosion, Smooth Bromc Lincoln, Manchar 2.00 blown away mulch, etc. shall be re -graded, seeded, and have the designated mulching applied as Sand Dropseed 0.25 necessary, at no additional cost to the project. Perennial Ryegrass Calibra or Garibaldi tetraploid 0.75 2. The Contractor shall maintain seeding/mulch/tackifier, mow to control weeds or apply herbicide to control Slender Wheatgrass Pryor, Revenue or San Luis 2.50 weeds in the seeded areas, at no additional cost to the project. Alkaligrass Fults TT, Salt on Sea 1.25 7. Prior to Project Final Acceptance Switchgrass Nebraska 28, Blackwell 1.00 WB-Cedar Wheat (Hard Red Winter, WestBred) 10.00 A. When directed by the Engineer, removal and disposal of temporary control measures shall be included in the Total 24.00 cost of work. B. Seeding Application Method: B. At the end of the project, all ditch checks shall consist of temporary erosion logs (sediment control logs) or The the shown C. during Mulching following project • • • on construction. In Drill to Soil vegetative the small seeding is a seed 0.50 compaction Application: SWMP -inches mill areas 0.25 and cover. maps. Contractor methods overlay to not into 0.5 shall accessible It -inches the is soil be shall of the to an minimized be contractor's establish into to per existing the used the a drill, Weld soil. for vegetation for roadway, areas responsibility hand County areas broadcast disturbed where no to revision designated pre permanent to -construction by provide or hydroseed to Section the areas contractor seeding 212. stabilization conditions. of at soil in double during disturbance areas will the be construction. that rate achieved have were and disturbed rake been through Since 0.25 equivalent. C. All 04002 D. Refer acceptance storm Clean to drains the shall Culvert. Weld of water County be quality cleaned version work. prior to to Section the Final 208.10 Acceptance for Items to of be the project. completed If required, prior to requesting include work partial in 202 - D. Apply and mulch Prior tons mulch Special in to a of accordance tackifier. tackifier minimum winter mulching Requirements: shutdown (weed in of 2 with accordance tons/ac Section or free) the of certified 213, summer per acre, with Sections and seeding mechanically weed mechanically 208 window free and hay 213. crimp closure: crimped or 2 1/2 it into into tons/ac Uncompleted the the topsoil soil of certified in in combination slopes combination weed shall be free with with mulched straw an organic an organic per acre with 2 1. 2. 3. showing four temporary Soil mulched Department. Complete The amendments, working Contractor how with stabilization permanent implementation days permanent shall seedbed of submit placing stabilization methods stabilization of preparation, a the proposed SWMP topsoil in accordance mulching Permanent mulch and on Permanent permanent the within within de with Stabilization -compacted 24 four Stabilization subsection hours working stabilization of Plans civil days, 208.04(e) hydraulic Phasing subgrades. will mulching the application Plan minimize Contractor at no shall If to damage additional the placed Engineer be accomplished shall of native to topsoil complete cost seeded seed. for is to approval not the areas. within ,I Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ " p� " PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 2) �= �1 1111 H. STREET — P.O. BOX 758 MAPROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - I� _ - Designer i "^. GREELEY, CO. 80632-0758 Drawing File Name: WCR 37_SWMP.DWG _ _ _ Detailer: CLW ' '1� C 4 1 PHONE: (970) 400-3750 Void: Sheet Number 32 of 45 T o u N Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ _ Sheet Subset: Sheet Subset: 8. Narratives Control Measure Matrixes During Construction: 1. Control Control Standard maintenance 2. The 3. A Pre Structural "B" SWMP -Construction Control in measure Measure the Control Administrator "Initial Measures requirements narratives not Measure Conference Activities" included that for have Specification of Construction may in the column with been the control be the SWMP indicates Regional potentially included and shall is measure. proposed Narrative. place for that Water used the the The an on and "X" control Pollution CDOT The the appropriate in project approved Narrative the Standard measure Control column shall "X" for Specifications by shall Manager. erosion shall the "In include Use be Engineer, also installed and drawings, be On Site" sediment and added Standard the when before SWMP dimensions, to control; Administrator the the construction implementation control Plan practices installation M-208 measure activities for may and Construction information, include, M-216 phase(s). has associated along been installed. but shall: are with materials, with any Place not water limited non-standard implementation an quality "X" to in the commence. following: the control column processes, measures "M-208 control Locations Standard approved measure and quantities or during `X' -specific for will the Non be design -Standard" inspection discussed process. and expectations, during If a complete the Non Environmental -Standard a and Non - Application, Control measure Narrative M- 208 Standard or "X" For Non- Standard In on Use Site Initial Activities Interim Activities Permanent Stabilization Protection of Existing Trees/Landscaping Fence (plastic) Fence traffic prior to (plastic) and start sediment of shall construction be for used the in protection activities areas indicated associated of sensitive in with the habitat, plans water to mature quality. prevent trees encroachment and/or existing of construction landscaping B or X X Check Dam/Ditch Check Erosion log (sediment control log), silt berm, silt dike, rock check dam Placed ditch. in For ditches existing immediately ditches, place upon completion prior to start of construction of ditch grading activities to reduce velocity associated with of runoff water in quality. the M-208 X X Culvert Inlet/Outlet Protection Erosion logs (sediment control logs), aggregate bags Placed occurring prior to at the mouth adjacent start of of construction culvert to pipe inlets to prevent and activities over sediment associated top of culvert laden with water at water inlet from quality. and entering outlet where pipe or disturbance drainage. Place may be M-208 B or X X X Stockpile Protection Temporary berm, erosion logs (sediment control logs), aggregate bags* Placed around Place prior within stockpile. to specified start *Aggregate of stockpiling, distance, bags in accordance are increase easily control moved with as the subsection and stockpile replaced 208.06, increases from for access size. toe during to contain the sediment workday. M-208 X Toe of Fill Protection Erosion logs (sediment control logs), temporary berm, silt fence, topsoil windrow* Place areas. prior *Can to slope/embankment be used to stockpile work topsoil to for capture salvage. sediment and protect and delineate undisturbed M-208 X X Perimeter Control Erosion logs (sediment control logs), silt fence, temporary berms Placed run-on water prior to construction from off site, and activities to divert associated around disturbed with water areas. quality commencing to address potential M-208 B or X X Slope Control Silt fence, erosion logs (sediment control logs) Placed start of on construction the contour activities of a slope to contain associated with and water slow quality. down construction runoff. Place prior to the M-208 X X Temporary Sediment Trap Used to near the to start the capture surface of sediment construction may be installed laden activities runoff associated when from discharging disturbed with water from areas quality. basins < 5 acres and Outlets impoundments. during that construction. withdraw Place water from prior or M-208 X X Application, Control measure Narrative M- 208 Standard "X" For Non- Standard or In Use on Site Initial Activities Interim Activities Permanent Stabilization Concrete Washout In -ground or fabricated Construction equipment cleaning. control, used Place for waste prior to management the start of concrete of concrete/masonry and masonry activities. and concrete/masonry M-208 X X Vehicle Tracking Pad Vehicle sediment quality. tracking exiting pads the LOC. shall Place be used prior at all to the vehicle start and equipment of construction exit activities points associated from the site with to prevent water M-208 B or X X Engineered Sediment Basin capture using installed Constructed an storm approved when early flow. discharging in the non-standard Outlet project, structure from basins prior detail. and/or to and storm Outlets impoundments, outfall sewer/ditches that shall withdraw be modified unless and water in infeasible accordance for from temporary or with near sediment the 208.05(q) surface control shall to be X X Other ,I Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ `' , 1861 y ` PUBLIC WORKS DEPARTMENT SWMP NOTES (S HT 3) 1111 H. STREET M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - P.O. Drawing File Name: WCR 37_SWMP.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 33 of 45 Y o U r` Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ _ Sheet Subset: Sheet Subset: Non Erosion staging. -Structural control Control Control devices are Measure Measures used locations to limit that are indicated may the amount be potentially on of the soil SWMP used loss on Site on site. the Sediment Ma.. project for control erosion devices and sediment are designed control; to capture practices may sediment include, on the but project are not site. limited Construction to: controls are control measures related to construction access and Application, Control measure Narrative M- 208 for Non Standard -Standard Or "X" In Use on Site Initial Activities Interim Activities Permanent Stabilization Vegetative Buffer Strip identified immediately Finishing sediment disturbance ROW construction water control buffers. or quality temporary measures component -laden on area. SWMP activities adjacent starting. runoff Area easement must for prior from associated Upgradient filtering within be to to installed vegetative to CDOT be with X X X Grading Applications (Landform) Existing used prevent leaving landform concentrated point erosion. SWMP associated as shall prior or a sediment the Area directs created control be disturbance to with protected to construction flow outfall water be landforms measure from identified of point, quality entering area. water to if they the prevent activities may starting. If to on or a outfall a be M-208 X X Straw or Hay Mulch/Mulch Tackifier To Temporary placed control Stabilization work approved be installed is as and temporarily or a surface or as by Permanent seeding as the a surface Temporary Engineer halted cover establishment. Stabilization cover and for erosion as when X X Spray -On Mulch Blanket (Not to be used in areas of concentrated flows, i.e. ditch lines.) To Temporary placed control cover and be as installed as and when approved a or surface or work Permanent seeding as temporary is temporarily by cover the establishment. Stabilization Engineer for surface erosion halted X X Seeding Permanent (Native Perennial) Permanent and to reduce erosion on Stabilization disturbed runoff of disturbance and control areas. X Sweeping Source sediment and the of Kick the to LOC. construction brooms control, prevent tracked Sweep shall used sediment daily onto not shift to and be remove paved as from permitted. at needed. the surfaces leaving end X X X Other ,I Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ -k:';.1s6a,"s PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 4) = 1 1111 H. STREET ` r)^ �- �; C �1 P.O. BOX 758 M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - I( - - Revised: Designer CLW SFT-17 \�l ` GREELE 80632-0758 Drawing File Name: WCR 37_SWMP.DWG _ _ - Detailer: CLW ' �! `� � •� :' 97 PHONE: {970) 400-3750 Void: Sheet Number 34 of 45 ¶ o u N Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ _ Sheet Subset: Sheet Subset: 9. Tabulation of Stormwater Quantities A. Control Sediment maintenance Measure (Equipment) shall sediment be and included removal 208 Removal in the and cost disposal and of Disposal the shall control be of paid Sediment measure. for as: (Labor). 208 Removal All other and control Disposal measure of PSP Spec. Pay Item Description Pay Unit Initial Const. Interim Const. Permanent Stabilization *Total Quantity 202-04002 Clean Culvert Each 208-00002 Erosion Log Type 1 (12 inch) LF 208-00103 Removal Sediment and (Labor) Disposal of Hour 208-00105 Removal Sediment and (Equipment) Disposal of Hour 208-00106 Sweeping (Sediment Removal) Hour 208-00107 Removal of Trash Hour 208-00207 Erosion (ECM) Control Management Day 212-00700 Organic Fertilizer Pounds 212-00702 Biotic Applied) Soil Amendments (Hydraulic Pounds 212-00706 Seeding (Native) Drill Acre 212-00708 Seeding (Native) Broadcast Acre 213-00004 Mulching (Weed Free Straw) Acre 700-70380 Force Account Erosion Control FA 10. *It Maps useful and be Payment **Pay the Biological is anticipated have adjusted control shall service Item shall been be 208-00071 measure required life, according Impacts increased be that see for in additional subsections the is on included the to actual and the for the field. unforeseen Dewatering control project conditions work for The 208.03 anticipated use for completed measures unforeseen and conditions encountered of the 208.04. maintenance material and and conditions Quantities and control in material shall normal the field measure for used. of be and control directed all as vehicle replacement directed control quantities measure tracking and measures and approved not of life approved pads items expectancy. shown shown based by that on the by above on the are the Engineer. the Quantities SWMP beyond are Engineer. service Site estimated their life shall of A. Environmental Impacts: 1. 2. 3. 11. Notes Wetland Stream Threatened Impacts: Impacts: and No Endangered No Species: No 11 Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 12/18/2024 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 12/18/2024 Initials: CLW _ _ _ k:' ;1s6a,"s PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 5) 1111 H. STREET �u c PSI 1 P.O. BOX 758 Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS - I�-�= - - Revised: Designer CLW il SFT-17 � \��. Lrt G Drawing File Name: WCR 37_SWMP.DWG _ _ _ - Detailer: CLW ' nn �, `Ir Vln PHONE:' (9 O) 400-3750 Void: Sheet Number 35 of 45 Y'Y o FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ _ Sheet Subset: Sheet Subset: ROW OW ROW ROV0 =SOSO - - RtiO RO U VO3 VO3 4+nn 5015---- 5016 - - 5017 -U VO3 VO3 -r EOA a EOA £0A 5017 - - -5016- ROW ROW 7 ROW kOW ---5015 a .111 — r > I r4 I 1 s / —/ /1 S LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION O U a 0 ►I f1 j1 O - -5016-° / ^ -^- all as a CLEAN CULVERTS (AS NEEDED) *ow o -m--- Row _ _ _— — 5017 5017 - - - - - - _ = 5017-= _. �017r. --- --- 13-+00 I WCR 37 .- t r- - -- -- ROW --- __- 5016- - - -- - �- -- -_. 5015.- 5018 14+00 I ------------------ 5018 -BROW s RIS 5019 i - Rows Riewss--iRew - .rte -- poop: Far` --t Rew rtt0v: sovika ys -sagoks--m-mRok-NR OWalit0# Fae +-iRew OM�1 r194p-ma- Riew� 5018 WJ - A ---:i---_Y Q�= �-��� fir-HYAam - -r-p. A- -n. . 00. — r1 Nn� _ wn-1 021/4 --AL 18+90- ------------------------------5017- -5018------------------------------- ------- F10— — — C f•Ros�I - — �ROw 1$ —a ROWS R 501 I -21+48- I I r.r?,_A Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY 1861_; GOUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: 0 50 100 Feet O O LC) Ln J U WCR 12 WCR 10 r-- WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 1) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 36 of 45 MATCHL1NE STA: 22+00.00 ROW m -Wei* Rowi ROVIsaR9 (lVM - SOW- 41OWE - (LV - RO+Mr,-smilli=rttO4M 6p23 23 !1 21Pt10 `r — 4I- - ^ to wnn 5020 5021 fMO1M� RV 4pa:. -'- 5022 25+00 WCR 37 -5023- vL I �FtoM� floss o 'In -1 v�r v -ti I -- r- .-� -- .�- - r�tiY •/ r--1'- - - 9M_ _ _-_NR1 - ROB -- l0 JJ _ a=�rns*i�=R9W aR at 7 -- W=TM. -- — LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION • y e - Rigtosemri=aR9W��R9M EXISTING IRRIGATION LINE CLEAN CULVERTS (AS NEEDED) O O O f CO I— (/) w z J 0 1— C poisiiiiala.R0 ROW is — w ROW- 5023- RfinimaRiAW •RO @g NRoMr cvw - Mflaht _ -5024 5025 a Inv -- _________ KiermRv-sMOW Rye 2 - 5024. - ---� ----5023----- -rt----RO%Mm-@9. - - - - - - o — a=c'. 10402, — Re EIROS*O LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION -1� OV — _wOW -no+wi 0 riot: mRpW f t- z_ R 50 100 Feet Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what's below. Call betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 2) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 37 of 45 0 O 0 0 co cc C/) L1.1 z J I O 0 0 Co I� + r Ncr Q H C/) w z -J I U H Q 2 -5027- --- 028- — - - — —won, —" .� ' —5vn1 Wne'I LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION Val _ --� \%±- CLEAN CULVERTS (AS NEEDED) CIP ROW -220W _ EXIST NG IRRIGATION LINE - 5029 -- 50 0 - -5029- �RO+M i9M� ( — 110W —m ROW INOReliV — .. Dlf�� Ro1NfaneW isemin SOWwR - oK)v.aNOVw - oistei�rttcm silo* FieM — ROW sszow a Row Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English --------------- „ ✓--- - 5025 Index of Revisions Comments: Initials: WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 LIMITS OF DISTURBANCE As Constructed No Revisions: Revised: 0 O 0 r d- F - Co Liu z_ —J U I— Q 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF LDA DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 3) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 38 of 45 0 0 LU Lin Q I -- (I) W z J I U 2 - --5031- - - - 5029 LIMITS OF DISTURBANCE =ROW --+ OMIT *Ow—ImENNfKWO - R cs LIMITS OF CONSTRUCTION 58 RA sRC�#N-RO+iM - _ ` y - --R6�M�-R*M surR - - -5037- - 5032 EXISTING IRRIGATION LINE OMB T� RSW CLEAN CULVERTS (AS NEEDED) • RcNRowing-qorttO+1�- wove oms7_ RO-mROMV OW Computer File Information Creation Date: 12/18/2024 Last Modified Date: 12/18/2024 Initials: CLW Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Comments: Initials: LIMITS OF CONSTRUCTION WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: CLEAN CULVERTS (AS NEEDED) 9w em- r--- 0 O 0 Q I — Co L LI z I U F- Q 2 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 4) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 39 of 45 O O LU Co C/) W Z T 0 H Q ...... n -nit ______ w --------5028-5027 r -. -— —---- -- - -= -5026- -------5025 5026--------------- -5027- p v: 'ROMh �:; -�-�- �� F�01f� R9W�-�9+W �--f fIOM`� �OYM�-��W rtt •5023---------- - - - - -5024 5025• - 5026- - - -N1197z Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Comments: -----5026 Initials: WCR 37 WCR 37 65+00 - -5UZb- LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION VLIi ---- - LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ---CM ArFife nA _ LnA As Constructed No Revisions: Revised: Void: 2 -- 5021 CLEAN CULVERTS (AS NEEDED) - --- `- :;R(Iff 100 Feet 0' O 0 N- Q H W Z J U F - Q 2 WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Call betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR 37 - WCR 8 TO HWY 52 SWMP PLAN (SHT 5) Designer Detailer: Sheet Subset: CLW CLW Sheet Subset: Project No./Code Sheet Number 40 of 45 4Ro#-1IOYw _5039--S 1 5038-5037 Computer File Information Creation Date: 12/18/2024 Last Modified Date: 12/18/2024 Initials: CLW Initials: CLW 5036 -- - -_ Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Comments: LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION Initials: `Rek• RO:N. - R41- 1i yy -�- iRO'. ROUO—mom W `~-`3rQ40--� 5039 5038 -- _ -s WCR 37 CLEAN CULVERTS (AS NEEDED) WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION 100 Feet O O O O co Q H w z_ U Q 2 WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 6) Designer CLW Detailer: CLW Sheet Subset: I Sheet Subset: Project No./Code Sheet Number 41 of 45 WCR 12 0 0 0 0 ti Co F (i) W z_ -J U i v0-Fl9VYr - @tiM��•0* SRO \ R9W�■�- (pw- ..!lOW/ RC W--�R�MI�RA+W- • i —.ti.-a-- aaoI _ 440V0 - 7 — / „5001- - J+ momom Sp0lp� W R ••••."' - - •- 5011==5012=- _ .- --- -� fievonfracm Row sRoiN 01 .... 5014-- 5015 CIO - -.5016-, ! r 50 � 01- - V--- WCR 3 � *OW - CAS a- —Reo4- 41,434 mi Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: enA 92+00 I ■ -5014. 5013= X5012_ = = = 5011- ___ _ t F�rw•�--Rp m- NOWwIa ---/�i i ••mot Flow - — R� wROM"--NO LIMITS OF DISTURBANCE 5010 LIMITS OF CONSTRUCTION 5009 -- 5008- - - 0 C) 4 na --- =r- EL -r- fit LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY 1861_; PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: O aifow� l 7�1' �-; l/ti7 J,I ;Li / AisaamileW. _ 5O 1OO Feet I p WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF LDA DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG J E- (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 7) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 42 of 45 -rRI�IV —ow-----00-owe 5 ___ —'� 5021-_ *eMst_ er 'NCR 37 -5023------ _ ..�-�R�MIV �RO�1 -i.a •--- RO ylpwi�rr-iRiprMi-rfi4 �"�'-�:OMI -�FiO --_ __- ••••••M. / r ' -- / r� P r 106+00 I ------------------------------ �R'swr - r = W isiew r - Nov.: --.�._ � s�, Rew----Re LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION ---------- -� -"Mt- -------- ---------- 109+00 I _ 5020 - = -- ------ 5_221 -----5021- --- _5022r pilNi�- ao#-fie ; — •• Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English —r ':fi ,f . 9 177 ELA 110+60 5021 111+00 I a _ 117+00 I an OW Rent Index of Revisions Date: Comments: Initials: MEP nowiseR94s--- Was Row —SI --sistese R01M�� 4 ■f'' -' •r p LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY 1861_; PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: 0 50 100 Feet O O O co r WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 8) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 43 of 45 Creation Date: - - --=- - - - -5021 7 -5022 - - _s-,7__ ='5021' �- = MO Vil Me- *ON -mid 120+00 Computer File Information 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Comments: LIMITS OF CONSTRUCTION Initials: 116+00 WCR 37 W C R 37 123+00 -5012=5011- w = LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 9) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 44 of 45 WCR 12 WCR 10 0 0 O 0 co - EOG N 1 OEM W _ — ROW • �1 rr.7 - - - -��- �■ IFO-K =P _+r_' `- - 1 EOA ROW 128+0 I -i _ C _, - EOA ROW -.ROW OA EOA WCR 37 62 276, EOA OW ROW 5014la rW- ,-�., 5015 LIMITS OF DISTURBANCE I A ROW RO ROW ROW _ _ . 301st - -- ROW ••- - __L - - - - EOA EOA - - -E0A EOA "BOA _ ECFA 129+00 I N °76 EOA -EO.A LIMITS OF CONSTRUCTION cc MO2J EC)* _ — EOA 5016 + CO- — to— MOd MO J MO I - —t 30+45 MO8 ROW 0 MO8I —I W ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 0 50 100 Feet • CAL BEFO FOR WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF LDA - DISTURBANCE (WCR 41) @L4 EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know whatts below. Cali Mote you dig, L 2 -BUSINESS DAYS IN ADVANCE RE YOU DIG, GRADE, OR EXCAVATE THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 12/18/2024 Initials: CLW Last Modified Date: 12/18/2024 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY As Constructed • 1861 ; GOUNYY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 SWMP PLAN (SHT 10) Designer CLW Detailer: CLW Project No./Code Sheet Subset: I Sheet Subset: SFT-17 Sheet Number 45 of 45 SURVEY CONTROL WCR 37-8 TO HWY 52 POINT NO. ELEV (ft) (NAVD88) PROJECT COORDINATES DESCRIPTION NORTHING EASTING 5 266985.08 220281.04 5039.92 2.5" ALUM. CAP STAMPED WELD COUNTY CONTROL POINT 37-10.25 113 270837.10 220246.99 5018.95 NW COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1993) IN MON. BOX 114 269505.28 220280.46 5021.14 N 1/16 COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1993) IN MON. BOX 115 260225.22 220366.55 5017.75 SW COR. S18-T1N-R65W 2 1/2" ALUM. CAP LS#28656 (1994) IN MON. BOX 116 262867.54 220350.69 5029.38 W 1/4 COR. 518-T1N-R65W 3 1/4" ALUM. CAP LS#27269 (2001) IN MON. BOX 117 265508.94 220334.05 5028.14 SW COR. S7-T1N-R65W 2" ALUM. CAP LS#25937 (1996) IN MON. BOX 118 266841.34 220324.27 5037.15 S 1/16 COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1997) IN MON. BOX 119 262867.93 220380.57 5028.37 W 1/4 COR. S18 -T1 N-R65W 3 1/4" ALUM. CAP LS#10855 (2000) 30' W.C. 120 268173.75 220314.46 5014.60 W 1/4 COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1993) IN MON. BOX PROJECT COORDINATE TABLE Point No. Project Coordinates Elev(ft) (NAY088) Description Northing (ft) Easting (ft) 11 284949.74 260178.30 4987.5 ALUMINUM ROD IN SLEEVE STAMPED 176 MP36.16 12 270107.78 238778.63 4998.7 STEEL ROD IN SLEEVE STAMPED HUDSON 1991 13 244285.26 221280.43 5044.9 SURVEY DISK IN CONCRETE STAMPED LOCHBUIE 1995 14 254314.22 208561.44 5222.1 SURVEY DISK IN CONCRETE STAMPED BRIGHTON 2 USGS 1975 15 281107.42 194285.28 4893.9 SURVEY DISK IN CONCRETE STAMPED U 260 RESET 1993 1 277623.50 230754.83 4923.85 2.5" ALUM. CAP STAMPED WELD COUNTY CONTROL POINT 41-14.7 2 271053.35 230761.13 4932.86 2.5" ALUM. CAP STAMPED WELD COUNTY CONTROL POINT 41-12 R66W R65W S12 WCR 12 N rn U PT.#5 5 CP-37-10.25 WCR 10 S13 PT.#116 WCR 8 rn U PT.#113 113 PT.#114 114 PT.#120 S7 PT.#118 118 PT.# 117 W.C. PT.#119 119 PT.#115 115 S18 TEN. -NTS- BASIS OF BEARING: Bearings used in the calculation of coordinates are based on a grid bearing of NO0'20'38"W, a distance of 2642.37 feet, from the Southwest corner of Section 18, Township 1 North, Range 65 West of the Sixth P.M., County of Weld, State of Colorado, being monumented by a #6 rebar with a 2 1/2" diameter aluminum cap stamped LS 28656, 1994 in a monument box at the South end, to the West One —Quarter corner of said Section 18, being monumented by a #6 rebar with a 3 1/4" diameter aluminum cap, stamped LS 27269, 2001, in a monument box at the North end, as obtained from Global Positioning System (GPS) survey based on the Colorado High Accuracy Network (CHARN). Being a Grid Bearing of the Colorado State Coordinate System North Zone, North American Datum 1983/2011, with all other bearings contained herein relative thereto. BASIS OF ELEVATION: Project is based on NAVD 88 elevation of 4893.90, NGS designation: "U 260", a bench mark disc set in concrete structure, stamped "U 260 RESET", in the Southwest one —quarter of Section 29, Township 2 North, Range 66 West, Sixth P.M., All other Control Point elevations on this project are based on GPS observations. COORDINATE DATUM: Project coordinates are modified Colorado State Plane North Zone (0501) NAD 83(2011) coordinates. The combined elevation/scale factor used to modify the coordinates is 0.99972568. Project coordinates are truncated by 1,000,000 in the Northing and 3,000,000 in the Easting. The CHARN is based on NAD 83(2011) datum. Project coordinates Northing US Survey Feet = (State Plane Coordinate Northing X 1.000274395 — 1,000,000). Project coordinates Easting US Survey Feet = (State Plane Coordinate Easting X 1.000274395 — 3,000,000). CHARN GEODETIC COORDINATE TABLE Point No. Geodetic NAD 83(2011) C(w) NAip VD88ighft () (ft) Ortho Helght (ft) Mopping Angle Scallen Factoed r Zone Description SPNo hinge) (ft) SP Easting (ft) dGoordinates (N)( Longitude ) 11 40'06'39.20919" 104°34'22.68934" 4926.6 4987.5 0'35'56.3" 0.99972431 1284597.25 3259283.97 NOS- 176 MP36.16 12 40'04'14.69840" 104°38'59.86739" 4938.3 4998.7 0'32'57.3" 0.99972568 1269759.36 3237890.17 NGS- HUDSON 13 40'00'01.18020" 104'42'47.82993" 4985.4 5044.9 0'30'30.0" 0.99972803 1243943.93 3220396.77 NGS- LOCHBUIE 14 40'01'41.34508" 104'45'30.14297" 5162.7 5222.1 0'28'45.1" 0.99971756 1253970.14 3207681.27 NGS- BRIGHTON 2 15 40'06'07.19010" 104'48'30.92804" 4834.5 4893.9 0'26'48.3" 0.99972910 1280755,99 3193409,02 NOS- U 260 RESET General Notes: 1. This Project Control Diagram is not a boundary survey of the adjoining property and is prepared for the Weld County Public Works Department purposes only. NOTICE: According to Colorado law you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event may any action based upon any defect in this survey be commenced more than ten years from the date of the certification shown hereon. Vicyl,� gbh lC WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H STREET - P.O. BOX 758 GREELEY, CO 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 PROJECT NUMBER: SFT-17 PROJECT LOCATION WCR 37- WCR 8 TO HWY 52 SECTIONS 12 & 13 `I'1 N R66W SECTIONS 7 & 18 T1N R65W DRAWN BY CHECKED BY DATE SHEET DRH DEC. 16, 2024 1 OF 1 Addendum # 1 Solicitation Request Number 2500001 WCR 37 From WCR 8 to SH 52 Mill and Overlay Project This document has been reviewed for accessibility requirements in Microsoft WORD. This document passes the accessibility check provided by Microsoft WORD. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: 1. Contractor Questions and Responses 2. Mandatory Pre -Bid Meeting Minutes 3. Mandatory Pre -Bid Meeting Attendance List 4. Revised Bid Tabulation (Bid Tabulation — Addendum #1) 5. Revision to Section 403 of the Project Special Provisions 6. Revised Attachment 3 — Construction Plan Set (Revision Date: January 9, 2025) 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: January 9, 2025 1. Contractor Questions and Responses Question 1: How will asphalt patching limits be determined? Answer 1: Areas requiring patching will be specified by the Engineer or Inspector on a case -by -case basis based on field observation. The Engineer or Inspector will look for general areas of concern ahead of milling, and then mark the limits of the specific areas following milling. Proof rolling is anticipated. Input from the Contractor will be welcomed during this process; however, the Engineer or Inspector will make the final determination on patching limits. Question 2: Will hand work be required for the asphalt patching? Answer 2: Yes, it should be anticipated that some patching areas will require hand work. During marking of asphalt patching limits, however, Weld County will strive to provide a minimum patching width of 8 feet so that a paver can be utilized in as many HMA patch areas as possible. The bid schedule and Section 403 of the Project Special Provisions is also being modified with Addendum #1 to separate HMA patching that can be placed with a paver, versus HMA patching that must be placed by hand. Question 3: Will HMA acceptance be based on gradation? Answer 3: Yes, the HMA acceptance testing for this project shall be the gradation testing procedures per the CDOT Field Materials Manual as stated in Section 403.01 of the Revision of Section 403. Question 4: Are the asphalt millings being kept by Weld County, or will the Contractor keep the millings? Answer 4: All asphalt removals (millings and chunks) will be the property of the Contractor for this project. The Construction Plan Set has been revised and attached to Addendum 1 for clarification, and it now coincides with the Revision of Section 202 Project Special Provision. Prepared By: Erich Green, P.E., Engineer III 2. Mandatory Pre -Bid Meeting Minutes SFT-17 - WCR 37 From WCR 8 to SH 52 Mill and Overlay Project January 8, 2025 1. Sign -in Sheet — In order to submit a proposal, you must be on the sign -in sheet. 2. Project Description/Location a. Located on WCR 37 from south side of WCR 8 to approximately 0.3 mile south of Highway 52. b. The project in general consists of asphalt milling, HMA paving, installation of roadway pavement markings, earthwork for road base and subgrade repairs, shouldering, traffic control, land surveying services under the direction of a Colorado licensed Public Land Surveyor, and erosion control installations. 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 January 21, 2025 at 10 am. If required, interviews will be on February 14, 2025 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 officers, 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 Procurement Method is being used to select a contractor to build the project. See Schedule B 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. i. The proposal is limited to 15 pages not including the bid proposal forms, front and back covers, blank separator pages. ii. Schedules can be on an 11x17 page which will be counted as 1 page. 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 11 points or larger. 5. Bid Documents a. Bid documents can be downloaded from the BidNet website. b. Bid documents include the RFP, project specifications, plans, 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 16 and 17 of the bid documents. b. The option to choose fuel and asphalt cement cost adjustment are found on page 18. i. If you do not choose "Yes" or fail to choose an option, you will not have another opportunity to select them after the bid is opened. ii. Note that these cost adjustments will go up if the price of fuel or asphalt cement goes up but they also go down if the price of fuel or asphalt cement goes down. c. All force accounts must be included in all bids. i. Failure to include the force accounts in the total bid price will result in the proposal deemed incomplete and it will declared as a non -responsive proposal. 7. Project Timeline a. Mandatory Pre -Bid Meeting b. Final Date for Questions c. Final Addendum Posted d. Proposals Due at Purchasing e. Interviews (If Required) f. Anticipated Bid Award by BOCC g. Anticipated Contract Signed by BOCC h. Anticipated Notice to Proceed i. Completion Date January 8, 2025 at 10 AM January 13, 2025 at 7 AM January 14, 2025 at 5 PM January 21, 2025 at 10 AM February 14, 2025 at TBD February 26, 2025 March 19, 2025 March 26, 2025 May 30, 2025 8. Plans a. Construction plans are posted on BidNet included as a separate document. i. Please note that the legible, scaled version of the plans is located under Communication No. 1 at the (left panel on the website), not under the Documents tab. b. 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. c. Landowner and access coordination is going to be critical. i. No additional land interest beyond the road Rights -of -Way (ROW) shown on the plans. If you have to go outside of the ROW, 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. Momentary blocking of an access due to milling or paving must be coordinated with the affected landowner ahead of time by the Contractor. iii. Utility relocations are not anticipated with the project; however, the Contractor is expected to perform diligence to identify and protect all existing utilities depending on the nature of the work (especially areas requiring asphalt patching and/or dirt work, and areas with overhead clearance concerns). 9. Construction Phasing a. Proposed phasing has been included in the Commencement and Completion of Work Section of the Project Special Provisions and depicted in the plans. Your schedule including necessary detail to show how the phasing plan will be achieved shall be included with the RFP response. i. Phase 1 — Milestone Completion Date — April 25, 2025. Under daytime lane closures only, complete all work through final condition at the south end of the project (from Sta 10+00 to Sta 14+00). The WCR 37/WCR 8 intersection and roadways shall be completely opened to public traffic at the end of each work day. ii. Phase 2 — Milestone Completion Date — May 30, 2025. Under 24 -hour road closure, but allowing for local access through the project (including but not limited to residents, emergency vehicles, school buses, US Postal Service, trash collection, etc.) complete all remaining work from Sta 14+00 to the north end of the project. 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. The construction schedule shall be held, as WCR 37 will be the detour route for the WCR 41/SH 52 intersection improvement project that Weld County will construct beginning as soon as possible in spring of 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. ii. The items highlighted in blue and identified with superscript number '1' are required to be submitted and approved prior to the start of construction. b. Materials Certifications (COCs, CTRs, etc.) will be required with each pay application. c. Baseline Construction Schedule has to be submitted and approved prior to the start of construction activities. i. Monthly schedule updates have to be included with each pay application. ii. Two week look ahead schedules will be required with each weekly progress meetin g d. Mix designs for asphalt have to be submitted in a timely manner so the paving schedule is not impacted: i. Mix designs need to be approved a minimum of 1 week before the start of milling operations. Approval of a mix design could be expedited by providing a completed Form 43 that is less than one year old for the submitted mix. ii. Check tests also need to be completed a minimum of 1 week before the start of milling operations. iii. Milling cannot begin in any scenario until all mix designs are approved and all check tests are completed. 11. Davis Bacon Wages/DBE/OJT a. This project does not require Davis Bacon wages, disadvantaged business enterprise, or on the job training. 12. Force Accounts a. There are four force accounts that will be included in the project. i. Minor Contract Revisions ii. Fuel Cost Adjustment — If you want this, you must check the appropriate line in in Schedule E time you place your bid. This choice cannot be changed after the bid is opened. iii. Asphalt Cement Cost Adjustment — If you want this, you must check the appropriate line in Schedule E at the time you place your bid. This choice cannot be changed after the bid is opened. iv. Erosion Control b. Force account items must have the written approval of the County Project Manager prior to any force account work being started. c. This project does not have smoothness or quality incentives for HMA paving. However, all requirements for smoothness and quality shall be required. 13. Commencement and Completion of Work a. Project is a completion date contract i. May 30, 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 %/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 of Work Project Special Provision of the bid documents. d. Method statements for all of the salient features shall be provided. i. Table 105 -la 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. ii. The Weld County Revision to Section 108.03(j) lists the information that shall be included in the method statements. iii. Method statements shall be approved by Weld County before the contractor starts construction. 14. Traffic Control a. Construction signing and traffic control is the responsibility of the Contractor. See the Weld County Revision to Section 630 and the Project Special for Traffic Control — General. b. Traffic control plans shall be submitted to Weld County for approval prior to any construction. c. Access must be maintained and coordinated with adjacent landowners and farmers at all times. 15. Coordination and Protection of Existing Utilities a. Utility coordination is anticipated for the project, especially in areas where earthwork stabilization or fine grading are required. Refer to the Utilities Coordination project special. b. Known utilities in the project area include but are not limited to Atmos Energy, CenturyLink, and United Power. Contact information for these known utilities has been provided in the project special. c. Contractor shall be responsible for protection of all existing utilities and coordination with the affected companies during construction. d. Utility potholing has been included in the bid items to facilitate the Contractor's verification of existing utilities as necessary. 16. Revisions to Section 101 - Definitions a. 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. In addition to this section, the bidding requirements are outlined in more detail in the bid specifications. b. Bidders should be on CDOT's Prequalified Contractors List. Bidders shall also be in good standing with the federal government's System of Award Management (SAM). 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. 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 major items of work that are in excess of 150% or decreased below 25% of the original bid contract quantity. i. Also requires that the character of the work differs in kind or nature from that involved in the original proposed construction. c. Snow removal within the road closure area and soft closure limits as defined in subsection 104.04 is the responsibility of the Contractor and will not be paid for separately. Snow removal has be done within 24 hours after the storm ends. d. In subsections 104.05 and 104.06, note the items that become the property of the Contractor and have to be properly disposed of. e. Note the revised formula for Value Engineering Change 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. Added section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. i. See Table 105 -la for items requiring a submittal. 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. Items required prior to construction are highlighted in blue. If you have questions about the applicability of a submittal requirement, communicate with the Engineer. c. Revised section 105.03 paragraph 5 to essentially require that all materials, work, and finished product conform to the contract documents and that if it doesn't, it shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. d. Revised section 105.03 paragraph 7 to state that the Contractor will not have the option of accepting a price reduction in lieu of producing material that complies with the Contract Documents. e. Application of Price Reduction Factors is modified in section 105.03. f. Section 105.05(g) removes the quality incentive for HMA. g. Section 105.07 specifies the HMA smoothness testing and acceptance criteria. Pavement Smoothness Category is B' for this project. h. Section 105.09 revises the Order of Precedence of the project documents. i. Added section 105.10 to require the Contractor to provide meeting agendas, minutes, and attendance sheets for all meetings. i. The Contractor shall have a 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 pay reductions, and contract time will continue. ii. Pay deductions will follow the Liquidated Damage Table in section 108.09. iii. Requirement for contractor signatures on the Form 105 - Speed Memo, Form 94 — Minor Contract Revision, or Form 90 — Change Modification Order within 10 calendar days after receipt. j. Replaced Section 105.12, Cooperation between Contractors i. Contractor, not Weld County, is responsible for managing subcontractors at all tier levels. ii. Failure to manage subcontractors shall result in stoppage of work and assessment of liquidated damages in accordance with section 108.09. No additional contract time will be granted. k. Added subsection 105.21(b) which explains how Final Acceptance is issued. I. 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. Added section 106.051(a) with requirements for projects with less than 5,000 tons of HMA. i. Process control is mandatory. ii. Requires that a check test program be successfully completed. c. Section 106.11 — note that Buy America requirements are not applicable to this project. d. Added section 106.15 outlining how process control testing will be performed and measured in relation to Sections 203, 206, 304, 306, and 603. i. Process control test results have to be provided to Weld County within 24 hours of the field or lab test has been completed. It is not acceptable to provide test results once per week. ii. 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. e. Added section 106.16 outlining how the process control on pay items 203, 206, 304, 306, and 603 will be paid for. 22. Revisions to Section 107 — Legal Relations and Responsibility to Public a. Revised section 107.16 for insurance requirements and additional insured parties. b. Revised section 107.18, Act of God Clause — Contractor shall repair all work damaged by act of God at no cost to the County. c. Revised section 107.20 to require a County ROW permit for the project. d. Revised section 107.25(d) to make Contractor liable for any fines applied to Weld County caused by the Contractor's noncompliance with any water quality permit or certification. 23. Revisions to Section 108 — Prosecution and Progress a. Revised section 108.02 - Work to start within 10 days of Notice to Proceed. b. Revised section 108.03(b) to include the requirement that the initial schedule be accepted prior to start of work. c. Revised section 108.03(e) to provide a baseline schedule within 14 days of the contract award. d. Added section 108.03(j) that outlines what information is required for method statements. e. Revised section 108.08 to establish the work hours allowed for the project. Weekend and holiday work is prohibited without prior written consent of the County. f. Added paragraphs to 108.08 so County is reimbursed for weekend time spent by Project Manager and Inspector. i. Minimum of $400 for the first 4 hours work ii. After 4 hour minimum, $100/hour iii. Credited to monthly pay applications for each County employee that has to be on site during the weekend or holiday work. g. Revised section 108.08(b) to define the completion date contract and no weather days allowed. h. Revised section 108.09 with a new Liquidated Damages table (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. j. 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 109.06(h) to include the prompt payment requirements 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. Replaced section 202.09 with requirements for planing the asphalt mat. All asphalt millings and chunks shall become the property of the Contractor. i. Specifications for longitudinal and transverse transitions at the limits of each day's work will be strictly adhered to. 27. Revision to Section 203 — Excavation and Embankment a. Replaced section 203.02 with new definitions for unclassified excavation and removal of unsuitable material. b. Revised section 203.07 to clarify the methods which will be allowed for placement and compaction of various soil types. c. 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. d. Revised section 203.11 and 203.12 to clarify how items are paid for. 28. Revision to Section 208 — Erosion Control a. Disturbance area is anticipated to be less than 1 -acre. If disturbance area can be kept under 1 -acre by the Contractor, a CDPHE Stormwater Construction Permit is not required for the project. b. The contractor shall install the initial, interim, and permanent stabilization shown on the SWMP plan sheets, in accordance with the revision to section 208, and at the direction of Weld County to provide erosion and sediment control throughout project. c. Replaced section 208.04(e) to include specific requirements for the various types of stabilization that can be anticipated throughout the project. d. Replaced section 208.04(f) to update maintenance responsibilities. e. Sediment and pollutants leaving the site have to be self -reported by the Contractor to the CDPHE. 29. Revision to Section 209 — 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. 30. Revision to Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding a. Entire section has been revised to reflect CDOT's new seeding, fertilizer, soil conditioner, and sodding specification. b. Revised section 212.01 to inform the Contractor that multiple seeding operations should be anticipated. 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 cro p d. Revised section 212.02(c) to require mechanically applied compost on the topsoil prior to the seeding operation. e. Revised section 212.03 with the required submittals for the seeding. f. Revised section 212.04 with the seeding windows used by Weld County. g. Replaces section 212.05 with the seeding requirements used by Weld County. h. Revised section 212.05(b) to state that hydraulic seeding is not allowed unless approved by the Engineer. i. Revised section 212.09 to state items which are incidental to the seed cost unless called out as individual pay items in the contract documents. For this project, only the biotic soil amendments have been called out as a separate pay item. For this project, fertilizer, compost, elemental sulfur, humates, and mycorrhizae are incidental to the cost of seeding. 31. Revision to Section 213 — Mulching a. Revised sections 213.04 and 213.05 to specify that hydro -mulching and tackifier is incidental to seeding. 32. Revision to Sections 304 and 703 — Aggregate Base Course a. Revised section 304.02 to outline the requirements for the materials. All base course materials shall be virgin materials. b. Revised section 304.03 to prohibit the use of commercial mineral fillers in any aggregate base course materials used at the surface. c. Revised section 304.04 to require shouldering materials to be placed without dumping the material on the roadway. d. Revised section 304.06 to require the shoulder be compacted to a minimum of 95% of the modified proctor. e. Revised section 304.07 to outline how aggregate base course will be paid for. f. Revised Table 703-2 to include plasticity and LA abrasion requirements. 33. Revision to Section 401 — Plant Mix Pavements — General a. Revised section 401.02(a) to state a job -mix formula shall be established for pavement by a testing laboratory approved by Weld County, and at the Contractor's expense. Basically, a Form 43 is required. b. Revised section 401.02(c) to allow up to 20 percent RAP in the HMA mix design. The actual amount of RAP to be used shall coincide with the amount of RAP shown in the HMA mix design. c. Revised section 401.17 to require the use of both steel wheel rollers and pneumatic tire rollers. 34. 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 mix design properties 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. Section 403.05 has been replaced with Weld County requirements for how payment will be made. 35. Revision to Section 411 — Asphalt Materials a. Revised section 411.05 stating that bituminous materials are not measured and paid for separately but are incidental to the unit prices for HMA. 36. Revision to Sections 420 and 712 — Geosynthetics a. Revised section 420.13 to outline the construction requirements for placing the Tensar geogrid. b. For this project, the geogrid is subsidiary to the aggregate base course and rock fill pay items (refer to plan details). 37. Revision to Section 625 - Construction Surveying a. Replaced section 625.04 to provide details on what is required for construction surveying. i. Centerline stakes (or offset stakes) with stationing and offset distance shall be provided and maintained for the entire project limits. Maximum staking interval of 200' on tangents, plus Pls. b. All surveying shall be based on the Primary Horizontal and Vertical Control provided (refer to plans). 38. Revision to Section 626 — Mobilization a. Revised section 626.01 to include miscellaneous items that have to be included in the mobilization cost. 39. Revision to Section 627 — Pavement Marking a. Revised section 627.13 to include waterborne pavement marking paint, for the purposes of temporary striping. 40. Revision to Section 629 - Survey Monumentation a. Revised section 629.02 to specify materials that will be provided by Weld County versus materials that will be provided by the Contractor. b. Revised section 629.03 to indicate who is required at the presurvey conference. c. Revised section 629.07 to specify the required sequencing of the monument box adjustments. d. There are 7 known PLSS monuments in existing monument boxes within the project limits (identified on plans). Revised section 629.07 requires checking and reporting to the Engineer the specified existing elevations a minimum of 72 hours prior to removal operations adjacent to the monument. a Revised section 629.08 to indicate that locating, preserving, and referencing of existing monuments is included in the Construction Surveying bid item. f. Revised section 629.08 to state that when monuments can be preserved but are disturbed by the Contractor, their re -installation in accordance with the specifications will not be measured and paid for separately but shall be included in the work. g. Revised section 629.09 to indicate final payment cannot be made and project retainage released until all required survey documentation has been sealed, signed by the responsible PLS, submitted to the Engineer for review, and then deposited with the necessary agency (i.e. monument records for a re -set PLSS monument). 41. Revision to Section 630 — Traffic Control Management a. Revised section 630.01 to include miscellaneous items as part of Traffic Control Management. b. Revised sections 630.03 and 630.13 to include variable message boards and requirements for their use. c. Traffic control is being paid by lump sum on this project, with only flagging and variable message boards being paid for separately, so bid accordingly. 42. Revision to Section 632 — Night Work Lighting a. Added this revision to outline the requirements for lighting at night. b. Night work is not anticipated for this project so this specification section is only added as a contingency. 43. 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 Erich Green at egreengweld.gov and copied to bids@weld.gov. c. Deadline for asking questions is 7 a.m., January 13, 2025 d. Final Addendum will be posted by 5 p.m. on January 14, 2025. 3. Mandatory Pre -Bid Meeting Attendance List Company Name Phone Number E-mail Weld County Public Works Erich Green 970-400-3742 egreen@weld.gov Weld County Public Works Don Dunker 970-400-3749 ddunker@weld.gov I Weld County Public Works Ryan Axtman 970-400-3743 raxtman@weld.gov Colorado Paving Inc. Eric Sanchez 720-556-3123 esanchez@copaving.com Western Plains Construction Bryan Sanchez 720-280-2459 bryansanchez@westernplains.net Asphalt Specialties Co. Kurt Olivier 303-435-0731 kurto@asphaltspecialties.com All Pro Pavement Jared W. 970-232-9242 fared@allpropavement.com Metro Pavers Inc. Michael Lang 303-378-0893 michaell@metropaversinc.com Martin Marietta Jesse Geary 970-672-7790 jesse.geary@martinmarietta.com Brannan Sand & Gravel Colton Olsen 303-356-4382 colsen@brannan1.com Weld County Public Works Eric Gomez 970-400-3733 egomezornelas@weld.gov Weld County Purchasing Toby Taylor 970-400-4484 ttaylor@weld.gov Coulson Excavating Jarrett Richl 970-215-7014 Jarrett@coulsonex.com I Coulson Excavating John Pinello 970-667-2178 john@coulsonex.com Asphalt Specialties Co. No Name Provided 303-289-8555 bids@asphaltspecialties.com 4. Revised Bid Tabulation Bid Tabulation - Addendum #1 Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 201-00000 CLEARING AND GRUBBING LS 1 202-00220 SY 823 REMOVAL OF ASPHALT MAT (FULL DEPTH) 202-00240 SY 32,925 REMOVAL OF ASPHALT MAT (PLANING)(2 INCH MILL) 202-04002 CLEAN CULVERT 8 EACH 203-00000 CY 45 UNCLASSIFIED EXCAVATION 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 288 203-00510 CY 288 ROCK FILL (3 INCH MINUS)(CONTINGENCY) 203-01100 30 PROOF ROLLING HOUR 203-01500 BEADING 40 HOUR 15 203-01597 UTILITY POTHOLING HOUR 208-00002 300 LF EROSION LOG TYPE 1 (12 INCH) 208-00106 SWEEPING (SEDIMENT REMOVAL) 20 HOUR 212-00702 LB 1,125 BIOTIC SOIL AMENDMENTS (HYDRAULICALLY APPLIED) (4,500 LB/ACRE) 212-00706 SEEDING (NATIVE)(DRILL) ACRE 0.25 SEEDING (NATIVE)(BROADCAST) ACRE 0.25 212-00708 213-00004 ACRE 0.25 MULCHING (WEED FREE STRAW) 304-05000 AGGREGATE BASE COURSE (CLASS 5) TON 525 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 107 304-08000 TON 213 AGGREGATE BASE COURSE (SHOULDER MATERIAL) TON 1,050 HOT (GRADING MIX ASPHALT S)(100)(PG64-22) (PATCHING) 403-00725 403-00726 TON 250 HOT (GRADING MIX ASPHALT S)(100)(PG (HAND 64-22)(CONTINGENCY) PATCHING) 403-34841 TON 3,993 HOT MIX ASPHALT (GRADING SX)(100)(PG64-22) 620-00020 SANITARY FACILITY 1 EACH 625-00000 CONSTRUCTION SURVEYING LS 1 Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 626-00000 LS 1 MOBILIZATION GAL 223 MODIFIED EPDXY PAVEMENT MARKING 627-00008 PAVEMENT MARKING PAINT (WATERBORNE) GAL 189 627-00011 181 PREFORMED PLASTIC PAVEMENT MARKING SF 627-00070 629-01031 SURVEY MONUMENT (TYPE 3A)(CONTINGENCY) 2 EACH 629-01210 ADJUST MONUMENT BOX 7 EACH 630-00000 FLAGGING 900 HOUR 630-00016 LS 1 TRAFFIC CONTROL (SPECIAL) 630-10122 VARIABLE MESSAGE BOARD 4 EACH F/A MINOR CONTRACT REVISIONS 1 $250,000.00 $250,000.00 FA 700-70010 1 $15,000.00 $15,000.00 F/A FUEL COST ADJUSTMENT FA 700-70016 1 $20,000.00 $20,000.00 FA 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT 1 $15,000.00 $150,000.00 F/A EROSION CONTROL FA 700-70380 DAY 30 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 927-00170 306, AND 603 Total Amount Proposal ($) Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. TOTAL PROPOSAL (WRITTEN WORDS): 5. Revision to Section 403 of the Project Special Provisions The last paragraph of Section 403.01 shall be deleted and replaced with the following: Hot Mix Asphalt (Patching) consists of those quantities required for the replacement of unstable areas in the existing pavement as specified by the Engineer or Inspector. These quantities shall require placement utilizing conventional paving equipment. Hot Mix Asphalt (Hand Patching) consists of those quantities required for the replacement of unstable areas in the existing pavement as specified by the Engineer or Inspector. These quantities shall require hand placement methods and be located where conventional paving equipment cannot be utilized. Section 403.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Patching)(Grading S)(100)(PG 64-22) Ton Hot Mix Asphalt (Hand Patching)(Grading S)(100)(PG64-22) Ton 6. Revised Attachment 3 - Construction Plan Set (Revision Date: January 9, 2025) **Refer to separate .pdf document** WELD COUNTY PUBLIC WORKS CONSTRUCTION BID PLANS FOR WCR 37 OVERLAY PAVING PROJECT - WCR 8 TO HWY 52 • r,, ,wQ� ?' '1 '�I\ `` ,, �' i ROADWAY DESIGN CRITERIA ;'� � I\ -' l INDEX OF SHEETS SHEET NO. �` = �,' _ ,, 1 I ,: ,�C C� . °.,'walls \ ��� ( COVER SHEET 1 I -I; , r / BEGINNING ENDING ROAD LENGTH �` I I - ; } •h' '— ROADWAY ., - 6: o, ; , . c\ a ! / , o.:. �-_ ' ,', -�_. ' 't •'5 `9°'�� — STATION STATION I, 5� ;' •_ aler4H• •' (FT) _ : J 1 �- _ z¢ =9 . 4y24 I - f� \ CDOT STANDARD DETAILS 2 WCR 37-WCR 8 TO 10+00.00 127+59.32 11,759.32 ;, a \1 ` :. !, t I �`,' . ':• •,\ ;� i \; � :,. C. • I ti 1 �� , ill �r ^I Fes_',. J, ` ,, ill r�' '.w i% HWY 52 ! �.' ��,/ I TYPICAL SECTIONS & DETAILS 3 ',',=!I �•,,.,---i• N. , d'.SeW cTtptfl•nnt• '\ - I 4\�\^ `f ' '� . i I C �) .�,r ., I �I MILS 1 In Wen N. 1 ', ', -... yJvnW, , `I t Ca WCR 37 - WCR 8 WCR 37 - WCR 10 WCR 37 - WCR 12 ,\ `fl. ell \_/��1 1 = = `�'. , f DESIGN DATA ``'4:,'� 'r J ��: 4 - � I ° ;. ;�, .j .. f a'' ..i o :MINIMUM GENERAL NOTES 4 - 6 TO WCR 10 TO WCR 12 TO HWY 52 �. _ , ,ggp Y. . y(♦"��'5 • • ^'�, T.' ° ° =. L . `77.1: -'� � ,, : �.�: • . u sill OVERLAY QUANTITIES 7 GRADE0.2% 0.25/° `E—�.1 f u�> �.>.�__, �.,,.. /''<. tip. f+ tee" , A �mllaNt: ,� .',; f!-• :�' PLANPROFILE & O SHEETS 8 - 17 57 ;` .1 ,, I U' ,. rr MAXIMUM GRADE 1.55% 4.25% 1.55% \ ���•--- Ill.:Li ::HUBS � \\ `� '' _• ` .� 1 i 50?' 1,1 , ,1,`9 �62 ----ism • J SIGNING & STRIPING PLANS 18 - 27 } ' .`� `) �O `� POSTED SPEED ( c~ ,\��� 1' WCR 37 PAVEMEN /JJ1: oil 55 55 55 ■ /lH—Y - V I (MPH) MPH l L. \_ 'y1\.\ y 1 '` a r i l\weilk ��, -% OVERLAY;PROJECT ; f / , DETOUR PLANS - 28 30 ..�r ' I a,. 85TH PERCENTILE I c'• c: 62 62 61 _ % SPEED (MPH) h\11 ,:, '� �� • 0/I` -,` I/ « y``- m SWMP NOTES 31 35 - R 1 q an /"7 `� 5020 ;I• " '.t' 0969 '` ) C \N , <1 fi. a ` r 507, _ , , �;,� •';' '' CLASSIFICATION COLLECTOR COLLECTOR COLLECTOR �:, t,.,� �� `'t.�-� i\u;).:,-,1,� )'\ \ `. `. '` ( % a �� `\ rn ` _ _ ` = ; •_ �,S'' _ ; �' h S WMP PLAN S —4 36 5 ® ` ' r IMIOUn ,"1'Vdll ` `l �Gl ` ' i /�1'` , . k_-- ',', '- ••; ♦ �. . ti :`•, .'�:� ; ,`' �, ;.: i. •. u rl �iv ; • ,' �r �, \.,: ~ ll r_ AADT(YEAR)2262 2022 ( ) 2033 2023 ( ) 1688 2022 ( ) c.; t / _ ` t f ("� / �• �1 — SUR• VEY CONTROL PLAN 1 OF 1 r ��� 1 r 1. �,. , I \ - PERCENT TRUCK i • •. � J` =�, a �� `' "'� 16 16 15 ',�- •, -IJ1e ; J• i.. ._� ��- is t�,\�i1 .�''' a ' • ' X532 —ra� TRAFFIC �f� �.. l % ;. `:,� ;., ' WCR 8 AT WCR 10 AT WCR 12 AT ,\ , -•r_\ I : ' 1` ��� L� ;V �� 4 f ;1 •- i i / I s i ; = i`� ',! TRAFFIC DATA s I, 1 of . +I� t f; ! '�• , ` —, {} / ^\, WCR 37 WCR 37 WCR 37 „ ;.� 1 �r , 1 we' „ `I� \ ii J//, / Q\ l 4 510 v-: � �__L1 \ 1 ....--.J(!)p� ^• \ It'S 1 I` `• i` (. 1 ` „ % -ti. � i_.(._ POSTED SPEED I l.— 1 ll • r5aso� .. —, `'\•\`' I7. -. - .,'�.• ) ' \` , 55 55 ` I ( ••f - :r- ! `. � fl „- ` \ W GR 8 , • -;_ emu, 9�•:“"-) •— -I�� - ,, �` ((MPH)55 ` \'•'4SSn\ f - .. a �_�. __Li, `\--� 'r 'J _` , •� SOe5' ',� ' T535 .o o:;` s r• / \ ` 1' <980 / N /{J•`•. ; ? I ,\ \ , 1,` ^rJ ,. �,i•. s i,; n ' 1. 4 • � i,; '- .0 IX _ o — / J !• i• � _ , \\ \ 85TH PERCENTILE ;'' _`\ :,\ C -1--f-"-- I G*rP �.: /� --, I }' 4, /� �\ �e ---N { , I 62 64 N/A :—_' '� ` C. ..f N. SPEED (MPH) _%;' 1. ,—� 'r� 'Oil ( \ ti t (' .) % r; ; r , I �,\ �`•- 4 `. r, _ `J I ;�• �•�' r �a r— �.~j % I � ,\ ` \\ CLASSIFICATION COLLECTOR LOCAL LOCAL , ,Nell _ — , \ ( j S/ I,. r r �• "' \ _ �; f' :�` l'' - ,\ _' : —�' i • 1 AADT 1073 1434 NIA r "tip >, —�}` ', i I %��`� `M1 �'� br,, tr r %\\ (YEAR} (2023) (2023} �� _' •—� :� \I �� X20 p! _ ; f \ •�`-\\-.507.___L----• ;� 2 -r• 1VeII 19 .��� ' � � / PERCENT TRUCK TRAFFIC 31 31 N/A 4 ,> �',}' c , a v :,I ` ' , ;;,,� 4 , \\.., ilWel ,' _ " ; / ' , r- ' ,.� ( '' fir, , % /r \ I; , r-; _\\- / • ,:: I , .., -�;: ,\ r c� , _ •'.'' ' , a I O �,• ',\` t • tr �J (' \�1 ( r o• ~ _ice:\ .�.__P' •„ T. ,4 � '5. , - '•� , -, (J _,J �•! DIr'UV'1191 l ; _ ` , r_ _ . r I d.. -\ I, (.` 1 `b . N f"r rr ,� , , 45'Y j i 1n/f, f^ \ -' -;J,'��.� �_.` I l % 1 ; . 1 / • .� f '`, �`.\, It \ ;' ( r ' ( I - . J `f�. \ I .��. , f - r/ _ . t 1 .s `; —IN,-- C---. J ,,co r Sow�' - `.�r, — ��._ ,, , 0•1 ,,...,\h I/44 ,rr �9 s uw ! o ,,ear V w �� 'r`r'C ,'M -_ 1�}' CbseTfn s I , • 061.4 f• f‘‘Iii i \, y n 1` .. i f.1=i- •,!• , ` �} ( ,! `� �,��: —. -.vt._ . \ ` c ..` _7;,.( 1 1./ , ` — tom_ I .,\_,1..�,, ( \g ,.�.� •� Lrlesf-I ' /,'•.:1'•- �Y � � r. I I( 1 !I ;i / r.i...� �.��--� i`� \ �� �� C '� 4 `',;_}• `,1 �� ,,\-� I' "\�\` $''i ri J - --te ``` arsa j"4J6 C" t 45 ( s 30 ~•' I ' i9'.'° ( :' :'-..-.44‘-,_•-- 1 v otrc«1 f '----7:,----,---""--- \\ I 27 (� I (\ '`i I (I i ..,„.--- ;~--� t j, �J ''\'•,, 11, yV l N. •-• : 1 (',, / , \ ' `} \!l ` ,.I �1 .aA`` yIr ..-‘-I. 'ao-Pat` ,t `y ly /1,1216,1. , / -. .2. i 1 ` i i,1 'pil .} `,Wdl l� /.�`� 1 % -�-i ' A"` 1y! • --- 1-f�:: •\ '�.. �•n L \ Is \'`.r , •,/ll i / �. ( i `� ,• 1 ` I' ; �' �°II,, ` )„,_./ _ ; .ry •\-`- - ,i s ,J( biro- %' / --\_,. , • I • `\•,. _ _._ w, = � '�1 _-�_ i \ r C • --` .�', �, �,, ,, �- 1',; �.� �. •r-,. • l } '? / .1 'l L -,„Tank '. •` • • ', -..F_.%f i �,«j lM1fiN ,\ .J '�y...,��__ ` �` J) • ! �..__ `\'''1 ` \ — I r:y-.\\\N__.‘ l�,�_�,L..'. �. 1`` �, -l\ ic !/ ��� `\• L� 4 K. `' %C T arms- :�.� .. I — 5016 .I �. o. _ 1 S' , 3 T 11 ��\\ f -What !, • ' � r 9997 g. le — .• : i 1 `� S'—~ J� O t- \ {I \ �:.• �. ,f. xsv,e.' - . `7 fir- �• • • �.; , .J _ , a '� ..-. . , i (�f'\)! �\ �.I Well ' f /( I• �'"' , `�1, • I „ `, i bf i^ ` en `, 1 ` \ 1 ri Qj`I \ 1 •, !' V: ..— r, ( O. r I / f Ir \. • \, f- b i\ '� ,- \ 11 J� J r` - I'' I d1� I �%' {I` / I { / (' 1 �i . I fir' \ y(i �``i i I 1:15 ' i a_...� 1,• 'SP.WnyeTrRat�Iren� - •,("MSS ( If 4 r t I� We ' ,I� i •1.- mac. �_ • l X".- \,\\\ )r \'`\�. 1,-,,, —` I , ,.I \' l L ` •\� w�' ) 1 1 �� 4 {/ r' �J\ r` , ` �ir , r 0 ' \ J// l 'r •'' • ' f ` ` ` ,l .i '� ells ' y % 1 ' v I, I 1. ♦ at \, , - % z L�. ':, `3 '•, ' I' I �� \ r 509 _ l srm ! ` �\ 35 + C\ -,.__Li 'Csi 1\-__;$147‘. _ r i '�� o itpa r. , 1 J `\.\ \ , + 1 `'-.� I _..\ 1 C, ' \, , r�`.i/ I\ r.a `•, , '`,� . / "^'� wi L I`4 f °° •�_t �_ I `, ff :, , .,,,,,-,.'\ -. —\.,•; 1_ ' ;.;y`(— �`�� NOTE: O DUE THE DIVERSE INFORMATION U O SCONVEYED IN EVEN lf' ' �' \�� `.' ` ff (14,.\ —I _ ,•}: `_;;:\' ' wens, "'• r' 11 l \ —\\ I'W'ell ,`. \ 4 :,,,; \ `,,,` ;'`� — ' ` ,',# i �Fh, THE MOST BASIC PLAN SET, IT IS NOT CURRENTLY ( ,/, `� d ill ` �as> ( (turn:. l• `, i 'yth7 _. ; �. \-`'5059 \ .. �/r�° iy ,� a ' , �', ,� ", CIN A ..f.i l C ROM) [.• '`. l' �5Go2 7, ' WA. ,4 _•45 ., `1e�1�, -- __ a � - _ . . \-5 ,• TECHNOLOGICALLY FEASIBLE TO MAKE ITEMS LIKE A PLAN cuay., �,_- , y ; ,,, ., \ e \ r �•-�' I tt- ;" :!Ri /` „. , • I '_. , , • y ,. ._ rt yrl \ , , I ^; t') _ d,� t,.�,` I\ .\ SHEET ACCESSIBLE. TO ASSIST THOSE NEEDING VICINITY MAP ACCOMMODATION CONTACT FOR REVIEWING THE PLAN SHEETS, PLEASE THE WELD COUNTY PROJECT MANAGER. NOT TO SCALE Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: - Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW Lsc�l_ ;;„ PUBLIC WORKS DEPARTMENT COVER SHEET 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION• Full Path: DWGS _ _ - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, 632-0758 Drawing File Name: WCR 37 COVER.DWG _PHONE: - - Detailer: CLW 97CO4800-3750 (970) 400-3750 Void: Sheet Number 1 of 45 TY COU NFAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ Sheet Subset: Sheet Subset: PLAN NUMBER M STANDARD TITLE PAGE NUMBER PLAN NUMBER M STANDARD TITLE PAGE NUMBER PLAN NUMBER S STANDARD TITLE PAGE NUMBER ® M-100-1 STANDARD SYMBOLS (3 SHEETS) 1-3 p M-606-1 MIDWEST GUARDRAIL SYSTEM TYPE 3 W -BEAM 70 97 p 5-612-1 DELINEATOR INSTALLATIONS (8 SHEETS) 171 170 31 INCHES (19 SHEETS) (REVISED ON MARCH 5, 2020) (REVISED DN APRIL 30, 2024) ® M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) 4-7 M-606-13 GUARDRAIL TYPE 7 F -SHAPE BARRIER (4 SHEETS) 98-101 p 5-613-1 ROADWAY LIGHTING (6 SHEETS) 179 lOG D M-203-1 APPROACH ROADS 8 (REVISED ON SEPTEMBER 30, 2020) D M-606-14 PRECAST TYPE 7 CONCRETE BARRIER (4 SHEETS) 102 104 D M-203-2 DITCH TYPES 9(REVISED ON FEBRUARY 9, 2023) p 5-613-2 ALTERNATIVE ROADWAY LIGHTING (4 SHEETS) D M-203-11 SUPERELEVATION CROWNED AND 10-12 (NEH$ ISSUED ON SEPTEMBER 30 2020) p M-606-15 GUARDRAIL TYPE 9 SINGLE SLOPE BARRIER 105 115 DIVIDED HIGHWAYS (3 SHEETS) (11 SHEETS) (REVISED LW FEBRUARY 17, 2023) p S-613-3 PULL BOX DETAIL (2 SHEETS) (NEI# ISSUED LW APRIL 4, 2024) D M-203-12 SUPERELEVATION STREETS (2 SHEETS) 13-14 p M-607-1 WIRE FENCES AND GATES (3 SHEETS) 116-118 C S-613-4 TRAFFIC SIGNAL ONE -LINE DIAGRAMS (6 SHEETS) D M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES 15-16 (NEM; ISSUED ON JUNE 15, 2023) p M-607-2 CHAIN LINK FENCE (3 SHEETS) 119-121 (REVISED ON (2 SHEETS) CI S-614-1 GROUND SIGN PLACEMENT (2 SHEETS)...187-188 M-607-3 BARRIER FENCE 122 MARLIN 1, 2024) . p M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS) 17-18 .... p S-614-2 CLASS I SIGNS (REVISED LW M,4RCH 4 2024) 189 D M-607-4 DEER FENCE, GATES, AND GAME RAMPS (7 SHEETS) ... 123 127 DI M-208-1 TEMPORARY EROSION CONTROL (11 SHEETS) 19-29 (REVISED DN JUL Y 13 2020) p S-614-3 CLASS II SIGNS ... (REVISED ON MARCH 4 2024) 190 (REVISED ON MAY 16; 2024,1 (REVISED LW p M-607-10 PICKET SNOW FENCE 128 p 5-614-4 CLASS III SIGNS (3 SHEETS) 191-193 D M-210-1 MAILBOX SUPPORTS (2 SHEETS) 30-31 ... MARCH 4 2024) M-607-15 ROAD CLOSURE GATE (9 SHEETS) 129-137 p 5-614-5 BREAK -AWAY SIGN SUPPORT DETAILS 194-195 D M-214-1 NURSERY STOCK DETAILS 32 FOR CLASS III SIGNS (2 SHEETS) D M-608-1 CURB RAMPS (10 SHEETS) 138-147 M-216-1 SOIL RETENTION COVERING (2 SHEETS) 33-34 p 5-614-6 CONCRETE FOOTINGS AND SIGN ISLANDS 196-197 M-609-1 CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) 148-151 D M-400-1 SAFETYEDGE FOR PAVEMENT FOR CLASS III SIGNS (2 SHEETS) (NE$; ISSUED LW DECEMBER 12, 2024) p M-611-1 CATTLE GUARD (2 SHEETS) 152-153 p S-614-8 TUBULAR STEEL SIGN SUPPORT DETAILS (7 SHEETS) 198-204 p M-412-1 CONCRETE PAVEMENT JOINTS (9 SHEETS) 35 39 p M-611-2 DEER GUARD (2 SHEETS) 154-155 (REVISED ON MARCH 4 2024) (REVISED ON JANUARY 31, 2022) S 614 3 PEDESTRIAN PUSH BUTTON POST ASSEMBLY (2 SHEETS). 205 206 II M-614-1 RUMBLE STRIPS (3 SHEETS) 156-158 D M-412-2 CONCRETE PAVEMENT CRACK REPAIR (6 SHEETS) (SUPERSEDED ON JANUARY 24, 2020 BY S-614-45) p M-614-2 SAND BARREL ARRAYS (2 SHEETS) 159-160 (REVISED ON SEPTEMBER 4 2022) C S-614-10 MARKER ASSEMBLY INSTALLATIONS 207 II M-615-1 EMBANKMENT PROTECTOR TYPE 3 161 M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING 40 S-614-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS 208 p M-615-2 EMBANKMENT PROTECTOR TYPE 5 162 D M-601-1 SINGLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 41-42 p S-614-12 STRUCTURE NUMBER INSTALLATION (2 SHEETS) 209-210 (2 SHEETS) II M-616-1 INVERTED SIPHON 163 p 5-614-14 FLASHING BEACON AND SIGN INSTALLATIONS (4 SHEETS). 211-214 p M-601-2 DOUBLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 43-44 p M-620-1 FIELD LABORATORY CLASS 1 164 (2 SHEETS) p 5-614-15 CHAIN STATION SIGNAGE (1 SHEET) (M$ LW LAPRIL 30, 2024) p M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) 165-166 (REVISED ON M-601-3 TRIPLE CONCRETE BOX CULVERT (CAST -IN -PLACE) 45-46 D S-614-20 TYPICAL POLE MOUNT SIGN INSTALLATIONS, 215 ' D M-620-11 FIELD OFFICE CLASS 1 167 MARCH 1, 2024) (2 SHEETS) 0 S-614-21 CONCRETE BARRIER SIGN POST INSTALLATIONS 216-217 M-620-12 FIELD OFFICE CLASS 2 168 p M-601-10 HEADWALL FOR PIPES 47 (2 SHEETS) (REVISED DN SEPTEMBER 21, 2020) p M-629-1 SURVEY MONUMENTS (2 SHEETS) 169-170 CI M-601-11 TYPE "S" SADDLE HEADWALLS FOR PIPE 48 p S-614-22 TYPICAL MULTI -SIGN INSTALLATIONS 218 p M-601-12 HEADWALLS AND PIPE OUTLET PAVING 49 0 S-614-23 J -POST SIGN SUPPORT (3 SHEETS).(NEN; ISSUED ON MAR. 4 2024) p M-601-20 WINGWALLS FOR PIPE OR BOX CULVERTS (2 SHEETS) 50-51 O 5-614-40 TYPICAL TRAFFIC SIGNAL 30'-75' DOUBLE MAST ARMS 219-223 ... 65'-75' SINGLE MAST ARMS (5 SHEETS) (REVISED 0%' 2/L Y 22, 2022) p M-603-1 METAL PIPE (4 SHEETS) 52-55 CI M-603-2 REINFORCED CONCRETE PIPE 56 DEPARTMENT COLORADO OF TRANSPORTATION O S -614-40A 25'-55' ALTERNATIVE SINGLE TRAFFIC MAST SIGNAL ARMS (4 224-227 SHEETS) 6REVISED OV 2t V 22, 2022) p M-603-3 PRECAST CONCRETE BOX CULVERTS O 5-614-41 TEMPORARY SPAN WIRE SIGNALS (13 SHEETS) 228-240 (REVISED ON SEPTEMBER 10, 2020) (REVISED Q STANDARDS PLANS LIST p 5-614-42 CABINET FOUNDATION DETAIL (4 SHEETS). ON4)241-244 D M-603-4 CORRUGATED POLYETHYLENE PIPE (AASHTO M294) AND -58-APRIL 4,M&S CORRUGATED POLYPROPYLENE PIPE (AASHTD M330) (2 sheets) O S-614-43 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS 245-252 (REVISED ON MARCH T 2022) July 311 2 L 01 V 1 9 (7 SHEETS) (Revise!,(Revise!,ON AIL 4, 2024) O M-603-5 POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) 59 9 p 5-614-44 PEDESTAL POLE SIGNALS (2 SHEETS) 253-254 p M-603-6 STEEL REINFORCED POLYETHYLENE 60 O S-614-45 PEDESTRIAN PUSH BUTTON POST ASSEMBLY DETAILS (6 SHEETS) RIBBED PIPE (AASHTO MP 20) Revised 12, 2024 (REVISED ON DECEMBER 3,2020) onDecember p M-603-10 CONCRETE AND METAL END SECTIONS 61 O 5-614-50 STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) 255-266 D M-603-12 TRAVERSABLE END SECTIONS AND SAFETY GRATES 62-64 O S-614-60 DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) 267-280 (3 SHEETS) In (REV APRIL 30, 2024)2131 ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED 5-627-1 PAVEMENT MARKINGS (11 SHEETS) 283 D M-604-10 INLET, TYPE C 65 I= S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 200 313 CI M-604-11 INLET, TYPE D 66(26 AND BY DESIGNATED REVISED, APPLY PAY TO ITEM THIS OR PROJECT SUBSIDIARY WHEN ITEM. USED SHEETS) (REVISED av APRIL 30, 2024) M-604-12 CURB INLET TYPE R (2 SHEETS) 67-68 p S-630-2 BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) 314 AND VERTICAL PANELS M-604-13 CONCRETE INLET TYPE 13 69 5-630-3 FLASHING BEACON (PORTABLE) DETAILS 315 D M-604-20 MANHOLES (3 SHEETS) 70 72 THE M&S STANDARD PLANS USED TO DESIGN THIS PROJECT ARE p S-630-4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION 316-317 M-604-25 VANE GRATE INLET (5 SHEETS) 73-77 (REVISED 6W FEBRUARY 3, 2023) INDICATED BY A MARKED BOX ,PLANS. AND WILL BE ATTACHED TO THE DETAILS (2 SHEETS) ALL OTHER M&S STANDARD PLANS ARE STILL ELIGIBLE FOR USE p S-630-5 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 318-319 p M-605-1 SUBSURFACE DRAINS 78 IN CONSTRUCTION IF APPROVED BY AN APPROPRIATE CDOT ENGINEER. C S-630-6 EMERGENCY PULL -OFF AREA (TEMPORARY) 320 O S-630-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL .(3 SHEETS).321-323 Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: - COOT STANDARD DETAILS Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW Ls6l_ .: PUBLIC WORKS DEPARTMENT 1111 H. STREET MPROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 COVER.DWG _PHONE: - - Detailer: CLW (970) 400-3750 Void: Sheet Number 2 of 45 sou r`' Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ - _ Sheet Subset: Sheet Subset: NOTES: CL 1. CROSS SLOPE OF EXISTING PAVEMENT VARIES. CONTRACTOR TO ESTABLISH A 2% CROSS SLOPE ON OVERLAY SURFACE. 2. FINAL LIMITS AND DEPTHS OF ALL HMA PATCHING, CLASS 5 ABC AND ROCK FILL SHALL BE AS SPECIFIED BY THE ENGINEER BASED ON SEVERITY OF STRUCTURAL CONCERN. LIMITS WILL BE MARKED BY THE ENGINEER OR INSPECTOR FOLLOWING MILLING. 3. REMOVAL / OFF -SITE DISPOSAL OF EXISTING HMA, ROAD BASE AND EMBANKMENT BELOW THE MILLED SURFACE (TO ACHIEVE THE HMA PATCHING AND CLASS 5 ABC DEPTHS SPECIFIED) SHALL BE SUBSIDIARY TO THE COST OF THE HMA PATCHING AND CLASS 5 ABC CONTRACT ITEMS. 1.00' CLASS 6 ABC SHOULDER 26.00' , ROAD WIDTH 24.001 ASPHALT 11.50' LANE 2% fon- 11.50' LANE 2"-2.75"± (VARIES) OVERLAY 1.00' CLASS 6 • ABC SHOULDER 2" OVERLAY "/////, / V/ %%i%i%i�/i�/i�/i�/i�/i�/i�/i�/i�/i�/i�/i\/\ /\\%\\�\/\\\/\\/\\/\\/\\//\\//\\/\\/\\//\\//\\//\\/\% `/'`//\\//\\/\\/\\//\\//\\/\\/\\/\\//\\//\\//\\/ A< /////////////.: \ • , �� � ,� ,\//\ OVERLAY, ASPHALT 2"± THICK MILL T ' EXISTING 6 1/2" - 8 \ \ LAYER OF ASPHALT (GRADING SX, 100, PG 64-22) �/,\ (BEFORE MILLING) EXISTING ROAD BASE TO REMAIN WCR 37 - ASPHALT OVERLAY SECTION NOT TO SCALE EXISTING DITCH SLOPES TO BE MAINTAINED N N aD r O coF- WCR 37 - HMA OVERLAY DETAIL NOT TO SCALE PROVIDE 2" HMA MILL AND OVERLAY (GRADING SX)(100)(PG 64-22) EXISTING 6 1/2" - 8" THICK ASPHALT (BEFORE MILLING) EXISTING ROAD BASE Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 • • Comments: ADDENDUM #1 REVISIONS Initials: CLW N PAYMENT UNDER HOT MIX ASPHALT (PATCHING) OR HOT Zo MIX ASPHALT (HAND PATCHING) `a PAYMENT UNDER AGGREGATE BASE COURSE (CLASS 5) a r cn PAYMENT UNDER I UNSUITABLE MATERIAL (CONTINGENCY) AND ROCK FILL (3 -INCH MINUS) (CONTINGENCY) WELD COUNTY co NT PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 •••••••*•�•••••*•••••••*•*••• ; • • • • • • • • • • • • rci Oc Oc 7 WCR 37 - HMA PATCH DETAIL NOT TO SCALE PROVIDE 2", HMA MILL AND OVERLAY (GRADING SX)(100)(PG 64-22) PROVIDE 6", HMA ASPHALT PATCH (GRADING S)(100)(PG 64-22) PROVIDE 8", CLASS 5, ABC LAYER (GEOGRID SUBSIDIARY) PROVIDE 4", CLASS 5, ABC LAYER (GEOGRID SUBSIDIARY) PROVIDE 12" LAYER OF 3" MINUS ROCK FILL (GEOGRID SUBSIDIARY) PROVIDE TENSAR, INTERAX NX650 GEOGRID BETWEEN LAYERS OF AGGREGATE BASE AND ROCK As Constructed No Revisions: Revised: Void: WCR 37- WCR 8TO HWY 52 TYPICAL SECTIONS & DETAILS Designer: CLW Detailer: CLW Project No./Code Sheet Subset: I Sheet Subset: SFT-17 Sheet Number 3 of 45 GENERAL NOTES: 1 ALL MATERIAL, EQUIPMENT, INSTALLATION AND CONSTRUCTION SHALL BE DONE IN CONFORMANCE WITH THE LATEST EDITION OF THE CDOT "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", THE LATEST EDITION OF THE CDOT STANDARD PLANS ("M&S STANDARDS"), CDOT FIELD MATERIALS MANUAL, WELD COUNTY PROJECT SPECIAL PROVISIONS, CDOT STANDARD SPECIAL PROVISIONS, FHWA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS AND THE COLORADO SUPPLEMENT THERETO. 2. IN THE EVENT OF A DISCREPANCY, THE ORDER OF PRECEDENCE IS AS FOLLOWS: a. CONTRACT DOCUMENTS INCLUDING EXHIBITS, ADDENDA, AND APPENDICES. b. SPECIAL PROVISIONS i. WELD COUNTY PROJECT SPECIAL PROVISIONS ii. CDOT PROJECT SPECIAL PROVISIONS CDOT STANDARD SPECIAL PROVISIONS iv. CDOT FIELD MATERIALS MANUAL (LATEST EDITION) v. CDOT CONSTRUCTION MANUAL (LATEST EDITION) c. CDOT STANDARD SPECIFICATIONS d. PLANS i. DETAILED PLANS ii. STANDARD PLANS iii. CALCULATED DIMENSIONS WILL GOVERN OVER SCALED DIMENSIONS e. WHERE CONTRACT DOCUMENTS OR ORDER OF PRECEDENCE CONFLICT WITH ONE ANOTHER, WELD COUNTY IN ITS OWN DISCRETION SHALL DETERMINE WHICH SHALL APPLY. NOT WITHSTANDING THE FOREGOING, IN THE EVENT OF CONFLICTING REQUIREMENTS INVOLVING ANY REQUIREMENT WITHIN THE CONTRACT DOCUMENTS, PROJECT SPECIAL PROVISIONS, OR OTHER SPECIFICATIONS, THE COUNTY SHALL HAVE THE RIGHT, IN ITS SOLE DISCRETION, TO DETERMINE WHICH DOCUMENTS SHALL APPLY. THE CONTRACTOR SHALL REQUEST THE COUNTY'S DETERMINATION, IN WRITING, REGARDING THE ORDER OF PRECEDENCE AMONG CONFLICTING PROVISIONS PROMPTLY UPON BECOMING AWARE OF ANY CONFLICT. 3. THE UTILITIES SHOWN ON THE PLANS HAVE BEEN PLOTTED FROM THE BEST AVAILABLE INFORMATION. IT IS THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY THE LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION. CONTRACTOR SHALL CALL THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-800-922-1987 AT LEAST THREE (3) WORKING DAYS, NOT INCLUDING THE DAY OF NOTICE, PRIOR TO ANY EXCAVATION. THE CONTRACTOR SHALL COOPERATE AND COORDINATE ALL WORK WITH ANY AFFECTED UTILITY COMPANY OR AGENCY. POTHOLES OF UTILITIES SHALL BE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED IN THE WORK. CONTRACTOR SHALL COORDINATE ALL UTILITY RELOCATION WORK REQUIRED BY THE PROJECT WITH THE RESPECTIVE UTILITY COMPANIES AND THEIR CONTRACTORS. 4. FOR FINAL PLAN QUANTITIES OF PAVEMENT MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: a. TACK COAT DILUTED EMULSIFIED ASPHALT (SLOW SETTING) 0.10 GAL PER SQ. YD. (DILUTED) b. HOT MIX ASPHALT c. AGGREGATE BASE COURSE d. MODIFIED EPDXY PAINT e. TEMPORARY WATERBORNE PAINT 147 LBS. PER CU. FT. 135 LBS. PER CU. FT. 85 SQ. FT/GAL 85 SQ. FT/GAL f. DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF 1 PART EMULSIFIED ASPHALT AND 1 PART WATER. THIS WILL NOT BE PAID FOR SEPARATELY AND IS INCLUDED IN THE COST FOR ITEM 403, HOT MIX ASPHALT. 5. THE CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES TO THOSE AREAS WITHIN THE LIMITS OF DISTURBANCE AND/OR TOES OF SLOPE AS SHOWN ON THE PLANS. ANY DISTURBANCE BEYOND THESE LIMITS SHALL BE RESTORED TO ORIGINAL CONDITIONS BY THE CONTRACTOR AT HIS/HER OWN EXPENSE. CONSTRUCTION ACTIVITIES, IN ADDITION TO NORMAL CONSTRUCTION PROCEDURES SHALL INCLUDE THE PARKING OF VEHICLE OR EQUIPMENT, DISPOSAL OF LITTER AND ANY OTHER ACTION WHICH WOULD ALTER EXISTING CONDITIONS. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL COMPLETED WORK AND WORK IN PROGRESS FROM POTENTIAL DAMAGE. IF DAMAGE TO THE WORK OCCURS DUE TO A FAILURE TO PROTECT IT, THE CONTRACTOR SHALL REPAIR THE WORK AT NO ADDITIONAL COST TO THE COUNTY. 7. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AFFECTED PROPERTY OWNERS AT ALL TIMES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE PROJECT. 8. THE CONTRACTOR SHALL MASK ALL SIGNS CONFLICTING WITH CONSTRUCTION SIGNING. THE MASKING OF SIGNS WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE WORK. 9. THE CONTRACTOR SHALL PROVIDE ALL SIGNS, BARRICADES, FLAGGERS, LIGHTS, OR OTHER DEVICES NECESSARY FOR SAFE TEMPORARY TRAFFIC CONTROL IN ACCORDANCE WITH THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND AS MODIFIED BY THE COLORADO SUPPLEMENT TO THE MUTCD. Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR37-WCR8TOHWY52 GENERAL NOTES (SHT 1) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 4 of 45 A TRAFFIC CONTROL PLAN SHALL BE SUBMITTED TO AND APPROVED BY THE PROJECT MANAGER PRIOR TO THE COMMENCEMENT OF ANY WORK WITHIN ROAD RIGHT-OF-WAY. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. WORK WITHIN THE RIGHT OF WAY SHALL REQUIRE A RIGHT OF WAY PERMIT. CONTACT THE WELD COUNTY RIGHT OF WAY PERMITTING OFFICE AT 970-400-3764 FOR FURTHER INFORMATION. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226, EXCAVATING AND TRENCHING. 12. THE CONTRACTOR SHALL HAVE, ON SITE AT ALL TIMES, ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 13. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD AND CDOT STANDARD FOR TRAFFIC CONTROL S-630-1, TO WELD COUNTY FOR APPROVAL, PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR P ROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. EXPECT 2-3 WEEKS OF REVIEW TIME BY WELD COUNTY FOR APPROVAL. 14. ALL REMOVED ITEMS BECOME THE PROPERTY OF THE CONTRACTOR TO BE DISPOSED OF OFF -SITE PER FEDERAL, STATE AND LOCAL LAWS UNLESS OTHERWISE NOTED. 15. IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE PROJECT MANAGER OF ANY CHANGED CONDITIONS WHICH MIGHT CAUSE AN ISSUE IN CONFORMING TO THE APPROVED LINE AND GRADE FOR ANY ELEMENT OF THE PROPOSED IMPROVEMENTS PRIOR TO ITS CONSTRUCTION. IT SHALL BE THE ENGINEER'S RESPONSIBILITY TO RESOLVE CONSTRUCTION PROBLEMS DUE TO CHANGED CONDITIONS OR DESIGN ERRORS ENCOUNTERED BY THE CONTRACTOR DURING THE PROGRESS OF ANY PORTION OF THE PROPOSED WORK. 16. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR S PECIFICATIONS, THE CONTRACTOR SHALL IMMEDIATELY CONTACT THE ENGINEER. 17. THE CONTRACTOR IS RESPONSIBLE FOR THE PREVENTION OF DAMAGE TO ADJACENT P ROPERTY. THE COUNTY WILL HOLD THE CONTRACTOR RESPONSIBLE FOR CORRECTION OF DAMAGE TO ADJACENT PROPERTY, PUBLIC OR PRIVATE. 18. CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTION SITE SECURITY AND PUBLIC SAFETY. 19. FOR CONSTRUCTION AREAS THAT WILL BE OPEN CUT FOR MORE THAN 8 -HOURS, THE CONTRACTOR SHALL FOLLOW ALL REGULATIONS FOR EROSION AND SEDIMENT CONTROL MEASURES. 20. PERMANENT STRIPING PAINT SHALL BE EPDXY (NOT WATERBORNE). IN AREAS WHERE TEMPORARY STRIPING IS REQUIRED, CONTRACTOR TO USE WATERBORNE PAINT. ALL SYMBOLS, WORDS AND STOP BARS ARE TO BE PREFORMED THERMOPLASTIC. EROSION CONTROL NOTES: 1. IT IS ASSUMED THAT A STATE CONSTRUCTION STORMWATER DISCHARGE PERMIT WILL NOT BE REQUIRED FOR THE PROJECT. THE LIMITS OF DISTURBANCE FOR THE PROJECT INCLUDES THE EXISTING ASPHALT ROADWAY AND GRAVEL SHOULDERS ONLY. ANY OTHER AREAS OF DISTURBANCE ON THE PROJECT SITE MUST EQUAL LESS THAN ONE - ACRE TOTAL. 2. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE SWMP PLANS. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREA HAS BEEN OVERLAID WITH NEW ASPHALT MATERIAL AND PERMANENT STRIPING HAS BEEN COMPLETED. 3. TEMPORARY EROSION CONTROL FEATURES MAY BE ADJUSTED BY THE CONTRACTOR AS APPROVED BY THE COUNTY'S PROJECT MANAGER TO REDUCE ENVIRONMENTAL IMPACT 4. THE PLACEMENT OF EROSION AND SEDIMENT CONTROL BEST MANAGEMENT PRACTICES (BMP'S) SHALL BE IN ACCORDANCE WITH THE APPROVED PLANS. ANY VARIATION IN MATERIAL, TYPE, OR LOCATION OF EROSION AND SEDIMENT CONTROL MEASURES FROM THE COUNTY APPROVED PLANS WILL REQUIRE APPROVAL FROM ENGINEER. 5. NATURAL VEGETATION SHALL BE RETAINED AND PROTECTED WHEREVER POSSIBLE. EXPOSURE OF SOIL TO EROSION BY REMOVAL OR DISTURBANCE OF VEGETATION SHALL BE LIMITED TO THE AREA REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS. 6. ANY CONSTRUCTION DEBRIS OR MUD TRACKING IN THE PUBLIC RIGHT-OF-WAY (ROW) RESULTING FROM THIS PROJECT WILL BE REMOVED IMMEDIATELY BY THE CONTRACTOR. UPON WRITTEN NOTICE BY THE COUNTY, FAILURE TO REMOVE THE MUD OR DEBRIS BY THE CONTRACTOR WITHIN 24 HOURS SHALL CAUSE THE COUNTY TO STOP ALL WORK UNTIL THE SITUATION IS RESOLVED. 7. ALL CHEMICAL OR HAZARDOUS MATERIAL SPILLS WHICH MAY ENTER WATERS OF THE STATE OF COLORADO, WHICH INCLUDE BUT ARE NOT LIMITED TO, SURFACE WATER, GROUND WATER, AND DRY GULLIES OR STORM SEWER LEADING TO SURFACE WATER, Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR37-WCR8TOHWY52 GENERAL NOTES (SHT 2) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 5 of 45 SHALL BE IMMEDIATELY REPORTED TO THE PROJECT MANAGER AND THE CDPHE PER CRS 25-8-601. RELEASES OF PETROLEUM PRODUCTS AND CERTAIN HAZARDOUS SUBSTANCES LISTED UNDER THE FEDERAL CLEAN WATER ACT (40 CFR PART 116) MUST BE REPORTED TO THE NATIONAL RESPONSE CENTER, AND THE CDPHE. SPILLS WHICH POSE AN IMMEDIATE RISK TO HUMAN LIFE SHALL BE REPORTED TO 911. FAILURE TO REPORT AND CLEAN UP ANY SPILL SHALL RESULT IN ISSUANCE OF A STOP WORK ORDER. 8. ONCE THE SITE HAS REACHED FINAL STABILIZATION, A FINAL INSPECTION SHALL BE SCHEDULED WITH THE COUNTY'S PROJECT MANAGER. A CERTIFICATE OF SUBSTANTIAL COMPLETION WILL NOT BE ISSUED UNTIL THE COUNTY'S PROJECT MANAGER APPROVES FINAL SITE STABILIZATION. 9. SEPARATE PAYMENT FOR EROSION CONTROL COMPLIANCE WILL NOT BE MADE. CONTRACTOR SHALL INCLUDE THE COST OF COMPLIANCE AS A PART OF THE COST OF THE WORK. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY EROSION AND S EDIMENT CONTROL DURING CONSTRUCTION. THE CONTRACTOR SHALL COMPLY WITH LOCAL, STATE, AND FEDERAL LAWS AND PERMITS FOR THE CONTROL OF EROSION AND S EDIMENT. 11. FOR CONSTRUCTION SITES THAT ARE TO BE OPEN MORE THAN 8 HOURS CONTRACTOR IS REQUIRED TO FOLLOW ALL REGULATIONS FOR EROSION CONTROL BMP STANDARDS N EEDED FOR THE SITE. FOR EROSION CONTROL BMP STANDARDS SEE CDOT M&S STANDARD PLANS SECTION M-208-1. ASPHALT PAVEMENT NOTES: 1. THE FOLLOWING SHALL BE FURNISHED WITH EACH ASPHALT PAVER: A SKI TYPE DEVICE AT LEAST 30 FEET IN LENGTH (50 FEET IN LENGTH FOR FINAL LIFT), A SHORT SKI SHOE, AND 1500 FEET OF CONTROL LINE AND STAKES. 2. ANY LAYER OF ASPHALT PAVEMENT THAT IS TO HAVE A SUCCEEDING LAYER PLACED THEREON SHALL BE COMPLETED FULL WIDTH BEFORE THE SUCCEEDING LAYER IS P LACED. A TACK COAT IS REQUIRED PRIOR TO THE PLACEMENT OF EACH LIFT OF HMA. ROADWAY TO BE SWEPT CLEAN PRIOR TO THE APPLICATION OF THE TACK COAT. 3. WHERE PAVEMENT IS TO ABUT EXISTING PAVEMENT, THE EXISTING PAVEMENT SHALL BE REMOVED TO A NEAT VERTICAL LINE, USING A SAW OR OTHER METHOD AS APPROVED BY WELD COUNTY. CONTRACTOR TO MILL A 2' STRIP INTO EXISTING ASPHALT, TO PROVIDE AN OVERLAP IN THE FINAL PAVEMENT LAYER. THERE SHALL BE N O SEPARATE PAYMENT FOR SAW CUTTING AND MILLING. THE CONTRACTOR WILL ALSO BE REQUIRED TO PAINT THE EDGE WITH DILUTED EMULSIFIED ASPHALT (SLOW SETTING) P RIOR TO PAVING OPERATIONS. THE RATE OF APPLICATION SHALL BE AS DETERMINED BY THE ENGINEER AT THE TIME OF APPLICATION. 4. THE THICKNESS OF EXISTING ASPHALT ON WCR 37 WAS BASED ON GEOTECHNICAL BORINGS, VARYING FROM 6-1/2 TO 8 INCHES OF HMA. 5. CONTRACTOR SHALL SUBMIT A HMA LONGITUDINAL JOINT AND PAVEMENT MARKING PLAN THREE (3) DAYS PRIOR TO THE PRE -PAVING CONFERENCE (SEC. 401.16). 6. CONTRACTOR WILL PROVIDE A HMA QUALITY PLAN INCLUDING METHOD STATEMENTS FOR PLACEMENT, COMPACTION AND TESTING OF THE HMA FOR THIS PROJECT. 7. SMOOTHNESS CATEGORY FOR THIS PROJECT IS MRI CATEGORY B. 8. DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF 1 -PART EMULSIFIED ASPHALT AND 1 -PART WATER. THIS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF ITEM 403, HOT MIX ASPHALT (HMA). SURVEY NOTES: 1. PROTECT ALL SURVEY MONUMENTS OUTSIDE OF THE CONSTRUCTION LIMITS FROM DAMAGE. IF DAMAGE OCCURS, REPLACEMENT IS AT THE CONTRACTOR'S EXPENSE WITH NO EXTRA COST TO THE PROJECT UNLESS NOTED OTHERWISE. 2. PROTECT SURVEY MONUMENTS INSIDE OF THE CONSTRUCTION LIMITS FROM DAMAGE. ADJUST UNDAMAGED MONUMENT BOXES TO NEW ROADWAY / GRADING ELEVATION PER PROJECT SPECIFICATIONS. REPLACE DAMAGED MONUMENT BOXES (AS DETERMINED BY WELD COUNTY) PER PROJECT SPECIFICATIONS. 3. ALL ELEVATIONS SHOWN ON THESE PLANS FOR IMPROVEMENTS OR NOTED ELSEWHERE ARE REFERENCED TO THE BENCHMARK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY MONUMENT OR BENCHMARK WHICH IS DESTROYED OR DISTURBED. ANY DAMAGED MONUMENTS SHALL BE RE-ESTABLISHED AND REPLACED BY A COLORADO LICENSED PUBLIC LAND SURVEYOR AND A MONUMENT RECORD FILED AS REQUIRED. Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_COVER.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR37-WCR8TOHWY52 GENERAL NOTES (SHT 3) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 6 of 45 PROJECT QUANTITIES Bid Tabulation Addendum #1 - Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Pri _ 201-00000 CLEARING AND GRUBBING LS 1 202-00220 REMOVAL OF ASPHALT MAT (FULL DEPTH) SY 823 202-00240 REMOVAL OF ASPHALT MAT (PLANING)(2 NG)(2 INCH MILL) SY 32,925 202-04002 CLEAN CULVERT EACH 8 203-00000 UNCLASSIFIED EXCAVATION CY 45 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 288 203-00510 ROCK FILL (3 INCH MINUS)(CONTINGENCY) CY 288 203-01100 PROOF ROLLING HOUR 30 203-01500 BLADING HOUR 40 203-01597 UTILITY POTHOLING HOUR 15 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 300 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 20 BIOTIC SOIL AMENDMENTS (HYDRAULICALLY APPLIED) 212-00702 (4,500 LB/ACRE) LB 1,125 212-00706 SEEDING (NATIVE)(DRILL) ACRE 0.25 212-00708 SEEDING (NATIVE)(BROADCAST) ACRE 0.25 213-00004 MULCHING (WEED FREE STRAW) ACRE 0.25 304-05000 AGGREGATE BASE COURSE (CLASS 5) TON 525 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 107 304-08000 AGGREGATE BASE COURSE (SHOULDER MATERIAL) TON 213 HOT MIX ASPHALT (PATCHING) 403-00725 (GRADING S)(100)(PG64-22) TON 1,050 HOT MIX ASPHALT (HAND PATCHING) 403-00726 (GRADING S_)(100)(PG 64-22)(CONTINGENCY) TON 250 403-34841 HOT MIX ASPHALT (GRADING SX)(100)(PG64-22) TON 3,993 620-00020 SANITARY FACILITY EACH 1 625-00000 CONSTRUCTION SURVEYING LS 1 626-00000 MOBILIZATION LS 1 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 223 627-00011 PAVEMENT MARKING PAINT (WATERBORNE) GAL 189 627-00070 PREFORMED PLASTIC PAVEMENT MARKING SF 181 629-01031 SURVEY MONUMENT (TYPE 3A)(CONTINGENCY) EACH 2 629-01210 ADJUST MONUMENT BOX EACH 7 630-00000 FLAGGING HOUR 900 630-00016 TRAFFIC CONTROL (SPECIAL) LS 1 630-10122 VARIABLE MESSAGE BOARD EACH 4 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $250,000.00 $250,C 700-70016 F/A FUEL COST ADJUSTMENT FA 1 $15,000.00 $15,C 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $20,000.00 $20,C 700-70380 F/A EROSION CONTROL FA 1 $15,000.00 $150,C PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 927-00170 306, AND 603 DAY 30 NOTE: DUE TO THE DIVERSE INFORMATION CONVEYED IN EVEN THE MOST BASIC PLAN SET, IT IS NOT CURRENTLY Total Amount Proposal ($) TECHNOLOGICALLY FEASIBLE TO MAKE ITEMS LIKE A PLAN SHEET ACCESSIBLE. TO ASSIST THOSE NEEDING ACCOMMODATION FOR REVIEWING THE PLAN SHEETS, PLEASE Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. CONTACT THE WELD COUNTY PROJECT MANAGER. Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: OVERLAY QUANTITIES Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW PUBLIC WORKS DEPARTMENT 1111 H. STREET MPROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS _ _ _ Revised: Designer CLW P.O. BOX 758 SFT-17 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 COVER.DWG _ _ _ Detailer: CLW PHONE: (970) 400-3750 Void: Sheet Number 7 of 45 T o u r` Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: aim a W o PHASE 1 PHASE 2 v E c CONSTRUCTION a 'CONSTRUCTION WCR 12 23 POINT In 0 D cc Li WCR 8-2"MILL AND OVERLAY STA: 11 +63.62/57.00' L �� SURVEY CONTROL N-260,221.18 #115 (MONUMENT BOX), E=220,313.28 SEE NOTES SHEET 6 orr, BEGIN 2" MILL _ AND OVERLAY STA: 10+00.00/0.00' O I . PI: 11+67.35 I N 260225.28 0 0 O _ N 00°21'48" W I E 220370.26 In N=260,057.93 ' PROVIDE 2" MILL O 0 + WCR10 167.35' AND OVERLAY OF * E=220,371.32 GAS LINE NOO°19'27"W o _, `,; R0(W X ROW -)4 FEW X R0YID( MARKER 1600.00 EXISTING ROADWAY RC' R0' R W ROW RCVV ROW R W R0 ROW ROW ROW _. . , , Row WCR 37 r. Q M - -- - -- ----- - -'20+00 2'i' 00 'di- - -- - -- 18+V0- 19+00 - - - 15+f10" T6+00 TT -F00 -- 1240-0 T3+00 147.00 84-61 9+00 1 00 v Cn T I 7 I- 1 I 1 I Ii I1 I - I > i 'S - - ".-C - -- .-. w - -- - .,-- _ i, E0Aa� , . ROW Rt ROW ROW ROW z ROW ROW ROW ROW ROW F,� W ROW ROW ROW r ROW X ROW -_ T WCR 8 EXISTING FENCE 23 TELEPHONE OVERHEAD o * EXISTING = CULVERT PEDESTAL ELECTRIC LINE CONCRETE IRRIGATION DITCH O m AND VAULT Q p WCR8-2"MILL < ``' AND OVERLAY x) ° STA: 11 +68.04/52.00' R KEYMAP I NTS m 0 > Q 2 N=260,226.26 E=220,422.25 o NOTES: 1. PROPOSED PROFILE % 0 a.ONLY. SHOWN FOR OVERLAY REFERENCE TO �^' ¢ FOLLOW EXISTING HORIZ: 1" - 100' CENTERLINE ELEVATION. 5040 WCR 37 - STA 10+00 TO 21+50 VERT: 1" = 10' 5040 2. CROSS SLOPE OF °Q PVI STA: 19+7 .92 EXISTING PAVEMENT U PVI EL: 5020 31 VARIES. CONTRACTOR TO V. 412.50 ESTABLISH A 2% CROSS 5035 co o N ao �r co 5035 SLOPE ON OVERLAY 0 O �-v -1 �5 0� op 0 SURFACE. 0 o LOW PT. STA: 18+93.42 T. " EL=5011.85 o uj r- Q , " 'r' LO , II PT EL: 50 0.06 a 4 co co + �' II > II 5030 Ma w °- 5030 EL=5017, QE II H (D UJ J (/J W CO PROPOSED 5025 5025 E EXISTING GROUND °% - -irk 5020 0.20%0.31 020 5020 0.407°lit 1.20°i° --- --- , 5015 5015 r EXIS ING CULV_RT 5010 5010 EX=5017.65 PROP= EX=5017.6 PROP=5017.60 EX=5017.70 PROP=5017.70 EX=5017.8 PROP=5017.80 EX=5018.08 PROP=5017.95 EX=5018.2 PROP=5018.15 EX=5018.37 PROP=5018.35 EX=5018.5 PROP=5018.55 EX=5018.77 PROP=5018.75 EX=5019.0 PROP=5018.88 EX=5019.11 PROP=5018.98 EX=5019.1 PROP=5019.08 EX=5019.15 PROP=5019.18 EX=5019.3 PROP=5019.28 EX=5019.38 PROP=5019.38 EX=5019.5 PROP=5019.48 EX=5019.68 PROP=5019.63 EX=5019.8 PROP=5019.78 EX=5019.96 PROP=5019.93 EX=5020.1 PROP=5020.08 EX=5020.25 PROP=5020.27 EX=5020.4 PROP=5020.52 EX=5020.79 PROP=5020.83 EX=5021.2 PROP=5021.18 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING N"owwharsbelfw. DIG, Call OF Q VP before GRADE, NOTIFICATION COLORADO you DAYS OF dig. UNDERGROUND IN OR ADVANCE EXCAVATE 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21 +00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW ?,__1861_ .- PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 1) 1111 H. STREET M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 8 of 45 -r - Our, Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: En lish 9 _ _ _ Sheet Subset: Sheet Subset: WCR 12 I L� in r c�)NN • lri r co u -1-N MNr r-: to co c\I N c0 N N N N o 0ci 61zw PROVIDE 2' WIDE E-ZUJ o O 0 Leo N00°28'07"W WCR 10 -I- N00° 19 27 W ASPHALT APRON r500.00 1600.00 AT DRIVE(TYP) RO CY) N POW ROW R W ROW ROW ROW ROW ROW ROW Q t\ B H 3 C. - - '2+00 _ _ - - 33 0 r'-'-' 31+W - F- 27+ i7 23+010-Jt2i0o-'25.F00-- I I (I) I F- I I I c I T I- - I F _l- I _ I ' ::[-, 1'%.,, ROW ROY, Z ROW ROW ROW ROW ROW :' ,, ROW ROW ROW ROW ROW OW RO ROW ROW Z ROW PROVIDE 2" MILL --1WCR EXISTING I 8 AND OVERLAY OF _ OVERHEAD CULVERT 0 U CONCRETE ELECTRIC LINE IRRIGATION DITCH EXISTING ROADWAY `t Q 2 _ _ KEYMAP NTS NOTES: 1. PROPOSED SHOWN FOR PROFILE REFERENCE ONLY. OVERLAY FOLLOW EXISTING TO HORIZ: 1" = 100' CENTERLINE ELEVATION. WCR 37 - STA. 5045 21+50 TO 34+00 VERT: 1" = 10' 5045 2. CROSS SLOPE OF i �, PVI STA: 28+00.00 PVI STA: 32+2'6.00 EXISTING PAVEMENT PVI EL: 5025.33 P I EL: 5026.30 VARIES. CONTRACTOR TO r K: 660.00 ESTABLISH A 2% CROSS 5040t,I co LVG4 65-90 a `"' o in N VC: 1-6&0S a Lie) 5040 SLOPE ON OVERLAY o L5025.48 N a `\I SURFACE. STA: 2 +25.00 EL=50 3.45 + o IGH PT. S EL: A: 28+82.5 6 7_a LOW F ' T. STA: 311f-42.50 + N 11 HIGH PT 5025.41 PT= 2E :LEV= +cs, Z,7) i' LOW PT EL: 50 6.05 or, UW N II 5035 J fJw CL 5035 •> W 0 -Jw w0 > 13 J PROPOSED Lu 5030 5030 GRADE EXISTING � GROUND 0.3C% 0.10% p 5025 a 5025 wimi 0.70% r.+Imimmm....E..w.li--ifi 5020 EXISTING 5020 CULVERT 5015 5015 C EX=5022.0 P RO P=5021.88 EX=5022.29 PROP=5022.23 P=5022.23 EX=5022.6 PROP=5022.58 P=5022.58 EX=5022.93 PROP=5022.93 P=5022.93 EX=5023.3 PROP=5023.28 EX=5023.55 PROP=5023.58 EX=5023.8 PROP=5023.83 EX=5024.01 PROP=5024.08 P=5024.08 EX=5024.2 PROP=5024.33 EX=5024.51 PROP=5024.58 P=5024.58 EX=5024.8 PROP=5024.83 EX=5025.16 PROP=5025.06 EX=5025.3 PROP=5025.24 EX=5025.24 PROP=5025.36 EX=5025.3 PROP=5025.43 EX=5025.46 PROP=5025.48 EX=5025.6 PROP=5025.63 EX=5025.79 PROP=5025.78 EX=5026.0 PROP=5025.93 EX=5026.11 PROP=5026.08 EX=5026.3 PROP=5026.25 EX=5026.45 PROP=5026.46 EX=5026.7 PROP=5026.71 EX=5026.98 PROP=5026.99 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING N"owwharsbelfw. DIG, Call OF Q VP before GRADE, NOTIFICATION COLORADO you DAYS OF dig. UNDERGROUND IN OR ADVANCE EXCAVATE 22+00 23+00 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: I Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW k-'' ls61," PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 2) _ 1111 H. STREET �u ` r�� �- /. P� — 1 P.O. BOX 758 Full Path: MAPROJECTS_DESIGNMCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS - I - - Revised: Designer: CLW I SFT-17 Lrf G REELEYCO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG - - - Detailer: CLW ' nn -1 �, v. `I VI PHONE:'(97O) 400 3750 Void: Sheet Number 9 of 45 Y C ° r` Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: WCR 12 CO N 6) CO N V + CO M M N co p N M O Ln CO CO i� 6 co ct M M M O MCNDNN Cc) �.NN O .. N N O O di w Ezuj slzw EXISTING O NOO°27'18"W N00°22'10"W d O PROVIDE 2' WIDE N00°40'34"W TELEPHONE 400.00 FENCE 900.00 O ASPHALT APRON 200.00 PEDESTAL -1- ROW OW ROW R WCR 10 ROW ROW ROW =, NOO°21'36"W ROW ROW R W ROW _ AT DRIVE (TYP) to le 500.00 /0W X --�x X Y. CO X -X X X �X -X X . . ROW ROW ROW ROW `EOG RO �X 1' \---101116 / \ WCR 37 Q ir -- - - - _ _4.5+00 F- - - _. _. 46 0 ---- 43+-00 44+0 -. - " 40+00 1�-00�-~_ 42-F00' "' - - - -- .- 38+OCf 39+00 �t10' 35+Ct13 36+00 37-�0w --1- U) M ©'0 1.. I I - I -r I I r I I-- s v __ - _- W _ ROW ?'.+r ROW ROW ROW ROW Z - OW >ROW ROW ROW R , -- RF,.t R O«' SURVEY CONTROL POINT ROI F'G'v',' - ;,,-.,v 0`,; OVERHEAD V WCR 8 EXISTING = #116 (MONUMENT BOX), SAGE BRUSH WAY U OVERHEAD SEE NOTES SHEET 6 CULVERT ELECTRIC LINE ELECTRIC LINE 2" MILL AND OVERLAY I- < STA: 41+4037/32.00' R TELEPHONE <41 PROVIDE 2" MILL SURVEY CONTROL POINT < Q AND OVERLAY OF #119 (MONUMENT BOX), N=263,198.48 PEDESTAL 2 SEE NOTES SHEET 6 - E-220,382.24 r EXISTING ROADWAY cc. SMOOTH ASPHALT fif/tp KEYMAP I ROADWAY SURFACE TO EXISTING CO W O r NTS NOTES: 1. PROPOSED PROFILE < SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING HORIZ: 1" = 100' CENTERLINE ELEVATION. WCR 37 - STA 5050 34+00 TO 46+50 VERT: 1" = 10' 5050 2. CROSS SLOPE OF I ~ PVI STA: 40+261.00 PVI STA: 44+7 .00 EXISTING PAVEMENT 0 Q PVI EL: 5030.170 P1(I EL: 5030 3 VARIES. CONTRACTOR TO 0 I+ESTABLISH K: 571.43 K: 366.67 A 2% CROSS 5045 Q ' >- !A/C: 400.0 o �' . in F6:-1-65•.0 O 5045 SLOPE ON OVERLAY w VPC= 38+25 ELEV= 5029 DRIVEW WAY -WE T BRUSH AY I' I = 42+25 LEV= 5030 a F- I"', O SURFACE. HIGH PT. STA: 411 39.29 " o LOW 'PT. STA: 4447.50 11 HIG PT EL: 50 0A6 4.) LO . PT EL: 5030.11 Iii � I w 5040 ~ `. III I- 5040 - DRIVEWAY -WEST EWAY-W E. w PROPOSED 5035 5035 GRADE - w 0 EXISTING GROUND I 1;.15% 0.30% 5030 5030 0.55% 5025 5025 ,I r CULVE T 5020 5020 LAC') 0 in II X uu PROP=5027.54 EX=5027.8 PROP=5027.81 EX=5028.17 PROP=5028.09 EX=5028.5 PROP=5028.36 EX=5028.76 PROP=5028.64 EX=5029.0 PROP=5028.91 EX=5029.21 PROP=5029.19 EX=5029.5 PROP=5029.46 EX=5029.81 PROP=5029.73 EX=5030.0 PROP=5029.96 EX=5030.13 PROP=5030.15 EX=5030.3 N O M LO oO II L{? o- II O X IY w PROP=5030.39 EX=5030.4 to O LO 0 II Lo a_ II O X 0 w PROP=5030.46 EX=5030.4 co O M LO cO II Lo o- II O X IY w PROP=5030.36 EX=5030.3 N r O N LO 0 II Lo a_ II O X I� Iii PROP=5030.21 EX=5030.1 T O 0 In 6 II LCD o- II O X I]_ w PROP=5030.11 EX=5030.1 PROP=5030.15 EX=5030.26 PROP=5030.25 EX=5030.4 O •71 - O co II o- 0 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING xnowwnafsbelow. DIG, "rating. OF 8 ` GRADE, NOTIFICATION COLORADO l ., DAYS OF UNDERGROUND ing. IN OR ADVANCE EXCAVATE 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 46+00 MEMBER UTILITIES ,I Computer File Information Index of Revisions As Constructed Project No./Code , WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW _J.861_, `= PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 3) 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTIONI Full Path: DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ _ Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 10 of 45 -r our` Y FAX: (970)304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: W Z a J W Q WCR 12 LL PROVIDE CLASS TO co in w v FAIR LANE 2" MILL 6 ABC Le `Y' r C° r; Lh Ni co M c - TIE EDGE OF HMA AND OVERLAY � o � co STA: 55+33.02/20.00' L OVERLAY INTO EXISING co a `.`. V) CON N=264,590.64 FAIR LANE GRAVEL c`°.i N o ROADWAY a 2 w O d z w E=220,320.10 0 Q PROVIDE 2" MILL TELEPHONE 0 TELEPHONE PROTECT STOP SIGN C} EXISTING AND OVERLAY OF I n +, FENCE EXISTING ROADWAY MARKER ---:"M MAILBOX PEDESTAL WCR 10 _; ' ROW ROW OW E C% — )( RO ;, RCM --� R W *.:l.:.;'•41 r'' ROW ROW ROW ROW ROW R( SW ROW -ROW BH4 CO ( x x x x x x WCR 37 - \=._ ' - 8+00 59 -54n10 56+OQ- 57+00 ill =t5+00 - -- -501-170 - -- - 55+00 P —48±1" 51-F017--- +00 53 H COcL 47-F00" I o Oo I - I I I -_ I I I I- I 1 i- # -- V) =r I - I I -,-L v: a z , x x x x X X Z -OH -- - OH �k „ x X X x x X J X J -RDW ROW ROW ROW ROW ROW R :: OW ROW ROW ROW = ROW ROW ROW I WCR 8 W ROW ROW ROW ROW Rr,l?' I EXISTING OVERHEAD PROVIDE 2' WIDE O N00°22'10"W N00°32'53"W 0 900.00 ELECTRIC LINE CULVERT ASPHALT APRON 575.00 I- Q AT DRIVE (TYP) M KEYMAP I I i NTS NOTES: 1. PROPOSED PROFILE s SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING HORIZ: 1" = 100' CENTERLINE ELEVATION. WCR 37 - STA 46+50 5055 TO 59+00 VERT: 1" = 10' 5055 2. H I- a PVI STA: 55+11.03 P1�1 STA: 59+36.85 to Q to ¢ PVI STA: 52+55.00 EXISTING PAVEMENT w w PVI EL: 5033.22 PVI EL: 5035.52 PVI EL: 503 .37 VARIES. CONTRACTOR TO Q >- o o K: 412.50 0 K: 235.71 K: 200.0 2% ESTABLISH A CROSS 5050 Ln ao LVC: 165-98 Ln op LVC: 165.00 LVC: 350.0 5050 SLOPE ON OVERLAY _=5031.7 Ill PC= 51+72 LEV= 5032 r- e, 1LPC= 54+28.53 LEV= 503.78 1 _ SURFACE. j LOW PT. STA: 51+72.50 M 2 HIGH PT. STA: 58+01.85 LT Et" LOW PT EL: 5032.8C Lfl II HIGH PT EL: 5036.06 Q o o o ❑ ~w LnCD LO CO 5045 0- �� >w w _ i�I C 5045 o o STA: 50+ , EL=5032.1 ]w FAIR LAN /PT= 55+9; ih �.. LEV= 503 • DRI EWAY-W PT= 61+1 c 00O co a) N O + N- a + to 6 U I in II `* re) Q Q U II w 5040 w 5040 tow - — PROPOSED GRADE > C 0.20% �` 5035 EXISTING ° - - 5035 GROUND .50% 0.30% 0.50°, O -- $ 5030 ° K- 5030 EX STING CU _VERT 5025 5025 ti O co O In II ill* ti M O] p m in O II in a II 0 W a PROP=5030.99 EX=5031.2 P RO P=5031.24 EX=5031.49 P RO P=5031.49 EX=5031.7 P RO P=5031.74 EX=5031.89 P RO P=5031.89 EX=5032.0 PROP=5032.04 P=5032.04 EX=5032.19 PROP=5032.19 P=5032.19 EX=5032.4 PROP=5032.44 P=5032.44 EX=5032.69 PROP=5032.69 P=5032.69 EX=5032.9 PROP=5032.95 EX=5033.26 PROP=5033.26 EX=5033.6 PROP=5033.64 EX=5034.07 PROP=5034.07 EX=5034.5 PROP=5034.52 EX=5034.96 P RO P=5034.96 EX=5035.3 PROP=5035.31 EX=5035.56 PROP=5035.56 EX=5035.7 PROP=5035.70 EX=5035.80 PROP=5035.80 EX=5035.9 PROP=5035.90 EX=5036.00 0 6 a M Ln O II LO a II 0 W a o o M O O M Lc) O II a II O W a PROP=5036.00 _ BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING Nnowwhatsbelow. DIG, Callbulweyuudig. -Or OF �� ``` GRADE, NOTIFICATION COLORADO DAYS OF UNDERGROUND IN OR ADVANCE EXCAVATE 47+00 48+00 49+00 50+00 51+00 52+00 53+00 54+00 55+00 56+00 57+00 58+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW _.1861 . PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 4) 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ _ Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 11 of 45 l - c ° u r` Y FAX. ( 70) 3046497 AutoCAD Version: 2023 Scale: AS NOTED Units: En lish 9 _ _ _ Sheet Subset: Sheet Subset: cw le CC ce --Q b w o ct a a o t WCR 12 w i 0) CO o CV O (D O Cr) TELEPHONE 0) ti (..i O it O VD N 6 M CO 0)r- LO Ni O IC) O c'7 CO CO N x CO 0 a WCR 2" N 10 - MILL co` O MARKER AND .. c., CV .. c.I N I� AND OVERLAY O PEDESTAL dzw 3PROVIDE Ez dzw 2' WIDE PROTECT CD o STA: 64+49.79/60.00' L I o O PROTECT N00°1433"W N=265,507.64 ASPHALT APRON MAILBOXES _:', ;;, r, �[TELEPHONE WCR 10 RO RW _QW =. -a7 ROW ROW R W ROW --R LO0 OW \ N00°02'54"E Na �( 1 0 0 * o ,,, N 300.00 WCR 37 J—` �- `-- - - - -—67+(TO"- - ` --b9XO 71+00 I I - " `60 — __ "61+00 - - 64+ 6,5+00 68+00 70+00 l- 0{r 62+00 63f0"0 _ 6+0-0- _ T I- I C/) -F I t I -F I I I I I T 1 I - (O -4 1 0 - - - - - --- — -- - , -,s, L._ - 'J'Y-% vY, a - -I LIT _`e'.�'_ _ I. - — CU/ v r r _d-i /Merit -7n WC OW ROW POW —t ROW �': pow ROW ROW Rnw � OH `�' uH� X X X —X X X X Y X X X A X X ;i X -- x x x ,—, OVERHEAD N00°18'49"W PROVIDE 2" MILL ROW ROW ROW R ROW ROW WCR 8 ELECTRIC LINE 425.00 U N00°09'00"W AND OVERLAY OF TELEPHONE SURVEY CONTROL POINT TELEPHONE EXISTING ROADWAY 400.62 PEDESTAL #117 (MONUMENT BOX), SEE NOTES SHEET 6 PEDESTAL AND VAULT KEYMAP NTS NOTES: 1. PROPOSED PROFILE SHOWN FOR REFERENCE s c ONLY. OVERLAY TO FOLLOW EXISTING HORIZ: 1" = 100' CENTERLINE ELEVATION. 5055 WCR 37 `STA 59+00 TO 71+50 VERT: 1" = 10' 5055 2. CROSS SLOPE OF Y -WEST _- PVI STA: 59+36.85 PVI STA: 64+06.67 PVI STA: 69+49.95 EXISTING PAVEMENT PVI E : 5036.37 PVI EL: 5029.09 PVI EL: 026.92 VARIES. CONTRACTOR TO ,n N K: 00.00 i.. r K: 143.48 r- to CON K: 2.5.71 ti, N ESTABLISH A 2% CROSS 5050 °O — L�/G 35®.®s CO LVC 165 es 05 I` rnh. LVG1®s.®s ? 5050 SLOPE ON OVERLAY PC= 57+61 LEV= 503 DRIVEW PC= 63+24 LEV= 5030 �; °+° 0) PT= 71+49 ILEV= 502 SURFACE. HIGH PT. TA: 58+01.,85 + LOW PT. STA: 64+89.17 a i d- `I' LOW PT. STA: 68+64.23 HIGH PT EL: 5036.06 Z.; II LOW PT EL: 5028.76 al i LOW PT EL: 5027.49 I- H O w 5045 } W CL w w 5045 w > \Y -WEST -,-m- w 5 5040 5 5040 DRIVEW 6 o 5035 , 5035 PROPOSED -1.55% GRADE DRIVEWAY -EAST EXISTING 5030 5030 _0.40o�a GROUND 5025 5025 T U o H W0 'xi II Le d II LJJ IZ PROP=5035.08 EX=5034.51 PROP=5034.52 EX=5033.8 PROP=5033.84 EX=5033.07 PROP=5033.07 EX=5032.3 PROP=5032.29 P=5032.29 EX=5031.51 PROP=5031.52 EX=5030.7 PROP=5030.74 EX=5029.95 PROP=5029.99 EX=5029.4 PROP=5029.39 EX=5028.93 PROP=5028.97 EX=5028.7 PROP=5028.72 EX=5028.54 PROP=5028.52 EX=5028.4 PROP=5028.32 EX=5028.11 PROP=5028.12 EX=5027.9 PROP=5027.92 EX=5027.72 PROP=5027.72 EX=5027.6 PROP=5027.56 EX=5027.57 PROP=5027.49 EX=5027.5 PROP=5027.51 EX=5027.67 PROP=5027.62 EX=5027.9 PROP=5027.81 EX=5028.08 PROP=5028.09 EX=5028.5 PROP=5028.46 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING Knowwhatsbelflw. DIG, Callbulweyuudig. OF 811 GRADE, NOTIFICATION COLORADO DAYS OF UNDERGROUND IN OR ADVANCE EXCAVATE 60+00 61+00 62+00 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00 71+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW _,1861_, `= PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 5) 1111 H. STREET Full Path: M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTIONI DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 12 of 45 l - o u r` Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: J a WCR. 12 N-0 I --r N O a Cn In Cr) r N- Na(Ni TELEPHONE ti P- G7 d' CD Or-- NOCi7 -t 0 I- o co a co co c\I a co N N � � � PEDESTALS . N c`\i 0 Q PI: 71+67.97 a z w CONTROL POINT Q N 266225.76 PROVIDE 2' WIDE SURVEY Q EXISTING ° N00°36'46"W 220333 17 N00 41 55 W #5 ALUMINUM CAP), SEE ( Q -E TEL 6 N00°32 30 W ASPHALT APRON MAR : n 325.00 FENCE AT DRIVE (TYP) 600.00 NOTES SHEET 6 350.00 + '. XROW—� W X ROV�C SOW x WCR 10 .` �- ROW X X3rOW R(3WK ., X ROW OWE-- R09�f , ROW XRO ROW -XF ROW j ;'at (ROWXco XIUo �`' 8H5) \ WCR37 — —s _ +o� 8 QO - s2+oo —77+on' —79 80� 0 8 ao 78+00 O0 _,. - 76�Oo I I I cL �— 73+00` fi14+00 I I 4= I I f r r I I I cL I I I -T _ w \\ Z ROW RO Rll�",�. ROW ROW ROW ROW— — ROW ROW ROW ROW ROW ROW I ROW ROW ROW ROW \ X X -X X X P- XX -x X X X -x X ,: X x ;, v, J X X X = WCR 8 PROVIDE 2" MILL SURVEY CONTROL POINT OVERHEAD O = PROTECT DRIVEWAY AND OVERLAY OF #118 (MONUMENT BOX), ELECTRIC LINE U MAILBOX CULVERT EXISTING ROADWAY SEE NOTES SHEET 6 Q aC 2 KEYMAP NTS NOTES: 1. PROPOSED PROFILE SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING HORIZ: 1" = 100' CENTERLINE ELEVATION. 5055 WCR 37 - STA. 71 +50 TO 84+00 VERT: 1" = 10' 5055 2. CROSS SLOPE OF I 'PC= 74+60 55 LEV= 503 .71 A_PT= 82+27.48 LEV= 5035 84 PVI STA: g4+54.52 4ii STA: 73 35.16 PVI STA: 75-85.55 PV STA: 80+ 7.48 PVI EL: 032.66 EXISTING PAVEMENT PVI EL: 50 0.77 PVI EL: 5036.65 P I EL: 5038 64 VARIES. CONTRACTOR TO to K: 122.2 cr. r K: 131.58 to r c K: 216.22 K: 11.00 ESTABLISH A 2% CROSS 5050 N L E 6 80 0 `-- `r. N- VC -40®0 LVC: 327.75 5050 SLOPE ON OVERLAY ` -L -1/21C.-2-50-00 /PC= 82+9 .64 VPT= 86+1 .39 SURFACE. O LOW `i' PT. STA: 2+52.66 7 a `ii' HIGH PT. STA: 77+10.55 r o HIGH T. STA: 7 +24.78 LOW PT EL: 029.94 HIGH PT EL: 5037.21 -. HIGH PT EL: 5 37.96 O w H W H W o J a -I °� J 5045 > 1„ �W >w - DRIVEN\ N5045 0 I- < PROPOSEDii I-9 GRADE w 5040 } w )RIVEW EXISTING 5040 0.45% GROUND - - 1.40% `~ 5035 5035 2.36°A DRIVEWAY -WEST a 00°,'° 5030 5030 5025 CV a II PROP=5029.42 EX=5029.90 9'0£09=Xd Z6.6ZOS=dOeId PROP=5030.51 EX=5031.23 P RO P=5031.30 EX=5032.3 PROP=5032.30 P=5032.30 EX=5033.45 PROP=5033.47 EX=5034.7 P RO P=5034.58 EX=5035.52 PROP=5035.51 EX=5036.2 PROP=5036.25 EX=5036.80 PROP=5036.80 EX=5037.1 PROP=5037.16 EX=5037.39 PROP=5037.39 EX=5037.6 PROP=5037.62 EX=5037.81 PROP=5037.83 EX=5037.9 PROP=5037.95 EX=5037.89 PROP=5037.95 EX=5037.8 PROP=5037.83 EX=5037.56 PROP=5037.60 EX=5037.3 PROP=5037.25 EX=5036.84 PROP=5036.79 EX=5036.3 PROP=5036.21 EX=5035.52 PROP=5035.53 EX=5034.8 16'££09=Xd Z8'17£OS=dOeId Co0 0 11 0 IY a 5025 BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING NnowwhatsbelOUV. DIG, Call OF ``ler before GRADE, NOTIFICATION COLORADO you DAYS OF dig. UNDERGROUND IN OR ADVANCE EXCAVATE 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 MEMBER UTILITIES ,I Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW _-18c�1_,`= PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 6) 1111 H. STREET Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTIONI DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 13 of 45 T o u N Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: <F—rn W 0A Qlw J al O > 0 J WCR 12 rn CLARA LEE ST 2" MILL ti op 71- C3"V O CO O �o r' d' r M I` m c 7 - N- co r AND OVERLAY o6 c6 ,ri STA: 85+49.45/47.00' L � 00 M '� r M O In O + c, (v)� rn(0 Q 0 PI: 84+ N 2675 E 2203 �� N N=267,606.77 �� p N a z w O. O .. N or dzEw E=220,270.30 Z CD TELEPHONE In O SMOOTH ASPHALT EXISTING + 0 N00°56'24"W I ROADWAY SURFACE PEDESTAL AND N01 °22'30"W CO 105 50 d TO EXISTING FENCE MARKER 65000 O WCR 10 + )ROW - X RONV _� W RC11N-}�- = 20W=X- XROW xI--X W L ,.X _ _ X R .� �— - __ _ XX X _ ROW N01°29'53"W R W ROWX ROW N00°27'30"W ROW ROW ROW I- WCR 37 500.00 9{� 9� 250.00 _ }:7VV +0(i Lvi05 _ _. n 0 _ F{1{7 87+Ot) 8 I91 l U I I I I_ I l _ X _a Z - — - — --- — - _" — - �— RO _ ROW w_ T ROW IG-._ ROW ROW ROW ROW W ROW \, — ROW ROW RO ROW ROW Z ^ - --• ran D!1V\A1 — ROW _. RoW rsi�W _ - — ,'JIry i ._v(. .�..�.O _KUW X X X X 'X X WCR J r -X SURVEY CONTROL POINT PROVIDE 2" 8 OVERHEAD PROVIDE 2' WIDE = TELEPHONE ELECTRIC LINE #120 (MONUMENT BOX), AND OVERLAY OF ASPHALT APRON SEE NOTES SHEET 6 EXISTING ROADWAY PEDESTAL AND AT DRIVE (TYP) 2 PROTECT MARKER MAILBOXES L 2 KEYMAP I NTS NOTES: 1. PROPOSED PROFILE SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING 5040 WCR 37 - STA. 84+00 TO 96+50 HORIZ: VERT: 1" = 100' 1" = 10' 5040 CENTERLINE ELEVATION. 2. CROSS SLOPE OF 1IPT= 95+83.55 4LEV= 5016.91 c PVI STA: 8782.21 PVI STA: 90+54.44 P STA: 94+33.55 EXISTING PAVEMENT PVI EL: 5018.74 PVI EL. 5015.20 PVI EL: 5014.06 PVI STA: 98+06.77 VARIES. CONTRACTOR TO EXIST NG K: 79.00 c, tv K: 165.00 K: 136.33 ESTABLISH A 2% CROSS GROU�IVDir LVC: 233.05 N LVC: 16:9® rn LVC: 399 8® PVI EL: 5021.15 5035 SLOPE ON OVERLAY ce PC= 86+65 LEV= 5023 PT= 88+981 LEV= 50171 PC= 89+71 LEV= 5016 �; PC= 92+83 ELEV= 5014 K. 222 22 SURFACE. PR®POSED LOW PT. STA: 88+98.73 LOW PT. STA: 91+36.14 a LOVI PT. STA: 93+24.46 LVC: U Ln 400.00 LT PT EL: PT L: LOW GRADE 5017.22 LOW 5014.94 Cl.) II PT EL: 5014.45 _ II > H —trill EWAY-EA$ -m- > LU > ti i - \5030 N-rfl N -c) O r O CV O + 0 o *-€1,24..% > ru, ELEV= 5025.70 > > 5025 m 0 > w d w O 06 > CD 1 I N o 5020 02D ii ii o_ a PVI STA: 84+54.52 -1,30% ei ,90% > > PVI E _: 5032.66 K: 115.00 —0.30% 5015 5015 LVC: 327.75 5010 - - - - 5010 C C C EX=5031.78 PROP=5031.62 EX=5030.3 PROP=5030.12 EX=5028.53 PROP=5028.40 EX=5026.5 PROP=5026.46 EX=5024.35 PROP=5024.35 EX=5022.2 PROP=5022.30 P=5022.30 EX=5020.41 PROP=5020.55 EX=5019.0 PROP=5019.12 EX=5018.03 PROP=5018.00 EX=5017.2 PROP=5017.20 EX=5016.53 PROP=5016.55 EX=5015.9 PROP=5015.93 EX=5015.52 PROP=5015.44 EX=5015.2 PROP=5015.10 EX=5014.91 PROP=5014.91 EX=5014.7 PROP=5014.76 EX=5014.62 PROP=5014.61 EX=5014.5 PROP=5014.47 EX=5014.57 PROP=5014.47 EX=5014.7 PROP=5014.66 EX=5015.02 PROP=5015.03 EX=5015.6 PROP=5015.58 EX=5016.30 PROP=5016.31 EX=5017.3 PROP=5017.22 C C C 03 CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING NnowwhaPsbelOUV. DIG, Call OF V before GRADE, NOTIFICATION COLORADO 11 you DAYS OF UNDERGROUND dig. IN OR ADVANCE EXCAVATE 85+00 86+00 87+00 88+00 89+00 90+00 91+00 92+00 93+00 94+00 95+00 96+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW ,_1861_, PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 7) - 1111 H. STREET M:\PROJECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 14 of 45 T c o u r` Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: t 1 r-co0O WCR12 00 Co + a N a OO O cd + O 0,1 O N N rna)CD O zw N N O 0 O _ E z w PROVIDE 2" MILL Ol + TELEPHONE SURVEY POINTal O LO TELEPHONE CONTROL PEDESTAL #114 (MONUMENT BOX), AND OVERLAY OF CD O SEE NOTESSHEET6PEDESTAL N01°22'30"W EXISTING WR37 - iS:5';0,:_ RKER65000X OW,,RROWROW ROW ROW K -1UJ -._Q 'Cfl8+00 _ _. R0� � '1�J1�-i7D -- ���r��--x � x - �r,�,��r ;•, -- -It75-F00 .. Q - I E.. — 0I+{gyp---I---1U4I00 -�_ ( (� --'10�+0{T - 0 70 I {7fi c,—.-9Tal -- — I 98-*-OU _9+OD Xi c �; -12 - 1-- I__ CO -I -- - - -- R o Z --— a ROW RG�1 NOW ROW ROW W ROW ROW — ROW ; ;C ROW ROW TELEPHONE ROW ROW .. ROW Z RD. — R� , ,wr PROVIDE 2' WIDE F ROW I�;�v', PEDESTAL I WCR 8 ASPHALT APRON TELEPHONE 0 TELEPHONE OVERHEAD AND MAILBOX I O MARKER PEDESTAL AND ELECTRIC LINE AT DRIVE (TYP) }- Q 2 MAILBOX KEYMAP NTS NOTES: 1. PROPOSED PROFILE SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING HORIZ: 1" = 100' CENTERLINE ELEVATION. 5045 WCR 37 - STA. 96+50 TO 109+00 VERT: 1" = 10' 5045 2. CROSS SLOPE OF j PVI STA: 104+90.00 PV STA: 98+ 6.77 H EXISTING PAVEMENT PVI EL: 5021.15 J w PVI EL: 5022.13 VARIES. CONTRACTOR TO K: 222.22 >- K: 330.00 ESTABLISH A 2% CROSS 5040 N" m LVC: 400.- N M �- LVC: 165.00 5040 SLOPE ON OVERLAY Nn 2 _ VPC= 96+0( LEV= 501 CD DRIVEV SURFACE. HIGH PT. STA: 1 0+06.77 H H 0, H PT. STA: 107+40.50 HIGH PT EL: 5021.35 < w 0 II'1 IGH PT EL: 5022.07 W II W O ELEV= 5022.05 O O 5035 ~ in � ` co 5035 )RIVEWP )RIVEWI , a DRIVEWAY -EAST VPT= 108+72 ELEV= 5021 1 ti O r ii 5030 5030 a_ - PROPOSED GRADE EXISTING' 5025 ND 5025 0 10% 5020 5020 5015 PROP=5018.93 EX=5019.59 PROP=5019.61 EX=5020.2 co actup PROP=5020.99 EX=5021.22 P RO P=5021.34 EX=5021.30 PROP=5021.39 EX=5021.3 P RO P=5021.44 EX=5021.43 PROP=5021.49 EX=5021.6 P RO P=5021.54 EX=5021.67 PROP=5021.59 EX=5021.7 PROP=5021.64 P=5021.64 EX=5021.71 PROP=5021.69 EX=5021.7 PROP=5021.74 EX=5021.68 PROP=5021.79 EX=5021.8 PROP=5021.84 EX=5021.87 PROP=5021.89 EX=5021.9 PROP=5021.94 EX=5021.90 P RO P=5021.99 EX=5021.9 PROP=5022.04 EX=5021.94 P RO P=5022.07 EX=5021.9 PROP=5022.01 EX=5021.88 P RO P=5021.89 5015 CALL UTILITY NOTIFICATION CENTER OF COLORADO P O LO II w 6 iO o LO0 II to a II Q W a r N O O 0 II a II O w a PROP=5021. EX=5021.3 g� Lek �oWwnarsbeIGW. Calle�ore�o�aly, CALL 2 -BUSINESS BEFORE YOU DIG, GRADE, FOR THE MARKING DAYS OF IN ADVANCE OR EXCAVATE UNDERGROUND 97+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW real_ y:; PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 8) 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GRE CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ Detailer: CLW ONE:' PHONE: (970) 400-3750 Void: Sheet Number 15 of 45 o u r`' Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English _ _ - Sheet Subset: Sheet Subset: Sao INI - (V 0 0 WCR 12 NTct� �� 0 �Lnl7 o + o� 12 PROVIDE � � � c�v {�7 I WCR - �+oN co Nao °N `ro 3"-4"THICKHMAAPRON 0 CD 0 0 ' f`- N r N N r N CA PROVIDE 2' WIDE z w STA: 117+85.26/62.00' L O 0 N EC CD N E. z w c> z w ASPHALT APRON o 73 N=270,841.53 0 o E-220,188.20In AT DRIVE (TYP) TELEPHONE "` PI: 118+98.47 o N00°59'14"W + ;� o PROTECT MARKERS AND r EXISTING 400.00 MAILBOXES -�- ° N01 1[::: PEDESTAL E 220248.92 (U WCR 10 MAILBOX ( R® ;; ROWROW ROW D� k Vii ROW :'. — ;:0W-X----ROW RG1 a Q R O E - - ROW '117n0 - +- 11 UO 120+00 121+00 �, W 18+00 .... . b [ 0 -�- - 1" 5,�0mI: 114 fit? l-1124-00"— 113+ 00 I — — F I I Q 111 +GO 400 11b+TltT 0 p Cis -, I L izato:Noy POW ROW - Row_ •r - Min .._ tJ �Y ,.u., •KUvv — — KC�`J� :uvv " ROW ROW ROW ROW ROvV I z W ROW N00°38'54"W N 00°13'03" W SURVEY CONTROL POINT PROVIDE 2" MILL 250.00 855.85' TELEPHONE #113 (MONUMENT BOX), WCR 8 -'� AND OVERLAY OF = PEDESTAL SEE NOTES SHEET 6 V EXISTING ROADWAY OVERHEAD g o o WCR 12 - PROVIDE (- PROVIDE CLASS 6 ABC O 3"-4" THICK HMA APRON Q ELECTRIC LINE TO TIE EDGE OF HMA STA: 117+87.19/62.00' R 2 2 APRON ROADWAY INTO EXISTING WCR 12 GRAVEL SIDES / o N=270,844.86 E=220,312.17 KEYMAP (BOTH GAS NTS OF INTERSECTION) ATMOS LINE 70 * >; x `J 70 - NOTES: 1. PROPOSED PROFILE SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING HORIZ: 1" = 100' CENTERLINE ELEVATION. WCR 37 - STA. 109+00 TO 121+50 VERT: 1" = 10' 2. CROSS SLOPE OF ( HI to PVI STA: 1'11+44.94 PVI STA: 113+50.00 to Lu P\'I STA: 116+83.37 PVI STA: 120+95.00 EXISTING PAVEMENT 5040 PVI EL: 5020.71 PVI EL: 5022.05 PVI EL: 5021.05 PVI EL: 50114.67 5040 VARIES. CONTRACTOR TO K: 157.14 K: 1'43.68 K: 132.01 K: 126.92 ESTABLISH A 2% CROSS LVC: 165.00 LVC: " 65.00 ¢ LVC: 165.00 ¢ LVC: 165.10 SLOPE ON OVERLAY SURFACE. LOW PT. STA: 111+25.30 H GH PT. S `: 113+80.9 Lu > > 5035 PT El - HIGH EL: 5.2-1. 5035 _OW .6020.92 = 5021.25 i I r -PT = 5021.80 = 5015.95 171- d- O O ts) Ln O In ti co 0 N ti Oo I� I� o in O LS7 CO N IC IC `- N N O ta7 67 N CO + N O N t CD t O� t7 t O t N O co t O t r-- + r 5030 O r I. N N SO Ls) I I f� LO `i O N IO ii VPC= 1 I r�,,,- w VPC= 1. w w ELEV1 VPC= 1 w 5030 w I J II H J W J� II H J II el J II J II F J w 0- w wQ - w !1 > w ' 0_ w Cl_ w PROPOS D 5025 Lu ≥ - GRADE - 5025 cc I EXISTING -0.40% 0,65% _ -0� 30° , GROJND ® _� p 5020 5020 -1.551 5015 - - 5015 -- - 5013 5013 oo PROP=5021.49 EX=5021.3 PROP=5021.29 EX=5021.10 PROP=5021.09 EX=5021.0 PROP=5020.94 EX=5020.89 PROP=5020.94 EX=5021.1 PROP=5021.10 EX=5021.35 PROP=5021.40 EX=5021.7 PROP=5021.69 EX=5022.01 PROP=5021.85 EX=5021.9 PROP=5021.87 EX=5021.68 PROP=5021.75 EX=5021.5 PROP=5021.60 EX=5021.41 PROP=5021.45 EX=5021.3 PROP=5021.30 EX=5021.01 PROP=5021.06 EX=5020.6 PROP=5020.62 EX=5019.99 PROP=5020.00 EX=5019.3 PROP=5019.24 EX=5018.48 PROP=5018.46 EX=5017.7 PROP=5017.69 EX=5016.94 PROP=5016.91 EX=5016.2 PROP=5016.14 EX=5015.33 PROP=5015.42 EX=5014.8 PROP=5014.89 CALL UTILITY NOTIFICATION CENTER OF COLORADO o Lo II X w 811 Nnow what's Call botore CALL 2 -BUSINESS BEFORE YOU DIG, GRADE, FOR THE MARKING below. DAYS OF you dig, IN ADVANCE OR EXCAVATE UNDERGROUND 110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR S TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW ,1861_,,y:. PUBLIC WORKS DEPARTMENT OVERLAY PLAN & PROF (SHT 9) 1111 H. STREET M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION• Full Path: DWGS - - - Revised: Designer CLW P.O. BOX 758 SFT-17 GREELE CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ Detailer: CLW :' PHONE: (970) 400-3750 Void: Sheet Number 16 of 45 Y uN Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _- Sheet Subset: Sheet Subset: WCR 12 4 - TELEPHONE PEDESTAL AND GAS METER O DRIVEWAY CD PROTECT CULVERT END 2" MILL CD In MAILBOX AND OVERLAY TELEPHONE PROVIDE 2' WIDE STA: 127+59.32/0.00' PEDESTAL AND N 00°13'03" W EXISTING ASPHALT APRON N=271,816.27 GAS METER AT DRIVE (TYP) 855.85' FENCE E=220,245.65 - ROW WCR 10 r 1r,i ROW ROW ROW ROW ROW ROW ROW , R(� ROW ROW ROW I o O0 EUA EOA EOA ---- _ • 122+0r 123+0� 124+�0 125+00 126+00 127+00 128+00 129+00 X O 130+00 13 + 4 — -t I ► r I I i ► I I I - I I --t , - WCR 37 `._ A EOA .I,,. ROW ROW 0 I-;, \ROWOA ROW,OW ROViitOW ROW ROW ROW ROW -- - ; r''I - ROW ROW MO* MOb MO8 PROVIDE 2" MILL OVERHEAD TELEPHONE WCR 8 {„) AND OVERLAY OF ELECTRIC LINE PEDESTAL l- Q 2 EXISTING ROADWAY AND VAULT KEYMAP NTS NOTES: 1. PROPOSED PROFILE SHOWN FOR REFERENCE ONLY. OVERLAY TO FOLLOW EXISTING 5040 WCR 37 - STA. 121+50 TO 127+59 HORIZ: 1" - 100' VERT: 1" = 10' 5040 CENTERLINE ELEVATION. 2. CROSS SLOPE OF PVI 123+ PVI 125+86.78 PVI s1$: 120+95.00 STA: 7.34 STA: EXISTING PAVEMENT PVI , L: 5014.67 PVI EL: 5014 09 PVI EL: 5012.53 VARIES. CONTRACTOR TO K 126.92 K: 471.43 K: 115.00 ESTABLISH A 2% CROSS 5035 LV ' 65,, LVC: 165.0 LVC: 184.00 5035 SLOPE ON OVERLAY y _ de F am r SURFACE. LOW PT. STA: 125+63.78 LOW PT EL: o as co 1012.87 0o Lo a uo o CO N 5030N�'u'� _EV= 5015. T= 121+77. r_EV= 5014. C= 122+44 pLq LEV= 501 'C= 124+94 r )RIVEWA1Y-WEST .Y -WEST VPT= 126+7q EfLEV= 501 5030 in d' o hi M o U.! II in t N 5025 II J iu 0 5025 w W ?t. 1Y -WEST W )RIVEWI > < ii in H J W 5020 -DRIVEW/ _ __ •-,5020 EXISTING - -' PROPOSED -- - GROUND - --- GRADE � ---- 5015 -175% - - r- 5015 1 .00% ,--A 0 -0.60% Ei- _ - DRIVEWAY -WEST 5010 5010 EX=5014.4 PROP=5014.40 EX=5014.28 PROP=5014.28 EX=5014.1 PROP=5014.12 EX=5013.92 PROP=5013.91 EX=5013.6 PROP=5013.65 EX=5013.35 PROP=5013.35 EX=5013.1 PROP=5013.05 EX=5012.91 PROP=5012.88 EX=5012.9 PROP=5012.93 EX=5013.21 PROP=5013.20 EX=5013.6 PROP=5013.66 EX=5014.12 PROP=5014.16 EX=5014.9 PROP= EX=5015.65 PROP= EX=5016.5 PROP= EX=5017.53 II 0. 6 i O.. r o 8 II Ce X W II a o C a BEFORE CALL FOR THE CALL CENTER 2 -BUSINESS YOU UTILITY MARKING NnowwhaPsbelOUV. DIG, Call OF 81 A beforeyoudig. GRADE, NOTIFICATION COLORADO ,Ct DAYS OF UNDERGROUND IN OR ADVANCE EXCAVATE 122+00 123+00 124+00 125+00 126+00 127+00 128+00 129+00 130+00 MEMBER UTILITIES Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: OVERLAY PLAN & PROF (SHT 10) I Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW _,18c�1_, `= PUBLIC WORKS DEPARTMENT 1111 H. STREET Full Path: M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTIONI DWGSGREELEY, - - _ Revised: Designer CLW SFT-17 P.O. BOX 758 CO. 80632-0758 Drawing File Name: WCR 37 -PLAN & PROF.DWG _ _ - Detailer: CLW ' PHONE: 400-3750 Void: Sheet Number 17 of 45 l - (970) o u N Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: ROW ROW ROW ROW SPEED LIMIT SPEED LIMIT SIGN TO REMAIN STA: 10+04.64 OFFSET: 18.78' L 55 R02-01 VO3 VO3 atop DA EOA EOA ROW ROW EOA BEGIN STRIPING STA: 10+00.00 OFFSET: 0.00' ROW END STRIPING STA: 11+51.61 OFFSET: 57.00' L • STOP STOP SIGN TO REMAIN STA: 11+39.87 R1-1 OFFSET: 39.96' L ROW ROW ROW END STRIPING STA: 11+33.62 OFFSET: 0.00' STOP SIGN TO REMAIN STA: 11+20.56 OFFSET: 17.63' R R1-1 xl xi END STRIPING STA: 11+56• 0O OFFSET: 52.00' R* �P mo I < > ;'1 0 Q 0 w a xi xl 0 END STRIPING STA: 11+75.58 OFFSET: 57.01' L STOP SIGN TO REMAIN STA: 12+05.49 OFFSET: 19.31' L R1-1 ROW ROW ROW WCR 37 ROW RO\ ,r 43+00 SECTION LINE ROW ROW 14+00 ROW ROW ROW BEGIN STRIPING STA: 11+98.00 OFFSET: 0.00' STOP SIGN TO REMAIN Xi STA: 11+89.08 g OFFSET: 35.61 END STRIPING o STA: 11+80.04 * OFFSET: 51.99' R R1-1 ROW ROW SPEED LIMIT SIGN SIGNED AS "45 -MPH" DURING CONSTRUCTION, "55 -MPH" AFTER CONSTRUCTION STA: 13+32.62 OFFSET: 20.17' R SPEED LIMIT 65 • _ R02-01 ROW Y1) ROW ROW ROW Z cn M -o ROW ROW ROW ROW SPEED LIMIT 45 s _ R02-01 p ROW W3 -1A ROW ROW -x-6+00 ROW ROW ROW ROW ROW SECTION LINE ROW ROW Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PR0JECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW 1-7+00 —Oak-- I _ ROW ROW ROW ROW ROW WCR 37 STOP AHEAD SIGN TO REMAIN STA: 18+82.19 OFFSET: 18.74' L ROW ROW ROW _ — — — ,tea. Jr- a. — — rt..% .*mw a a --rya — alekitc- 18+09—-1-9+00 ROB/ - ROW ROW L CHANGE CENTER STRIPING STA: 17+89.92 OFFSET: 0.00' Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW ROW ROW 'NCR 8 W16 -08P ROW ROW ROW ROW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 - ROW ROW ROW -nr ROW ROW L f ROW As Constructed No Revisions: Revised: Void: 0 ROW ROW ROW ROW 1+40- ROW ROW - PROVIDE STRIPING AT EDGE OF ASPHALT 50 t -R_ ROW ROW 100 Feet - WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 1) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 18 of 45 O O 0 O N C/) w J 2 O H aC 2 00 ROW ROW van ROW - - - 4 - - - W t4- - - - SAO, ROW ROW ROW ROW 23+00 ROW ROW ROW ROW ROW ROW ROW ROW ROW $ 1••••F1 ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW -.-..AM6---- �.., --- ---r-_ ROW ROW ROW G0 ROW ROW ROW ROW ROW SECTION LINE 27+ -I- ROW ROW ROW OW ROW ROW ROW — 0Q I • 0 i 28+00 I - ROW ROW ROW ROW R0 ROW ROW 29+00 r r ROW ROW ROW Computer File Information ROW ROW ROW I -& m4 0+00 ROW ROW ROW ROW ..3.}00 ROW ROW WCR37 I ROW PROVIDE STRIPING AT EDGE OF ASPHALT Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW ROW ROW ROW -32-+00 ROW ROW rSECTION LINE ROW ROW ROW ROW 17 ROW ROW 33+00 I ROW WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW i ROW ROW ROW ROW RO+V ROW ROW _3.4+00 As Constructed No Revisions: Revised: Void: i U Q O 0 +� to N Q CO w z_ J U 1-- 2 • H • zt CO Q r z ROW ROW ROW ROW R 0 50 100 Feet WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 2) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 19 of 45 0 O O 0 co UT) w z_ J U ROW ROW ROW ROW 36+0.{L. ROW a Y2 ROVE(in - ROW - _7+00 a air ROW ROW ROW ROW CHANGE CENTER STRIPING STA: 35+72.87 OFFSET: 0.00' ROW Y1 ROW W1 ROW ROW ROW ROW ROW ROW ROW ROW WCR 37 ROW 38+00 ROW ( ROW 00 oore' RO ROW ROW 39+00 ROW ROW ROW SECTION LINE I '7 40+00 ROW ROW ROW ROW ROW ROW ROW IV D 0 o o 1 END STRIPING STA: 41 +14.80 OFFSET: 0.00' Ir-s zO1 m o 41+00 END STRIPING STA: 41+08.37 OFFSET: 11.50' R ROW ROW ROW ROW R • _ uct } re m (9 a U, RO O C O LO F— U) w z Q r w 0 0 ca U7 + r Hl U) w z J U H Q 2 co W C7 Q co W ROW ROW /BEGIN STRIPING STA: 41-F64.80 OFFSET: 0.00' • 42+00 ROW ROW ROW ROW 43+00 I ROW r SECTION LINE ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW ROW ROW 44+00 _ 45+00 _ _ 46+00 BEGIN STRIPING STA: 41+72.37 OFFSET: 11.50' R ROW ROW STOP SIGN TO REMAIN STA: 41+59.74 OFFSET: 25.58' R ROW ROW STOP R1-1 Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW ROW ROW Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW ROW ROW r -p ROW ROW o ► o oa ROW ROW ;';`, ROW 47+00 Z ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT ROW — WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 Z crt m F 1- As Constructed No Revisions: Revised: Void: 0 50 ROW ROW ROW 100 Feet C) O O 00 Q (1) w z_ J Q WCR 12 WCR 10 M 4 U WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 3) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 20 of 45 0 O Lid LU Q I -- W z J U ROW ROW ROW ROW !OW ROW ROW ROW R1-1 STOP SIGN TO REMAIN STA: 55+02.56 OFFSET: 52.40' L ROW ROW -END STRIPING STA: 54+83.02 OFFSET: 0.00' END STRIPING STA: 54+62.02 OFFSET: 11.50' L Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English r SECTION LINE BEGIN STRIPING STA: 55+83.02 OFFSET: 0.00' BEGIN STRIPING STA: 56+04.02 OFFSET: 11.50' L 1/09/25 PROVIDE STRIPING AT EDGE OF ASPHALT Index of Revisions Comments: ADDENDUM #1 REVISIONS Initials: WCR 37 ROW ROW ROW ROW ADDRESS SIGN TO REMAIN STA: 58+42.39 OFFSET: 42.50' L 7W ROW I� ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW r SECTION LINE ROW ROW ROW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 RiW ROW R' INTERSECTION AHEAD AND "WCR 10" SIGN STA: 59+02.63 OFFSET: 19.07' R As Constructed No Revisions: Revised: OW ROW ROW ROW ROW ROW ROW ROW WCR 10 W16 -08P ROW ROW ROW ROW ROW ROW ROW 100 Feet R STO TO E STA: 5E P Lf) Nct c;:e F- W Z J U F - Q WCR 12 WCR 10 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) Y3 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 4) Designer CLW Detailer: CLW Sheet Subset: I Sheet Subset: Project No./Code Sheet Number 21 of 45 ROW ROW ROW ROW ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 1/09/2025 Last Modified Date: 1/09/2025 Initials: CLW Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English 1/09/25 ROW ROW - SECTION LINE Index of Revisions Comments: ADDENDUM #1 REVISIONS END STRIPING STA: 64+09.91 OFFSET: 0.00' Initials: INTERSECTION AHEAD AND "WCR 10" SIGN STA: 69+97.15 OFFSET: 18.67' L -4-SPEED LIMIT SIGN TO REMAIN ct STA: 64+71.54 OFFSET: 104.08' L END STRIPING STA: 64+94.91 OFFSET: 0.00' ROW ROW W2-2 ROW RQW ROW ROW INCR 10 JI W16 -08P --71+04- 7 _ -- 72+00 I I I ROW ROW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 R02-01 ROW ROW r SECTION LINE As Constructed No Revisions: Revised: ROW ROW RO ROW ROW ROW ROW ROW ROW ROW ROW ROW - 100 Feet 0 O O i` co w z_ J I U F- Q WCR 12 WCR 10 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) Y3 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 5) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 22 of 45 O 0 0 d' N- Q H W z_ J O 2 ROW ROW ROW ROW - . ----- A----LA)A---- ROW ROW ROW ROW ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 1/09/2025 Last Modified Date: 1/09/2025 Initials: CLW Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English I- SECTION LINE 1/09/25 ROW ROW ROW ROW "SCHOOL BUS STOP AHEAD" SIGN STA: 76+71.38 OFFSET: 17.97' R ROW ROW r SECTION LINE Index of Revisions Comments: ADDENDUM #1 REVISIONS WCR 37 Initials: WCR 37 ROW ROW -;-e.----.- Ir.---'-^^-I ROW ROW i v r STOP SIGN TO REMAIN STA: 85+19.73 R1-1 OFFSET: 33.57' L ROW ROW ROW ROW END STRIPING STA: 85+02.84 OFFSET: 11.50' L WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: ROW ROW ROW ROW- ROW R ROW ROW RO1 PROVIDE STRIPING AT EDGE OF ASPHALT ROW - ROW BEGIN STRIPING STA: 85+96.45 OFFSET: 11.50' L ROW ROW ROW ROW BEGIN STRIPING STA: 85+88.14 OFFSET: 0.00' 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) Y3 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 6) Designer CLW Detailer: CLW Sheet Subset: I Sheet Subset: Project No./Code Sheet Number 23 of 45 O O M a) C I— z J U OW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW SECTION LINE ROW ROW ROW ROW ROW ROW ROW ROW Th ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW o 9) > 0 D o ▪ > ma Ito Q r iran _ ROW ROW z cn 93+00 rn O T 1 I z en in o - t..: ROW ROW ROW ROW SECTION LINE ROW ROW ROW ROW ROW 1 Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW ROW ROW WCR 37 97+00 ROW ROW ROW 98+00 I ROW ROW ROW ROW ROW 1 �rn -a� ztn1 99+00 OQ =O1 ill f, I _ � t- z im _ —I ri ° - ROW --- RO/ ROW ROW ROW ROW WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT As Constructed No Revisions: Revised: Void: 0 50 ROW ROW I 10 ROW ROW ROW 100 Feet -co _ w Z 16: Q 2 WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 7) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 24 of 45 ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW OW ROW WCR 37 104+00 I I 102+00 I 1 103+00 MOW all a ROW ROW ROW ROW ROW ROW SECTION LINE ROW ROW ROW ROW 1 ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 105 +00 N O o of > z o 106+00 4 mom — OW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 0) 0 ROW ROW I ROW ROW ROW ROW ROW ROW WCR 37 ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW RO) ar z u, I, 108+00 m� 1 z b, 0 ROW ROW ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW 109+00 I -- - SECTION LINE ROW ROW ROW Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW ROW ROW ROW - 112+00 11 ROW ROW ROW WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW ROW ROW ROW ROW ROW RO As Constructed No Revisions: Revised: Void: 0 50 100 Feet O O O O C•04* aC* I- (D - Ill z� J U Q 2 WCR 12 WCR 10 N- C) WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know wham below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 8) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 25 of 45 O O O C") r r MATCHLINE STA: 0W ROW ROW ROW ROW ROW) ROW �= Dy 114+00 & -- p o o D r ROW asp a ROW ROW ROW ROW ROW ROW > I} Z O Z 115+00 - i- - ROW ROW WCR 37 ROW ROW END STRIPING STA: 117+75.76 OFFSET: 62.02' L STOPSTOP SIGN TO REMAIN 'STA: 117+70.07 R1-1 OFFSET: 40.16' L ROW ROW SECTION LINE ROW ROW ROW ROW ROW 116+00 I - 117+00 I ROW ROW ROW ROW ROW END STRIPING STA: 117+54.15 OFFSET: 0.00' o END STRIPING STA: 117+77.69 OFFSET: 62.00' R "NOT A THRU ROAD" SIGN TO REMAIN STA: 117+64.47 OFFSET: 84.46' R N 20.00' A PHALT O BEGIN STRIPING STA: 117+94.77 OFFSET: 62.00' L ROW ROW ROW ROW BEGIN STRIPING STA: 118+24.15 OFFSET: 0.00' O a LU ROW -F C3) 119+00 I ROW ROW STOP SIGN TO REMAIN STA: 118+03.99 OFFSET: 35.13' R R1-1 BEGIN STRIPING STA: 117+96.69 OFFSET: 62.00' R ROW ROW "SCHOOL BUS STOP AHEAD" SIGN STA: 118+78.81 OFFSET: 22.15' R S3-1 r w z� J U� H III 0 0 O Li) C3) r I — co w J U ROW ROW \ROW ROW eGC ROW 120+00 I ROW D 70 Urn to > C '4O O o r O- ROW ROW ROW ROW R W ROW ROW R enc roc WCR 37 r - D Z o 1 121+00 > Zcn En 0 122+00 ROW ROW PROVIDE STRIPING AT EDGE OF ASPHALT Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English ROW et - ROW ROW ROW 123+00 ItEk _ ROW ROW ROW ROW — - .s*"i —c =F-'•. — — •s —t -.-•— — — '_. ROW Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW ROW ROW ROW ROW ROW / 124+00 ROW WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ROW ROV I SECTION LINE ROW ROW 0 As Constructed No Revisions: Revised: Void: ROW 125+00 a 121 50 100 Feet C) C r Q w z_ J H Q WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 9) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 26 of 45 EXISTING "55 MPH" SPEED LIMIT SIGN, SIGN AS "45 -MPH" DURING CONSTRUCTION, "55 -MPH" AFTER CONSTRUCTION APPROXIMATELY 530' NORTH OF CONSTRUCTION LIMITS END STRIPING STA: 127+59.32 OFFSET: 0.00' EOA ROW ROW ROW SPEED LIMIT SIGN TO REMAIN STA: 127+35.71 OFFSET: 19.57' R s SPEED LIMIT 45 R02-01 ROW ROW [CA EGA RO', WCR 37 10 EOA EOA EOA ROW ROW SECTION LINE ROW ROW ROW 0+00 FiriA ROW -1'30+45 ROW EGA. EGA EDA EGA EGA ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW RPW O MOb MO 1 MO8I Mal Moll —I ROW ROW ROW SPEED LIMIT 45 R02-01 ROW ROW ROW ROW ROW ROW 0 50 100 Feet CAL BEFO FOR WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND 6" SOLID WHITE LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 18" SOLID WHITE STOP BAR (THERMOPLASTIC) 4" SOLID YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) 4" DASHED YELLOW LINE, 10' WITH 30' GAP (EPDXY - PERMANENT TEMP -WATERBORNE) 4" SOLID DOUBLE YELLOW LINE (EPDXY - PERMANENT TEMP -WATERBORNE) NOTE: 1. SIGNS SHOWN ON THE PLANS ARE EXISTING AND SHALL BE PROTECTED IN PLACE. CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, L 2 -BUSINESS DAYS IN ADVANCE RE YOU DIG, GRADE, OR EXCAVATE THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SIGN STRIPE.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY As Constructed 1/09/25 • ADDENDUM #1 REVISIONS CLW GOUN-rY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 SIGN -STRIPING PLAN (SHT 10) Designer CLW Detailer: CLW Project No./Code Sheet Subset: I Sheet Subset: SFT-17 Sheet Number 27 of 45 WCR 16 WCR 14 vat WCR 12 M V WCR 10 WCR 8 WCR 16 ta- U WCR 14 HIGHWAY 52 WCR 12 M V NORTH AND SOUTHBOUND WCR 37 DETOUR - PHASE 2 (CYAN AND PURPLE) WCR 6 MATHEWS AVE TATE AVE NORTH AND SOUTHBOUND WCR 37 ALTERNATE ROUTE - PHASE 1 (GREEN AND ORANGE) WCR 4 WCR 10 WCR 37 OVERLAY PROJECT WCR 6 M FlgewsweiwiV ,Y TOWN OF LOCHBUIE 4$ • et • I Y LEGEND WCR 37 NORTHBOUND ALTERNATE ROUTE -PHASE 1 WCR 37 SOUTHBOUND ALTERNATE ROUTE -PHASE 1 WCR 37 NORTHBOUND DETOUR -PHASE 2 Q� WCR 37 SOUTHBOUND DETOUR -PHASE 2 ct`3 /'//�" ,/ WCR 12 1/2 ,Z>z WCR 6 N HIGHWAY 52 TOWN OF HUDSON WCR 10 ft WCR 8 ytt It It WCR 8 veft V cc WCR 6 WCR 4 Computer File Information Creation Date' 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_DETOUR.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW WELD COUNTY 1861 couNtI PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR 37- WCR 8TO HWY 52 DETOUR -ALTERNATE ROUTE PLAN Designer: CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 28 of 45 LEGEND EP WCR 12 dit7h WCR 37 NORTHBOUND ALTERNATE ROUTE -PHASE 1 WCR 37 SOUTHBOUND ALTERNATE ROUTE -PHASE 1 WCR 10 MESSAGE BOARD -DAILY LANE CLOSURES, EXPECT DELAYS WCR 8 M N HIGHWAY 52 SOUTHBOUND WCR 37 ALTERNATE ROUTE (ORANGE) WCR 12 K en MESSAGE BOARD -DAILY LANE CLOSURES, EXPECT DELAYS MA THEWS AVE WCR 6 TATE AVE WCR 4 WCR 37 OVERLAY PHASE 1 �� WCR 6 1 MESSAGE BOARD -DAILY LANE CLOSURES, EXPECT DELAYS TOWN OF LOCHBUIE WCR 10 MESSAGE BOARD -DAILY LANE CLOSURES, EXPECT DELAYS 44- WCR 12^ NORTHBOUND WCR 37 ALTERNATE ROUTE (GREEN) WCR 6 7 TOWN OF HUDSON WCR 10 HIGHWAY 52 WCR 10 I WCR8 WCR 6 Project No./Code Computer File Information Creation Date' 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_DETOUR.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: Initials: ADDENDUM #1 REVISIONS CLW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR 37- WCR 8TO HWY 52 PHASE 1 - ALTERNATE ROUTE PLAN Designer: CLW Detailer: CLW i SFT-17 Sheet Subset: I Sheet Subset: Sheet Number 29 of 45 MESSAGE BOARD -SOUTHBOUND WCR 37 USE WCR 41 DETOUR AHEAD WCR 12 MATHEWS AVE WCR 8 WCR 6 TATE AVE DETOUR M4 -9S WCR 37 OVERLAY PHASE 2 M4 -9R M V M' f _ END DETOUR M4 -8A MESSAGE BOARD -NORTHBOUND WCR 37 USE WCR 8 TO WCR 41 DETOUR AHEAD LEGEND WCR 37 NORTHBOUND DETOUR -PHASE 2 WCR 37 SOUTHBOUND DETOUR -PHASE 2 HIGHWAY 52 SOUTHBOUND WCR 37 DETOUR (PURPLE) WCR 12 ROAD CLOSED TO THRU TRAFFIC R11-04 DETOUR M4 -9R WCR 12 iii rii iiiiyr/ (A 7-- /7/ /1 (//, rA M4-9L a, M CC WCR 6 WCR 8 DETOUR M4 -9L NORTHBOUND WCR 37 DETOUR (CYAN) DETOUR M4 -9L i DETOUR M4 -9L WCR 6 MESSAGE BOARD -SOUTHBOUND WCR 37 USE WCR 41 DETOUR AHEAD WCR 12 1/2 WCR 12 M o� Ot PCB 1c° �O A Q As\co st zj7,7 i� 777-,/ %! / HIGHWAY 52 WCR 10 TOWN OF HUDSON N WCR 10 WCR 8 It It VCR 8 Computer File Information Creation Date' 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_DETOUR.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: 1/09/25 ADDENDUM #1 REVISIONS CLW WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 IAs Constructed No Revisions: Revised: Void: WCR 37- WCR 8TO HWY 52 PHASE 2 - DETOUR PLAN Designer: CLW Detailer: CLW Project No./Code i SFT-17 Sheet Subset: I Sheet Subset: Sheet Number 30 of 45 STORMWATER MANAGEMENT PLAN (SWMP) TEMPLATE LESS THAN 1 ACRE OF DISTURBANCE (6/20/2024) 1. Site Description The Contractor shall comply with all CDOT contractual requirements, and all requirements associated with the CDPS-SCP on this project. The SWMP Administrator for Construction shall update the SWMP plans to reflect current project site conditions. A. Project Site Location: Location or address of construction office: The project location is WCR 37, in Weld County, Colorado. The southern limit of the project is approximately 100 -ft south of WCR 8. The project ends 1000 -ft north of WCR 12 (south of Hwy 52). B. Project Site Description: The project site consists of WCR 37 roadway, within the current Weld County ROW. WCR 37 is an asphalt paved roadway with gravel shoulders. The proposed construction project will consist of a 2" mill of the existing asphalt, followed by a 2"+/- asphalt overlay. The existing width and limits of the roadway will be maintained. This project is being put forth as a maintenance type project since the existing asphalt roadway base will not be disturbed, causing a concern for erosion. The overlay is needed in this area, because it is intended to be used as a detour route for a larger roadway project being done by Weld County in the area. There are no utility relocations or storm drainage improvements designated with this project. C. Proposed Schedule for Sequence for Major Construction Activities: • Install initial erosion control items along WCR 37 as shown on SWMP plan (contractor may adjust erosion control items as required) • Mill asphalt along sections of WCR 37 (contractor may phase milling to keep road open with traffic control/flagging) • Repair soft spots in existing roadway as needed to prepare for final overlay • Provide temporary striping on milled road as needed • Overlay existing roadway and establish aggregate base course (ABC) shouldering • Provide permanent striping • Seed any areas outside of roadway limits that were disturbed during the mill and overlay process • Remove initial erosion control items once site has been stabilized D. Acres of Disturbance: 1. Total area of construction site (LOC SITE AREA): 20.30 acres 2. Total area of proposed disturbance (LDA): 7.99 acres (includes mill and overlay area of roadway - less than 1 -acre of disturbance anticipated outside of roadway limits) 3. Total area of seeding: 0.5 acres 4. Total area of pre -project impervious surface: 305,645 sq. ft. 5. Total area of final impervious surface: 323,356 sq. ft. E. Existing Soil Data: Soil types for the project area have been determined using the NRCS Soil Survey Website. The site is listed as hydrological Type A, designated as Valent Sand and Vona Loamy Sand with slopes ranging from 0% to 9%. The soil erosivity K -Factor ranges from 0.02 to 0.24 for the site. Data Source(s): Natural Resources Conservation Soil Survey website. 2. Stormwater Management Controls for First Construction Activities The Contractor shall perform the following A. Potential Pollutants Sources: Refer to Potential Pollutant Sources in SWMP Section 4A. The SWMP Administrator for Construction shall prepare a list of all potential pollutants and their locations in accordance with subsection 107.25. B. Offsite Drainage Run on Water): Place Control Measures to address run-on water in accordance with subsection 208.03. C. Vehicle Tracking Control: Control Measures shall be implemented in accordance with subsection 208.04. Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: D. Perimeter Control: Perimeter control shall be established as the first item on the SWMP to prevent the potential for pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to state waters. With subsection Perimeter control may consist of berms, silt fence, erosion logs, existing landforms, or other Control Measures as approved. 3. Qualified Stormwater Managers: A. SWMP Administrator for Design: CDOT Certified Individual responsible for developing SWMP Plan Sheets and SWMP Site Maps during the design phase. Name/Title Contact Information [phone & email] Certification # Cade Wright / Design Engineer (970) 400-3739, cwright@weld.gov 22COA70C B. SWMP Administrator for Construction: (As defined in Section 208) The Contractor shall designate a SWMP Administrator for Construction. The SWMP Administrator for Construction shall become the operator for the SWMP plans (a SWMP notebook will not be required for this project) and assume responsibility for all design changes to the SWMP implementation and maintenance, the SWMP shall remain the property of Weld County. The SWMP Administrator for Construction shall be responsible for implementing, maintaining, and revising SWMP plans. Name/Title Contact Information Certification # Certification Expiration Date Start Date (phone & email) C. Permanent Stabilization Subject Matter Expert: This qualified individual will be a Weld County Staff member. This expert is a project team leader responsible for ensuring project adherence to requirements of the Weld County revisions to Sections 207 and 212 of the specifications as follows and will be available for questions regarding permanent stabilization requirements. 1. Review the Topsoil Management Plan and the Permanent Stabilization Site Maps. 2. Attend the Contractor Pre -Construction Conference. 3. Review and recommend approval of products. 4. Attend the Partial Landscape Completion Walkthrough. 5. Attend the Final Landscape Completion Walkthrough. Name/Title Contact Information [phone & email] Lyndsay Holbrook / County Stormwater Inspector (970) 400-3788, lolbrook@weld.gov 4. During Construction Responsibilities of the SWMP Administrator for Construction: Considered a "living document", the SWMP plan is continuously reviewed and modified throughout the construction phases. During construction, the SWMP Administrator for Construction shall have full responsibility to maintain and update the SWMP plans in accordance with subsection 208.03(c). No SWMP notebook will be required. During construction, indicate how items that were not addressed during design are being handled in construction. If items are covered in other sections of the SWMP, indicate below what section the discussion takes place. A. Materials Handling and Spill Prevention and Response Plan: Prior to commencing Construction Activities Associated with Water Quality, the Contractor shall submit a Spill Response Plan. Materials handling and Spill Response Plan shall be in accordance with subsection 208.06. B. Stockpile Management: Shall be done in accordance with subsections 107.25 and 208.07. C. Concrete Washout: Concrete and masonry washout water or waste from field laboratories and paving equipment shall be contained in accordance with subsection 208.05. D. Saw Cutting: Shall be done in accordance with subsections 107.25, 208.02, 208.04, 208.05. WELD COUNTY As Constructed 1/09/25 ADDENDUM #1 REVISIONS CLW GOUNYY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (70) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 SWMP NOTES (SHT 1) Designer CLW Detailer: CLW p Project No./Code i SFT-17 Sheet Subset: I Sheet Subset: Sheet Number 31 of 45 E. Soil Amendment Requirements: Minimum amendment material requirements for all disturbances to receive E. Street Sweeping: Shall be done in accordance with subsection 208.04. seeding. 0.25 Total Acres of Seeding (Native) Drill (Pay Item 212-00706) 5. Control Measure Maintenance Pay Item Description Amount/ Acre Units Total For This Maintenance shall be in accordance with subsection 208.04(f). Method 6. Temporary, Permanent Stabilization and Long -Term Stormwater Management 212-00702 Biotic (Hydraulically Soil Amendments Applied) 4,500 lb/acre Pounds 1,125 The accordance Contractor with shall subsection comply with 208.04(e). all temporary stabilization and permanent stabilization requirements in 0.25 Total Acres of Seeding (Native) Broadcast (Pay Item 212-00708) A. Seeding Plan: Pay Item Description Amount/ Units Total For This The following seed mix(es) and rates are for drill seeding method as shown on the Permanent Stabilization Site Acre Method Maps shall be used: 212-00702 Organic Fertilizer 50 lb/acre Pounds 12.5 Common Name Botanical Name Lb. PLS per acre F. Reseeding Operations/Corrective Stabilization: Western Wheatgrass Arriba. Barton, Rosana 2.50 Blue Grama Hachital, Lovington 1.50 Prior to stormwater construction be work partial by the acceptance. SWMP for Construction Control Sideoats Grama Vaughn, Butte, Niner, El Reno, Haskell 2.25 1. All Inspector seeded for areas shall bare soils reviewed caused by surface or wind Administrator erosion. Bare areas caused and by surface or Erosion or gully erosion, Smooth Bromc Lincoln, Manchar 2.00 blown away mulch, etc. shall be re -graded, seeded, and have the designated mulching applied as Sand Dropseed 0.25 necessary, at no additional cost to the project. Perennial Ryegrass Calibra or Garibaldi tetraploid 0.75 2. The Contractor shall maintain seeding/mulch/tackifier, mow to control weeds or apply herbicide to control Slender Wheatgrass Pryor, Revenue or San Luis 2.50 weeds in the seeded areas, at no additional cost to the project. Alkaligrass Fults TT, Salt on Sea 1.25 7. Prior to Project Final Acceptance Switchgrass Nebraska 28, Blackwell 1.00 WB-Cedar Wheat (Hard Red Winter, WestBred) 10.00 A. When directed by the Engineer, removal and disposal of temporary control measures shall be included in the Total 24.00 cost of work. B. Seeding Application Method: B. At the end of the project, all ditch checks shall consist of temporary erosion logs (sediment control logs) or The the shown C. during Mulching following project • • • on construction. In Drill to Soil vegetative the small seeding is a seed 0.50 compaction Application: SWMP -inches mill areas 0.25 and cover. maps. Contractor methods overlay to not into 0.5 shall accessible It -inches the is soil be shall of the to an minimized be contractor's establish into to per existing the used the a drill, Weld soil. for vegetation for roadway, areas responsibility hand County areas broadcast disturbed where no to revision designated pre permanent to -construction by provide or hydroseed to Section the areas contractor seeding 212. stabilization conditions. of at soil in double during disturbance areas will the be construction. that rate achieved have were and disturbed rake been through Since 0.25 equivalent. C. All 04002 D. Refer acceptance storm Clean to drains the shall Culvert. Weld of water County be quality cleaned version work. prior to to Section the Final 208.10 Acceptance for Items to of be the project. completed If required, prior to requesting include work partial in 202 - D. Apply and mulch Prior tons mulch Special in to a of accordance tackifier. tackifier minimum winter mulching Requirements: shutdown (weed in of 2 with accordance tons/ac Section or free) the per of certified 213, summer acre, with Sections and seeding mechanically weed mechanically 208 window free and hay 213. crimp closure: crimped or 2 1/2 it into into tons/ac Uncompleted the the topsoil soil of certified in in combination slopes combination weed shall be free with with mulched straw an organic an organic per acre with 2 1. 2. 3. showing four temporary Soil mulched Department. Complete The amendments, working Contractor how with stabilization permanent implementation days permanent shall seedbed of submit placing stabilization methods stabilization of preparation, a the proposed SWMP topsoil in accordance mulching Permanent mulch and on Permanent permanent the within within de with Stabilization -compacted 24 four Stabilization subsection hours working stabilization of Plans civil days, 208.04(e) hydraulic Phasing subgrades. will mulching the application Plan minimize Contractor at no shall If to damage additional the placed Engineer be accomplished shall of native to topsoil complete cost seeded seed. for is to approval not the areas. within ,I Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW x,1861_,, = PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 2) 1 1111 H. STREET / - MAPROJECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - Revised: Designer CLW SFT-17 C� 1 P.O. BOX 758 1�1 ` =`I GRE 80632-0758 Drawing File Name: WCR 37_SWMP.DWG _ - - - Detailer: CLW ' ,1 J U PHONE: 400-3750 ONE:' (970) Void: Sheet Number 32 of 45 1-Y our` FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: 8. Narratives Control Measure Matrixes During Construction: 1. Control Control Standard maintenance 2. The 3. A Pre Structural "B" SWMP -Construction Control in measure Measure the Control Administrator "Initial Measures requirements narratives not Measure Conference Activities" included that for have Specification of Construction may in the column with been the control be the SWMP indicates Regional potentially included and shall is measure. proposed Narrative. place for that Water used the the The an on and "X" control Pollution CDOT The the appropriate in project approved Narrative the Standard measure Control column shall "X" for Specifications by shall Manager. erosion shall the "In include Use be Engineer, also installed and drawings, be On Site" sediment and added Standard the when before SWMP dimensions, to control; Administrator the the construction implementation control Plan practices installation M-208 measure activities for may and Construction information, include, M-216 phase(s). has associated along been installed. but shall: are with materials, with any Place not water limited non-standard implementation an quality "X" to in the commence. following: the control column processes, measures "M-208 control Locations Standard approved measure and quantities or during `X' -specific for will the Non be design -Standard" inspection discussed process. and expectations, during If a complete the Non Environmental -Standard a and Non - Application, Control measure Narrative M- 208 Standard or "X" For Non- Standard In on Use Site Initial Activities Interim Activities Permanent Stabilization Protection of Existing Trees/Landscaping Fence (plastic) Fence traffic prior to (plastic) and start sediment of shall construction be for used the in protection activities areas indicated associated of sensitive in with the habitat, plans water to mature quality. prevent trees encroachment and/or existing of construction landscaping B or X X Check Dam/Ditch Check Erosion log (sediment control log), silt berm, silt dike, rock check dam Placed ditch. in For ditches existing immediately ditches, place upon completion prior to start of construction of ditch grading activities to reduce velocity associated with of runoff water in quality. the M-208 X X Culvert Inlet/Outlet Protection Erosion logs (sediment control logs), aggregate bags Placed occurring prior to at the mouth adjacent start of of construction culvert to pipe inlets to prevent and activities over sediment associated top of culvert laden with water at water inlet from quality. and entering outlet where pipe or disturbance drainage. Place may be M-208 B or X X X Stockpile Protection Temporary berm, erosion logs (sediment control logs), aggregate bags* Placed around Place prior within stockpile. to specified start *Aggregate of stockpiling, distance, bags in accordance are increase easily control moved with as the subsection and stockpile replaced 208.06, increases from for access size. toe during to contain the sediment workday. M-208 X Toe of Fill Protection Erosion logs (sediment control logs), temporary berm, silt fence, topsoil windrow* Place areas. prior *Can to slope/embankment be used to stockpile work topsoil to for capture salvage. sediment and protect and delineate undisturbed M-208 X X Perimeter Control Erosion logs (sediment control logs), silt fence, temporary berms Placed run-on water prior to construction from off site, and activities to divert associated around disturbed with water areas. quality commencing to address potential M-208 B or X X Slope Control Silt fence, erosion logs (sediment control logs) Placed start of on construction the contour activities of a slope to contain associated with and water slow quality. down construction runoff. Place prior to the M-208 X X Temporary Sediment Trap Used to near the to the start capture surface of sediment construction may be installed laden activities runoff associated when from discharging disturbed with water from areas quality. basins < 5 acres and Outlets impoundments. during that construction. withdraw Place water from prior or M-208 X X Application, Control measure Narrative M- 208 Standard "X" For Non- Standard or In Use on Site Initial Activities Interim Activities Permanent Stabilization Concrete Washout In -ground or fabricated Construction equipment cleaning. control, used Place for waste prior to management the start of concrete of concrete/masonry and masonry activities. and concrete/masonry M-208 X X Vehicle Tracking Pad Vehicle sediment quality. tracking exiting pads the LOC. shall Place be used prior at all to the vehicle start and equipment of construction exit activities points associated from the site with to prevent water M-208 B or X X Engineered Sediment Basin capture using installed Constructed an storm approved when early flow. discharging in the non-standard Outlet project, structure from basins prior detail. and/or to and storm Outlets impoundments, outfall sewer/ditches that shall withdraw be modified unless and water in infeasible accordance for from temporary or with near sediment the 208.05(q) surface control shall to be X X Other ,I Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW lsc�l_`= PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 3) 1111 H. STREET M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - - - Revised: Designer: CLW SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37_SWMP.DWG _ _ _ Detailer: CLW ' PHONE: (970) 400-3750 Void: Sheet Number 33 of 45 Y ° U r` Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: Non Erosion staging. -Structural control Control Control devices are Measure Measures used locations to limit that are indicated may the amount be potentially on of the soil SWMP used loss on Site on site. the Sediment Ma.. project for control erosion devices and sediment are designed control; to capture practices may sediment include, on the but project are not site. limited Construction to: controls are control measures related to construction access and Application, Control measure Narrative M- 208 for Non Standard -Standard Or "X" In Use on Site Initial Activities Interim Activities Permanent Stabilization Vegetative Buffer Strip identified immediately Finishing sediment disturbance ROW construction water control buffers. or quality temporary measures component -laden on area. SWMP activities adjacent starting. runoff Area easement must for prior from associated Upgradient filtering within be to to installed vegetative to CDOT be with X X X Grading Applications (Landform) Existing used prevent leaving landform concentrated point erosion. SWMP associated as shall prior or a sediment the Area directs created control be disturbance to with protected to construction flow outfall water be landforms measure from identified of point, quality entering area. water to if they the prevent activities may starting. If to on or a outfall a be M-208 X x Straw or Hay Mulch/Mulch Tackifier To Temporary placed control Stabilization work approved be installed is as and temporarily or a surface or as by Permanent seeding as the a surface Temporary Engineer halted cover establishment. Stabilization cover and for erosion as when X X Spray -On Mulch Blanket (Not to be used in areas of concentrated flows, i.e. ditch lines.) To Temporary placed control cover and be as installed as and when approved a or surface or work Permanent seeding as temporary is temporarily by cover the establishment. Stabilization Engineer for surface erosion halted X x Seeding Permanent (Native Perennial) Permanent and to reduce erosion on Stabilization disturbed runoff of disturbance and control areas. X Sweeping Source sediment and the of Kick the to LOC. construction brooms control, prevent tracked Sweep shall used sediment daily onto not shift to and be remove paved as from permitted. at needed. the surfaces leaving end x x x Other ,I Computer File Information Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW �''�.lsc�l_ '= PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 4) 1 1111 H. STREET M:\PROJECTS_ DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION Full Path: DWGS - I- - - Revised: Designer CLW SFT-17 C� 1 P.O. BOX 758 r 1/1 ` GRE 80632-0758 Drawing File Name: WCR 37_SWMP.DWG _ - - Detailer: CLW ' ,l J `� U ONE:' 97 PHONE: {970) 400-3750 Void: Sheet Number 34 of 45 Y sou n Y FAX: ( 70) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: 9. Tabulation of Stormwater Quantities A. Control Sediment maintenance Measure (Equipment) shall sediment be and included removal 208 Removal in the and cost disposal and of Disposal the shall control be of paid Sediment measure. for as: (Labor). 208 Removal All other and control Disposal measure of PSP Spec. Pay Item Description Pay Unit Initial Const. Interim Const. Permanent Stabilization *Total Quantity 202-04002 Clean Culvert Each 208-00002 Erosion Log Type 1 (12 inch) LF 208-00103 Removal Sediment and (Labor) Disposal of Hour 208-00105 Removal Sediment and (Equipment) Disposal of Hour 208-00106 Sweeping (Sediment Removal) Hour 208-00107 Removal of Trash Hour 208-00207 Erosion (ECM) Control Management Day 212-00700 Organic Fertilizer Pounds 212-00702 Biotic Applied) Soil Amendments (Hydraulic Pounds 212-00706 Seeding (Native) Drill Acre 212-00708 Seeding (Native) Broadcast Acre 213-00004 Mulching (Weed Free Straw) Acre 700-70380 Force Account Erosion Control FA 10. *It Maps useful and be Payment **Pay the Biological is anticipated have adjusted control shall service Item shall been be 208-00071 measure required life, according Impacts increased be that see for in additional subsections the is on included the to actual and the for the field. unforeseen Dewatering control project conditions work for The 208.03 anticipated use for completed measures unforeseen and conditions encountered of the 208.04. maintenance material and and conditions Quantities and control in material shall normal the field measure for used. of be and control directed all as vehicle replacement directed control quantities measure tracking and measures and approved not of life approved pads items expectancy. shown shown based by that on the by above on the are the Engineer. the Quantities SWMP beyond are Engineer. service Site estimated their life shall of A. Environmental Impacts: 1. 2. 3. 11. Notes Wetland Stream Threatened Impacts: Impacts: and No Endangered No Species: No 11 Computer File Information DWGS - - - Index of Revisions As Constructed Project No./Code I WELD COUNTY WCR 37 - WCR 8 TD HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW y,1861 PUBLIC WORKS DEPARTMENT SWMP NOTES (SHT 5) = 1111 H. STREET C 1 P.O. Full Path: M:\PROJECTS_DESIGNIWCR 37 BTWN WCR 8 AND HWY 521PRODUCTION � . I Drawing File Name: WCR 37_SWMP.DWG _ _ _ Detailer: CLW ' 4 �, v `I VI PHONE: {970) 400-3750 Void: Sheet Number 35 of 45 ¶ o u n Y FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ _ Sheet Subset: Sheet Subset: ROW OW ROW ROV0 =SOSO - - RtiMA RO U VO3 VO3 4+nn 5015---- 5016 - - 5017 -U VO3 VO3 -r EOA a EOA £0A 5017 — — -5016— ROW ROW 7 ROW kOW ---5015 a .111 — r LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION 0 s7 rn 00 > i U a 0 ►I f1 j1 0 — -5016-° all as a CLEAN CULVERTS (AS NEEDED) *ow o - -m--- Row _ _ _- - 5017 5017 - - - - - - _ = 5017-= _. �017�. --- --- -3-+00 I WCR 37 .--- �rtIOM� ROW (i!V-m-14111W-m-i- 5016-__----- - -- - �- -- -_. 5015.- 5018 14+00 I ------------------ 5018 -BR(OW s RIS f OW - RSW-R@W �i9Ml 5019 i - Rows Riewas--iRew - .rte -- poop: Far` --t Rew rtt0v: SOwahlevs - 0---mRew� -W OWalit0# R -iReW OM�1 Riew� 5018 WJ - A ---:i---_Y Q�= �-��� fir-HYAam - -r-p. A- -n. . 00. — ri Nn� 18+90- ------------------------------5017- -5018------------------------------- ------- I — _ — C f•Ro s � 0 _ — �ROw 1$ —a ROWS R 501 I -CAS -21+48- I I r.r?,_A Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY 1861_ GOUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: 0 50 100 Feet O O LC) Ln O O N N F Cl) W Z J U WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 1) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 36 of 45 MATCHL1NE STA: 22+00.00 RO W m-FWM -m-F . ROwi ROVisaR9 (l�M - SOW- 410WE - (LV - 01R €001-ERO+Mr,-I=1111=rtt04M 602' 23 !1 21Pt10 `r — 4I - to wnn 5020 5021 fMO1M� RV -'- 5022 25+00 WCR 37 -5023- vL I �Fto flowaR0 'In -1 v1,7r v -ti I -- r— .-� -- .�- — r�tiY •/ r--l'- - - 9M_ _ _-_NR1 - ROB -- l0 JJ _ a=�rns*i�=R9W aR at 7 -- W=TM. -- — LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION • v NW y e — R RewNReM EXISTING IRRIGATION LINE CLEAN CULVERTS (AS NEEDED) O O O f CO I— (/) w z J 0 1— C poisidiaia.RewROW is — w ROW- 5023- RfinimaRiAW NR @g NRoMr Ovw - Mflaht _ -5024 5025 a Inv -- _________ KiermR@Mv-sMo r Rye 2 - 5024. - ---� ----5023----- -Rent----RO%Mm-F141 — a=cC10402,—Re EIROS*0 LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION -1� OVM— _SOW -INRO+wi riot: —m Row t- z_ R 0 50 100 Feet Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what's below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 2) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 37 of 45 0 O 0 0 co cc C/) L1.1 z J I O 0 0 I� + r Ncr Q H C/) w z -J I U H Q 2 -5027- --- 028- — - - .� ' —5vn1 Wne'I LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION auI- - — per - CLEAN CULVERTS (AS NEEDED) CIP ROW -220W _ EXIST NG IRRIGATION LINE - 5029 -- 50 0 Tat-; ?7: S — - -5029- �RO+M i9M� ( — 110W ROW INOReliV — .. Dlf�� Ro1NfaneW isemin SOWS RewR - oK)v.aNOVw - oistei�rttcm ago* FieM — ROW sPOMI a Row vn I ktti 1 lff11 Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English --------------- „ ✓--- 5025 1 /09/25 Index of Revisions Comments: ADDENDUM #1 REVISIONS Initials: WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 LIMITS OF DISTURBANCE As Constructed No Revisions: Revised: 0 O 0 r d- F - Co Liu z_ —J U I— Q O O O O CO, d' H C/) w z_ J I U cQ 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF LDA DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 3) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 38 of 45 0 0 LU Lin Q I -- (I) W z J I U 2 - --5031- - - - 5029 LIMITS OF DISTURBANCE =ROW --+ OMIT *Ow—ImENNfKWO - R cs LIMITS OF CONSTRUCTION RA 6�M� necow O+iM — _ ` y — — — R- R*M 5 8 - - -5037- - 5032 EXISTING IRRIGATION LINE OMB T� RSW CLEAN CULVERTS (AS NEEDED) • R@1Nn RAW a - a -m- f FMO1MRe rttO+1tm- SOAP is- RO-mROMV OW Computer File Information Creation Date: 1/09/2025 Last Modified Date: 1/09/2025 Initials: CLW Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English 1/09/25 Index of Revisions Comments: ADDENDUM #1 REVISIONS Initials: LIMITS OF CONSTRUCTION WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: CLEAN CULVERTS (AS NEEDED) 9w em- r--- 0 O 0 Q I — Co L LI z I U F- Q 2 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 4) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 39 of 45 ...... ni-st --- o28-`- _-- -- ---, -- _`- w -- - -= -5026- -------5025 5026--------------- -5027- p v: �ROMh �:; -�-�- �� F�01f� R9W�-�9+W �--f fIOM`� �OYM�-��W rtt •5023---------- - - - - -5024 5025• - 5026- - - -N1197z Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English 1/09/25 Index of Revisions Comments: ADDENDUM #1 REVISIONS -----5026 Initials: WCR 37 WCR 37 65+00 --5UZzs- LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION VLIi ---- - LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 ---CM ArFife nA _ LnA As Constructed No Revisions: Revised: Void: 2 -- 5021 CLEAN CULVERTS (AS NEEDED) - --- `- _ ;:;R(Iff 100 Feet 0' O 0 N- Q H W Z J U F - Q 2 WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Call betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR 37 - WCR 8 TO HWY 52 SWMP PLAN (SHT 5) Designer Detailer: Sheet Subset: CLW CLW Sheet Subset: Project No./Code Sheet Number 40 of 45 5036 -747 5038-5037 Computer File Information Creation Date: 1/09/2025 Last Modified Date: 1/09/2025 Initials: CLW Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English 1/09/25 LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION Index of Revisions Comments: ADDENDUM #1 REVISIONS Initials: `Rek• RO:N. - R41- 1i yy -�- iRO'. ROUO—mom W `~-`3rQ40--� 5039 5038 -- _ WCR 37 CLEAN CULVERTS (AS NEEDED) WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION 100 Feet 0 0 0 0 co Q H w z_ U Q 2 WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 6) Designer CLW Detailer: CLW Sheet Subset: I Sheet Subset: Project No./Code Sheet Number 41 of 45 WCR 12 O O 110— 0OWn - OtiM�� •O* -SRO R9 ■ --- aim �! now •s G• • - -4-- L.- - •--a- aaoI _I?Nt' 7 — / W R ••••."' - ROW- --- ROWI�RAMI - 5011= ::5012:-._ r• — r - o6#l►-i.- ow mRcpw - rl - .✓ .=---5014-- 5015 - 4------- -- ._Wm-e-a0,01001-2=-9Rnr4ili *OW -S11-11,010 mvfikOAs-n4j--ROWsrr-g-;R-- :°4-1,434: __- �- �^ _n ••••". — ..•••••••— — r 92+00 I -5014. 5013L X5012= = = = 5011- __ _. F�rw•�--Rpm m- .4AwIa �i i ••mot Flow - — -R� wROMNO LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION ■ 5010 5009 - -- 5008- -- - O O) r r S It �- w�� `Rey w ��o�Q11r�-lam �5a16` 511 a�8 + - -! Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW WCR 3 eno. _ -1,11;j1 4i€V��� R+AW•l9MV- LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: lam l` Soar. 0 Rows JI — :4 / Aisaasew. 50 100 Feet 0 O O O O I p WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF LDA DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG J (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO Know what's below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 7) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 42 of 45 -rR WNC1�N ��+r—sore 5 ___ -'� - - 5021-_ --:5022 scowl t_ ea- -5023------ -rROW-sRW ��rrf{ - --- RO �--_-� __- -.- r _ _ __----------!'--- 106+00 I o� rROWF- R'ew� s—�.., Rew�--�Re LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION --------- ----- - ___5020__ 5 21 - - - _ 5022 - ae�� .- - - - • • -a -----/� piW�- �IiOMf-SRO = 4 I Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English 109+00 I-- _ 4 -" ':fA,f . 9 * 7 ELA 110+00 an OW Rent Index of Revisions Date: 1/09/25 Comments: ADDENDUM #1 REVISIONS Initials: CLW 111+00 VY� r r RQw� 117+00 I 502 - - - :�.- — - ��- ae — — �►=s- �` — a -saw � - - — — _: _ -- - _ - - a R9MM-t. - - - - 1-_„„ Rows -- ROWW� 4 VIFamfiioN■f'' - rM p�g�-�-r R9w t�� LIMITS OF A DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY 1861_ PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: Void: 0 50 100 Feet r WCR 12 WCR 10 WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 8) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code SFT-17 Sheet Number 43 of 45 Creation Date: 120+00 Computer File Information 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English 1/09/25 LIMITS OF CONSTRUCTION Index of Revisions Comments: ADDENDUM #1 REVISIONS Initials: 116+00 WCR 37 W C R 37 123+00 -5012=5011- w = LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 As Constructed No Revisions: Revised: 100 Feet WCR 12 WCR 10 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF DISTURBANCE (WCR 41) EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know what§ below. Cali betote you dig, CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES WCR37-WCR8TOHWY52 SWMP PLAN (SHT 9) Designer CLW Detailer: CLW Sheet Subset: Sheet Subset: Project No./Code Sheet Number 44 of 45 WCR 12 WCR 10 0 0 O 0 co - EOG N 1 OEM W _ — ROW -VCFI IFO-K =P _+r_' `— — EOA ROW 128+0 I -i _ 1 _, - EOA 5013• - - ROW 5014`W- 5015 ROW -.ROW OA EOA WCR 37 I ROW RO ROW ROW _ _ . 301st � -- ROW ••- - 1--L - - - - EOA EOA - - -E0A EOA EOA _ ECFA 129+00 I LIMITS OF DISTURBANCE LIMITS OF CONSTRUCTION 62 276. EOA A N °76 EOA -EO.A cc MO2J EC)* _ EOA 5016 + CO- — to— MO8 MO8 MO8 — —i 30*45 ROW MO8 MO8 —I W ROW ROW ROW ROW ROW ROW ROW ROW ROW ROW 0 50 100 Feet CAL BEFO FOR WCR 8 KEYMAP NTS LEGEND LIMITS OF CONSTRUCTION LIMITS OF LDA - DISTURBANCE (WCR 41) @L4 EROSION LOG (CHANNEL BOTTOM) EROSION LOG (CULVERT INLET) EROSION LOG (CULVERT OUTLET) SEEDING & MULCHING (PROVIDE IN AREAS OF DISTURBANCE AS REQUIRED) CALL UTILITY NOTIFICATION CENTER OF COLORADO know whatts below. Cali Mote you dig, L 2 -BUSINESS DAYS IN ADVANCE RE YOU DIG, GRADE, OR EXCAVATE THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 1/09/2025 Initials: CLW Last Modified Date: 1/09/2025 Initials: CLW Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS Drawing File Name: WCR 37_SWMP.DWG AutoCAD Version: 2023 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: WELD COUNTY As Constructed 1/09/25 • ADDENDUM #1 REVISIONS CLW 1861 ; GOUNYY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 400-3750 FAX: (970) 304-6497 No Revisions: Revised: Void: WCR37-WCR8TOHWY52 SWMP PLAN (SHT 10) Designer CLW Detailer: CLW Project No./Code Sheet Subset: I Sheet Subset: SFT-17 Sheet Number 45 of 45 SURVEY CONTROL WCR 37-8 TO HWY 52 POINT NO. ELEV (ft) (NAVD88) PROJECT COORDINATES DESCRIPTION NORTHING EASTING 5 266985.08 220281.04 5039.92 2.5" ALUM. CAP STAMPED WELD COUNTY CONTROL POINT 37-10.25 113 270837.10 220246.99 5018.95 NW COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1993) IN MON. BOX 114 269505.28 220280.46 5021.14 N 1/16 COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1993) IN MON. BOX 115 260225.22 220366.55 5017.75 SW COR. S18-T1N-R65W 2 1/2" ALUM. CAP LS#28656 (1994) IN MON. BOX 116 262867.54 220350.69 5029.38 W 1/4 COR. 518-T1N-R65W 3 1/4" ALUM. CAP LS#27269 (2001) IN MON. BOX 117 265508.94 220334.05 5028.14 SW COR. S7-T1N-R65W 2" ALUM. CAP LS#25937 (1996) IN MON. BOX 118 266841.34 220324.27 5037.15 S 1/16 COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1997) IN MON. BOX 119 262867.93 220380.57 5028.37 W 1/4 COR. S18 -T1 N-R65W 3 1/4" ALUM. CAP LS#10855 (2000) 30' W.C. 120 268173.75 220314.46 5014.60 W 1/4 COR. S7 -T1 N-R65W 2" ALUM. CAP LS#25937 (1993) IN MON. BOX PROJECT COORDINATE TABLE Point No. Project Coordinates Elev(ft) (NAY088) Description Northing (ft) Easting (ft) 11 284949.74 260178.30 4987.5 ALUMINUM ROD IN SLEEVE STAMPED 176 MP36.16 12 270107.78 238778.63 4998.7 STEEL ROD IN SLEEVE STAMPED HUDSON 1991 13 244285.26 221280.43 5044.9 SURVEY DISK IN CONCRETE STAMPED LOCHBUIE 1995 14 254314.22 208561.44 5222.1 SURVEY DISK IN CONCRETE STAMPED BRIGHTON 2 USGS 1975 15 281107.42 194285.28 4893.9 SURVEY DISK IN CONCRETE STAMPED U 260 RESET 1993 1 277623.50 230754.83 4923.85 2.5" ALUM. CAP STAMPED WELD COUNTY CONTROL POINT 41-14.7 2 271053.35 230761.13 4932.86 2.5" ALUM. CAP STAMPED WELD COUNTY CONTROL POINT 41-12 R66W R65W S12 WCR 12 N rn U PT.#5 5 CP-37-10.25 WCR 10 S13 PT.#116 WCR 8 rn U PT.#113 113 PT.#114 114 PT.#120 S7 PT.#118 118 PT.# 117 W.C. PT.#119 119 PT.#115 115 S18 TEN. -NTS- BASIS OF BEARING: Bearings used in the calculation of coordinates are based on a grid bearing of NO0'20'38"W, a distance of 2642.37 feet, from the Southwest corner of Section 18, Township 1 North, Range 65 West of the Sixth P.M., County of Weld, State of Colorado, being monumented by a #6 rebar with a 2 1/2" diameter aluminum cap stamped LS 28656, 1994 in a monument box at the South end, to the West One —Quarter corner of said Section 18, being monumented by a #6 rebar with a 3 1/4" diameter aluminum cap, stamped LS 27269, 2001, in a monument box at the North end, as obtained from Global Positioning System (GPS) survey based on the Colorado High Accuracy Network (CHARN). Being a Grid Bearing of the Colorado State Coordinate System North Zone, North American Datum 1983/2011, with all other bearings contained herein relative thereto. BASIS OF ELEVATION: Project is based on NAVD 88 elevation of 4893.90, NGS designation: "U 260", a bench mark disc set in concrete structure, stamped "U 260 RESET", in the Southwest one —quarter of Section 29, Township 2 North, Range 66 West, Sixth P.M., All other Control Point elevations on this project are based on GPS observations. COORDINATE DATUM: Project coordinates are modified Colorado State Plane North Zone (0501) NAD 83(2011) coordinates. The combined elevation/scale factor used to modify the coordinates is 0.99972568. Project coordinates are truncated by 1,000,000 in the Northing and 3,000,000 in the Easting. The CHARN is based on NAD 83(2011) datum. Project coordinates Northing US Survey Feet = (State Plane Coordinate Northing X 1.000274395 — 1,000,000). Project coordinates Easting US Survey Feet = (State Plane Coordinate Easting X 1.000274395 — 3,000,000). CHARN GEODETIC COORDINATE TABLE Point No. Geodetic NAD 83(2011) C(w) NAip VD88ighft () (ft) Ortho Helght (ft) Mopping Angle Scallen Factoed r Zone Description SPNo hinge) (ft) SP Easting (ft) dGoordinates (N)( Longitude ) 11 40'06'39.20919" 104°34'22.68934" 4926.6 4987.5 0'35'56.3" 0.99972431 1284597.25 3259283.97 NOS- 176 MP36.16 12 40'04'14.69840" 104°38'59.86739" 4938.3 4998.7 0'32'57.3" 0.99972568 1269759.36 3237890.17 NGS- HUDSON 13 40'00'01.18020" 104'42'47.82993" 4985.4 5044.9 0'30'30.0" 0.99972803 1243943.93 3220396.77 NGS- LOCHBUIE 14 40'01'41.34508" 104'45'30.14297" 5162.7 5222.1 0'28'45.1" 0.99971756 1253970.14 3207681.27 NGS- BRIGHTON 2 15 40'06'07.19010" 104'48'30.92804" 4834.5 4893.9 0'26'48.3" 0.99972910 1280755,99 3193409,02 NOS- U 260 RESET General Notes: 1. This Project Control Diagram is not a boundary survey of the adjoining property and is prepared for the Weld County Public Works Department purposes only. NOTICE: According to Colorado law you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event may any action based upon any defect in this survey be commenced more than ten years from the date of the certification shown hereon. Vicyl,� gbh lC WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H STREET - P.O. BOX 758 GREELEY, CO 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 PROJECT NUMBER: SFT-17 PROJECT LOCATION WCR 37- WCR 8 TO HWY 52 SECTIONS 12 & 13 `I'1 N R66W SECTIONS 7 & 18 T1N R65W DRAWN BY CHECKED BY DATE SHEET DRH DEC. 16, 2024 1 OF 1 Addendum # 2 Solicitation Request Number 2500001 WCR 37 From WCR 8 to SH 52 Mill and Overlay Project This document has been reviewed for accessibility requirements in Microsoft WORD. This document passes the accessibility check provided by Microsoft WORD. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: 1. Revised Bid Tabulation (Bid Tabulation — Addendum #2) 2. Replaced Sheet 7 of Attachment 3 — Construction Plan Set (Revision Date: January 14, 2025) 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: Signature: Name: Title: Addendum #2 Date: January 14, 2025 Date of Signature 1. Revised Bid Tabulation Bid Tabulation - Addendum #2 Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 201-00000 CLEARING AND GRUBBING LS 1 202-00220 SY 823 REMOVAL OF ASPHALT MAT (FULL DEPTH) 202-00240 SY 32,925 REMOVAL OF ASPHALT MAT (PLANING)(2 INCH MILL) 202-04002 CLEAN CULVERT 8 EACH 203-00000 CY 45 UNCLASSIFIED EXCAVATION 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 288 203-00510 CY 288 ROCK FILL (3 INCH MINUS)(CONTINGENCY) 203-01100 30 PROOF ROLLING HOUR 203-01500 BEADING 40 HOUR 15 203-01597 UTILITY POTHOLING HOUR 208-00002 300 LF EROSION LOG TYPE 1 (12 INCH) 208-00106 SWEEPING (SEDIMENT REMOVAL) 20 HOUR 212-00702 LB 1,125 BIOTIC SOIL AMENDMENTS (HYDRAULICALLY APPLIED) (4,500 LB/ACRE) 212-00706 SEEDING (NATIVE)(DRILL) ACRE 0.25 SEEDING (NATIVE)(BROADCAST) ACRE 0.25 212-00708 213-00004 ACRE 0.25 MULCHING (WEED FREE STRAW) 304-05000 AGGREGATE BASE COURSE (CLASS 5) TON 525 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 107 304-08000 TON 213 AGGREGATE BASE COURSE (SHOULDER MATERIAL) TON 1,050 HOT (GRADING MIX ASPHALT S)(100)(PG64-22) (PATCHING) 403-00725 403-00726 TON 250 HOT (GRADING MIX ASPHALT S)(100)(PG (HAND 64-22)(CONTINGENCY) PATCHING) 403-34841 TON 3,993 HOT MIX ASPHALT (GRADING SX)(100)(PG64-22) 620-00020 SANITARY FACILITY 1 EACH 625-00000 CONSTRUCTION SURVEYING LS 1 Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 626-00000 LS 1 MOBILIZATION GAL 223 MODIFIED EPDXY PAVEMENT MARKING 627-00008 PAVEMENT MARKING PAINT (WATERBORNE) GAL 189 627-00011 181 PREFORMED PLASTIC PAVEMENT MARKING SF 627-00070 629-01031 SURVEY MONUMENT (TYPE 3A)(CONTINGENCY) 2 EACH 629-01210 ADJUST MONUMENT BOX 7 EACH 630-00000 FLAGGING 900 HOUR 630-00016 LS 1 TRAFFIC CONTROL (SPECIAL) 630-10122 VARIABLE MESSAGE BOARD 4 EACH F/A MINOR CONTRACT REVISIONS 1 $250,000.00 $250,000.00 FA 700-70010 1 $15,000.00 $15,000.00 F/A FUEL COST ADJUSTMENT FA 700-70016 1 $20,000.00 $20,000.00 FA 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT 1 $15,000.00 $15,000.00 F/A EROSION CONTROL FA 700-70380 DAY 30 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 927-00170 306, AND 603 Total Amount Proposal ($) Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. TOTAL PROPOSAL (WRITTEN WORDS): 2. Replaced Sheet 7 of Attachment 3 - Construction Plan Set (Revision Date: January 14, 2025) **Refer to separate .pdf document** PROJECT QUANTITIES Bid Tabulation Addendum #2 — Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Pri 201-00000 CLEARING AND GRUBBING LS 1 202-00220 REMOVAL OF ASPHALT MAT (FULL DEPTH) SY 823 202-00240 REMOVAL OF ASPHALT MAT (PLANING)(2 INCH MILL) SY 32,925 202-04002 CLEAN CULVERT EACH 8 203-00000 UNCLASSIFIED EXCAVATION CY 45 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 288 203-00510 ROCK FILL (3 INCH MINUS)(CONTINGENCY) CY 288 203-01100 PROOF ROLLING HOUR 30 203-01500 BLADING HOUR 40 203-01597 UTILITY POTHOLING HOUR 15 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 300 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 20 BIOTIC SOIL AMENDMENTS (HYDRAULICALLY APPLIED) 212-00702 (4,500 LB/ACRE) LB 1,125 212-00706 SEEDING (NATIVE)(DRILL) ACRE 0.25 212-00708 SEEDING (NATIVE)(BROADCAST) ACRE 0.25 213-00004 MULCHING (WEED FREE STRAW) ACRE 0.25 304-05000 AGGREGATE BASE COURSE (CLASS 5) TON 525 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 107 304-08000 AGGREGATE BASE COURSE (SHOULDER MATERIAL) TON 213 403-00725 HOT (GRADING MIX ASPHALT S)(100)(PG64-22) (PATCHING) TON 1,050 403-00726 HOT (GRADING MIX ASPHALT S)(100)(PG (HAND 64-22)(CONTINGENCY) PATCHING) TON 250 403-34841 HOT MIX ASPHALT (GRADING SX)(100)(PG64-22) TON 3,993 620-00020 SANITARY FACILITY EACH 1 625-00000 CONSTRUCTION SURVEYING LS 1 626-00000 MOBILIZATION LS 1 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 223 627-00011 PAVEMENT MARKING PAINT (WATERBORNE) GAL 189 627-00070 PREFORMED PLASTIC PAVEMENT MARKING SF 181 629-01031 SURVEY MONUMENT (TYPE 3A)(CONTINGENCY) EACH 2 629-01210 ADJUST MONUMENT BOX EACH 7 630-00000 FLAGGING HOUR 900 630-00016 TRAFFIC CONTROL (SPECIAL) LS 1 630-10122 VARIABLE MESSAGE BOARD EACH 4 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $250,000.00 $250,( 700-70016 F/A FUEL COST ADJUSTMENT FA 1 $15,000.00 $15,( 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $20,000.00 $20,( 700-70380 F/A EROSION CONTROL FA 1 $15,000.00 $15,( PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 927-00170 306, AND 603 DAY 30 NOTE: DUE TO THE DIVERSE INFORMATION CONVEYED IN EVEN THE MOST BASIC PLAN SET, IT IS NOT CURRENTLY Total Amount Proposal ($) TECHNOLOGICALLY FEASIBLE TO MAKE ITEMS LIKE A PLAN SHEET ACCESSIBLE. TO ASSIST THOSE NEEDING ACCOMMODATION FOR REVIEWING THE PLAN SHEETS, PLEASE Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. CONTACT THE WELD COUNTY PROJECT MANAGER. Computer File Information Index of Revisions As Constructed Project No./Code WELD COUNTY WCR 37 - WCR 8 TO HWY 52 Creation Date: 1/09/2025 Initials: CLW Date: Comments: Initials: No Revisions: OVERLAY QUANTITIES Last Modified Date: 1/09/2025 Initials: CLW 1/09/25 ADDENDUM #1 REVISIONS CLW PUBLIC WORKS DEPARTMENT 1R61'= 1111 H. STREET Full Path: M:\PROJECTS_DESIGN\WCR 37 BTWN WCR 8 AND HWY 521PRODUCTION DWGS 1/14/25 REPLACED SHEET #7 CLW Revised: Designer: CLW SFT-17 P.O. BOX 758 GREELEY, CO. 80632-0758 Drawing File Name: WCR 37 COVER.DWG _ _ _ Detailer: CLW PHONE: (970) 400-3750 Void: Sheet Number 7 of 45 � GO .IN17 , FAX: (970) 304-6497 AutoCAD Version: 2023 Scale: AS NOTED Units: English 9 _ _ - Sheet Subset: Sheet Subset: Exhibit B - Coulson Excavating Company, Inc. Response to the Request for Proposal 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 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. • Coulson Excavating (Coulson) understands the scope of this project and general work phasing. Coulson performs similar jobs that involve milling, patching and overlay work as well as managing subcontractors to deliver projects on time. Coulson has company owned asphalt plants, milling equipment, paving equipment and trucks that can be dedicated to ensuring project requirements are met. Coulson has also performed several projects for Weld County in the past as a prime contractor and as a subcontractor. 2. Describe how the proposed methodology will meet the desired goals of the project. • Coulson's construction plan will follow the general work plan for the project. Phase 1 activities will include: o Utility Locates o Traffic Control Plans and Setup o Surveying o Clear and Grub (shoulder stripping) o Milling o Patching per owner's direction o HMA Overlay o Pavement Marking • Phase 2 construction will contain the same activities. • Coulson's methodology will focus on completing the work on schedule or sooner by dedicating the necessary resources to the project. Asphalt mix designs will be prepared before the start of work, testing will be performed in the laboratory and the field to provide timely information to insure a quality product and quality project. 3. Include a brief description of similar or related projects completed within the last 5 years. • U.S. 85 Platteville South constructed in 2021 included a similar scope. It included milling, patching, and HMA overlay. The project also included installation of a new twin 24 inch siphon crossing the highway as well as several other subcontracted items. • S.H. 1 Wellington South completed in the fall of 2022 was also similar. It consisted of milling, FDR, patching and overlay work. • S.H. 257 Windsor South Resurfacing was completed in the fall of 2023. The project included milling, overlay, and reconstruction of portions of S.H. 257 as well as multiple subcontracted activities. This project included interim milestones and required railroad coordination as well as coordination with a local agency project that bisected Coulson's project. • All three projects won CAPA awards for smoothness, all were completed on time despite challenging conditions. Emphasize projects that have included aspects related to this RFQ/RFP. • The three projects listed above included aspects related to this RFC/RFP. • In addition to these projects, Coulson has completed the following projects with similar aspects: o Loveland TRANSREHAB o Windsor Overlay Program 2023, 2024 o Larimer County Overlay Program 2023, 2024 o Estes Park Overlay Program 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. • Coulson considers the following to be critical issues: o Mix design approval, solved by obtaining correct mix designs in a timely manner. o Traffic Control Plan approval, solved by submitting traffic control plans in a timely manner so that revisions can be made as necessary. o Definition of patching areas (location, size, and depth), solved by coordination with Weld County to ensure time is not lost waiting on decision making. 6. A description of how the project costs will be controlled for both the prime contractor and the prime's sub -contractors. • Project costs will be controlled by both the prime contractor and subcontractors by immediate notification to Weld County of any known overruns, underruns, or change of conditions that are encountered. • Contract items will be secured by executed subcontracts and material quotes. 7. Describe how the Contractor will ensure that all Federal, State, and Local procedures will be followed. • Coulson has policies and procedures in place that ensure compliance with Federal, State, and Local requirements. • Coulson is prequalified with the Colorado Department of Transportation. • Coulson is one of the original members of the Colorado Asphalt Pavement Association and the Colorado Contractors Association. • Coulson is locally owned and operated by the same family since 1949 and understands the importance of safety, quality, and performance to Federal, State and Local requirements. 8. Describe how the Contractor will handle the quality control for the entire project. • Coulson utilizes Atlas (formerly Westest) for its mix design development, production and placement of HMA products, base, concrete, and soil testing. • Quality control will be performed per the type and frequency required at a minimum. 9. Describe any judgements, claims, or suits pending or outstanding against Contractor's company. • None 10. Describe any citations by OSHA for violations within the last 5 years. • None 11. Describe any projects where the Contractor has been assessed liquidated damages within the last 5 years. • None 12. Describe any changes in company ownership in the last 5 years. • None 13. A description of the Contractor's main office location and explain how it will not affect the project coordination with the County. • The main office location for Coulson is in Loveland, Colorado. All administrative, operational, project management, and estimating is performed from this location. The location of the main office will facilitate coordination with Weld County. 14. Explain how the Contractor is familiar with Weld County's project specifications and policies. • As noted above, Coulson (and Atlas) have performed work for Weld County in the past and frequently. Coulson is also familiar with performing work for Federal, State, and other Local entities. While all have various specifications and policies, individual projects are evaluated to make sure there is familiarity before the project starts. 15. Include a list of the number of employees and the annual operating budget. • Coulson employed 83 people during the construction season of 2024 with an operating budget of $27.5 million dollars. 16. Explain the Contractor's knowledge about Weld County in general. • Coulson is familiar with Weld County: o Owns significant properties in Weld County o Performs work for Weld County o Employs people who are locally based, many who live in Weld County • Coulson understands Weld County is a large and economically complex area of Colorado with core businesses based in: • Agriculture • Oil and Gas 2 Manufacturing Service Industries • Coulson also understands that Weld County contains significant urban areas that also rely on its transportation system. 17. Include a list of Contractor's facilities and major equipment leased or owned (excavators with bucket sizes, blades, dozers, scrapers, tractor trailers, etc.) • Facilities and Equipment List o Facilities, Aggregate Production ■ Amen Pit — Weld County • Bonser Pit — Larimer County • Brownwood Pit - Larimer County o Asphalt Plants Bonser 300 TPH Gencor Plant a Brownwood — 250 TPH CMI Plant o Pavers 1 — Weiler 8' Paver • 1 - CAT 8' Paver • 4 — CAT 10' Pavers o Rotomills • 1 — Wirtgen W220 a 1 — CAT PM 312 o Motor Graders ■ 4- CAT 140's a 1 -- CAT 160 o Compactors 9 — Double Drum Vibratory Rollers ■ 5 - Pneumatic Rollers • 4 — Sheepsfoot Rollers o Dozers • 2- CAT D8's • 1- CAT D6 o Loaders ■ 1- CAT 936 • 1- CAT 938 2- CAT 950's a 2- CAT 966's a 1- CAT 972 2 CAT 980's o Scrapers 2- CAT 623's a 1- CAT 613 o Excavators 1- CAT 320 Ei 1- CAT 336 a 2- CAT 349's o Tractor Trailers / Tandem Trucks 14- Tractors 9- Belly Dump Trailers 9- Live Bottom Trailers 5- Tandem Trucks 2- Rock Trailers Various tractors, tandems, and trailers are available through owner operators Coulson employs. 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. • Please see attachment A 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. • Please see attachment B 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. • Larimer County Erich Purcell 970-498-5733 • City of Loveland Ben Reiter 970-962-2514 • CDOT Travis Howlett 970-518-6428 21. In addition to the above mentioned items, the Contractor shall complete and provide a Bid Bond, 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. Attachment A Detailed Phasing Plan Phase 1 - Milestone completion Date — April 25,2025 Complete all work from Sta 10+00 (South End of Project) to Sta 14+00 1. Set Traffic control For Phase 1 — Closure to be opened at end of each day 2. Locate Utilities 3. Pothole Utilities if needed 4. Construction and Monument Box Surveying - ROW, Easements, Centerline Offsets 5. Clean Culverts (As Needed) 6. Install initial Erosion Control 7. Clearing and grubbing in shoulder areas only to minimize disturbance 8 Adjust or Remove monument boxes before HMA milling 9. HMA milling (2 inches) 10. Temporary Striping 11. HMA Patching, Repair of Underlying work 12. Final Adjustment or Replacement of Monument Boxes before HMA Paving 13. HMA Paving — 2 Inch Overlay 14. Final Striping and Preformed Thermoplastic Pavement Markings — Stop Bars 15. Shouldering Phase 2 - All Remaining Work Completion Date — May 30, 2025 Completion of work from Sta 14+00 to 127+59.32 (North End of Project) 1. Set Traffic Control for Phase 2 — Full closure, Allow local access 2. Locate Utilities 3. Pothole Utilities if needed 4. Construction and Monument Box Surveying — ROW, Easements, Centerline Offsets 5. Clean Culverts (As needed) 6. Install Final Erosion Control 7. Clearing and grubbing in shoulder areas only to minimize disturbance 8. Adjust or Remove monument boxes before HMA milling 9. HMA milling (2 inches) 10. HMA Patching, Repair of Underlying work 11. Final Adjustment or Replacement of Monument Boxes before HMA Paving 12. HMA Paving — 2 Inch Overlay 13. Final Striping and Preformed thermos Plastic pavement Markings — Stop Bars 14. ABC Class 6 at Intersecting Public Roadways and Accesses 15. Final Striping and Preformed Thermoplastic Pavement Markings — Stop Bars 16. Shouldering 17. Biotic Soil Amendments 18. Seeding — Native Drill and Broadcast 19. Mulching — Weed Free Straw 20. Remove Closure and Open Road Attachment B WCR 37 From WCR 8 To SH 52 ID 1 2 3 Task Mode r Task Name WCR 37 From WCR 8 to SH 52 Milt and Overlay (Duration Er 4 6 6.4 9 10 11 12 13 14 EP Phase 1 Traffic Control - Set Pre Warning Message Boards Traffic Control - Phase 1 Closure Construction Surveying and Monument Box Surveying Clear Culverts Install Intial Erosion Control Mobilization of Clearing and Grubbing Equipment Clearing and Grubbing Adjust or Remove Monument Box Mobilization of Milling Equipment Removal of Asphalt Mat(Planing)(2 inch) Temporary Striping Mobilization of Equipment for Patching and Repair of Underlying Earthwork 15 16 17 18 MI 04 !�im r4. 19 014 20 21 22 23 24 25 26 27 28 29 30 31 32 33 04 34 35 36 37 !gJ Start 41 days Thu 4/3/25 13 days Thu 4/3/25 i day Thu 4/3/25 1 day Thu 4/3/25 1 day Thu 4/3/25 3 days Thu 4/3/25 1 day Fri 4/4/25 1 day Mon 4/7/25 1 day Mon 4/7/25 1 day Mon 4/7/25 1 day Mon 4/7/25 1 day Tue 4/8/25 1 day Tue 4/8/25 1 day Tue 4/8/25 Removal of Asphalt Mat(Full Depth) Removal of Unsuitable Material Place Rock Fill (3 inch Minus) ABC Class 5 HMA (Patching)(Grading S)(100)(PG64-22) Final Adjustment or Replacement of Moument Box Mobilization of Paving Equipment HMA (2 inch Overlay)(Grading SX)(100)(PG64-22) Modified Epoxy Pavement Marking Pavement Marking Paint (Waterborne) Preformed Plastic Pavement Marking - Stop Bars Mobilization of Shouldering Equipment Place Shoulder Material Phase 2 Traffic Control - Phase 2 Closure Construction Surveying and Monument Box Surveying Install Final Erosion Control Mobilization of Clearing and Grubbing Equipment Clearing and Grubbing Mobilization of Milling Equipment Removal of Asphalt Mat(Planing)(2 inch) Mobilization of Equipment for Patching and Repair of Underlying Earthwork 2 days 2 days 2 days 2 days 5 days 1 day 1 day 1 day 1 day 1 day 1 day 1 day 1 day 28 days 1 day 2 days 1 day 1 day 2 days 1 day 4 days 1 day Wed 4/9/25 Wed 4/9/25 Wed 4/9/25 Wed 4/9/25 Fri 4/11/25 Fri 4/11/25 Fri 4/18/25 Fri 4/18/25 Fri 4/18/25 Fri 4/18/25 Fri 4/18/25 Finish Fri 5/30/25 Mon 4/21/25 Thu 4/3/25 Thu 4/3/25 Thu 4/3/25 Mon 4/7/25 Fri 4/4/25 Mon 4/7/25 Mon 4/7/25 Mon 4/7/25 Mon 4/7/25 Tue 4/8/25 Tue 4/8/25 Tue 4/8/25 Thu 4/10/25 Thu 4/10/25 Thu 4/10/25 Thu 4/10/25 Thu 4/17/25 Fri 4/11/25 Fri 4/18/25 Fri 4/18/25 Fri 4/18/25 Fri 4/18/25 Fri 4/18/25 Mon 4/21/25 Mon 4/21/25 Mon 4/21/25 Mon 4/21/25 Tue 4/22/25 Fri 5/30/25 Tue 4/22/25 Tue 4/22/25 Tue 4/22/25 Wed 4/23/2 Tue 4/22/25 Tue 4/22/25 Wed 4/23/25 Wed 4/23/2 Wed 4/23/25Thu 4/24/25 Tue 4/22/25 Tue 4/22/25 Wed 4/23/25 Mon 4/28/2 Tue 4/29/25 Tue 4/29/25 38 39; 40 41 42 43 • r 44 45 46 47 48 49 SO t: wit 7Rel t4 51 52 53 54 55 56 S q I IR Removal of Asphalt Mat(Full Depth) Removal of Unsuitable Material Place Rock Fill (3 inch Minus) ABC Class 5 HMA (Patching)(Grading S)(100)(PG64-22) Final Adjustment or Replacement of Monument Boxes Mobilization of Paving Equipment HMA (2 inch Overlay)(Grading SX)(100)(PG64-22) Modified Epoxy Pavement Marking Pavement Marking Paint (Waterborne) Preformed Plastic Pavement Marking - Stop Bars Mobilization of Equipment for ABC Class 6 ABC Class 6 at Surface Tie -Ins at Accesses and Intersecting Roads Mobilization of Shouldering Equipment Place Shoulder Material Biotic Soil Amendments (HYDRAULICALLY APPLIED) Seeding - (Native)(Drill) Seeding - (Native)(Broadcast) Mulching (Weed Free Straw) Remove Traffic Control - Open Road Project: WCR 37 From SH 8 to S Date: Fri 1/17/25 Task Split Milestone Summary 3 days 3 days 3 days 3 days 5 days 5 days 1 day 6 days 3 days 3 days 1 day 1 day 2 days 1 day 2 days 1 day 1 day 1 day 1 day 1 day Tue 4/29/25 Thu 5/1/25 Wed 4/30/25Fri 5/2/25 Wed 4/30/25 Fri 5/2/25 Wed 4/30/25 Fri 5/2/25 Mon 5/5/25 Fri 5/9/25 Mon 5/5/25 Fri 5/9/25 Mon 5/5/25 Mon 5/5/25 Mon 5/12/25 Mon 5/19/2 Tue 5/20/25 Thu 5/22/25 Tue 5/20/25 Thu 5/22/25 Fri 5/23/25 Fri 5/23/25 Fri 5/23/25 Fri 5/23/25 Tue 5/27/25 Wed 5/28/2 Tue 5/27/25 Tue 5/27/25 Tue 5/27/25 Wed 5/28/25 Thu 5/29/25 Thu 5/29/25 Thu 5/29/25 Thu 5/29/25 Thu 5/29/25 Thu 5/29/25 Thu 5/29/25 Thu 5/29/25 Fri 5/30/25 Fri 5/30/25 Project Summary Inactive Task u II Inactive Milestone Inactive Summary 3/16 Manual Task Duration -only 3/23 I 1 Apri 3/30 4/6 4/13 4/20 I May 4/27 5/4 5/11 5/18 5/25 r Manual Summary Rollup Manual Summary Start -only Finish only 0 c External Tasks External Milestone 3: Deadline Critical } Critical Split 1 Progress Manual Progress I une 6/1 Page 1 Statement of Qualifications and Subcontractors DATE OF THIS STATEMENT: January 21, 2025 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Coulson Excavating Company, Inc 1. Name of Proposer: 2. Type of Entity: S Corporation 3. Permanent main office address: 3609 Madison Ave., Loveland, CO 80338 Phone Number 970-667-2178 4. Year Company was organized: 1949 Fax Number 970-667-2193 5. Number of years this Company has been engaged similar construction: 74 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? N/A, Company has not engaged in construction work under different entities 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 N. Taft Ave. & L.S. 34 Contract Amount Completion Date 7,579, 942.35 July 2025 City of Loveland TRANSREHAB $ 4--5M Annually Fall 2025 Solicitation # B2500001 Page 44 Home Supply Ditch (Sub) Belmont Farms HOA $ 88, 619.00 May 2025 $269765.OO June 2025 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 p Y 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. Solicitation # 82500001 Page 45 None 15. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: CDCT SH 257 Resurfacing Location: Windsor, CO Owner's Representative: Travis Howlett Completion Date: Fall 2023 Project Name: 2024 Larimer County Overlay Supt: Steve Specketer Phone: 970-518 6428 Contract Amount: $6,224,572 Location: Various Locations in Larimer County Supt: Charlie Knight Owner's Representative: Erich Purcell Completion Date: Fall 2024 Project Name: 2024 Loveland TRANSREHAB Location: Loveland, CO Owner's Representative: Ben Reiter Phone: 970-646-2064 Contract Amount: $3,243,383 Supt: Charlie Knight Completion Date: Fall 2024 Phone: 970-962-2514 Contract Amount: $4, 822,841 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 Lightfield Enterprises Inc. WORK DESCRIPTION % OF WORK Traffic Control 5.56% Solicitation # B2500001 Page 46 Smith Environmental and Engineering Majestic Surveying Colorado Barricade Co. Erosion Control, Seeding 0.58% Construction Surveying 0.80% Pavement Marking 3.54% 17. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. PERTINENT NAME EXPERIENCE Bill Clarkin Terry Reusink TITLE YRS. Project Manager 35 Superintendent 35 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 21st day ofJanuary Bidder: Coulson Excavating Company, Inc. Company By: Signature Name: Ken Coulson (Please Type) Title: President , 2025. Solicitation #B2500001 Page 47 NOTARY County of / �.,,•L,r� State of C'DLorac-JQ )ss. YaNen Cow1/4.ke,ore\ being duly sworn, deposes and says that they are (Name) PYcSrLc±QrSCJ (Title) (Company Na Of z and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this 2025. (SEAL) day of CAITLYN KAUFFMAN NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20184035097 MY COMMISSION EXPIRES SEPTEMBER 04, 2026 Solicitation # B2500001 Page 48 OO-p NJN)O pow; 00C ooa a 0 C,0 C a a 0 w 1 0 0 C� -PaaC i a)dpe.0000 00001000 CA) 00...a 1 CA) 1 NNtwJ 1 tviN 1 --36 1 CA) 1 IC) I ON11.1011 o 03-01597 03-00510 03-01100 03-01500 oON ONONN OD00 C N) N) 0L00 1 1 i -04002 1 1 60 CEO 000 00 00 000 0003.-..1 ca 00--z r� a N) c) v N)000000 01 00'OO 000-1=6o00 4•~•1 0 0�0 NNO '00 01 C/y ario ON o'0 0 J0 ocori ccim CC ")I_i "") °O O>O 0000cmm� �D�-Irxazzr'mm >Q0("f mKKm z--i -I m�l+t - COG)r r cngKIz)M mC/3 Cro'C�0r ;t7C"�CJP0 -iO -i>------..mmmZ --:i >z<<7:3 Zr�"0 zr —n ''o�>> 70 i 7)Xzxz G�G')G")z �C z-o070r> Ca<>>G�T.�Ga>�>�� �,p O1-w"crrO 0rn()cnCO r -I-I-I zz — �- „re1. -o -o r' Ca--i es �y. mmmm C�m , �,�, Q O-- vaoQay.—r-n�m zzMo o o ,3>>0 zr]r°'oro�]' '�''m�� ��r- O +U) w o>m �. �n c� to m -I -v O m o Z i X 13 -� —i ---� zrnrnG3 m0 r C-< w,^-�rnrnrn� �...� rr-CO *4 I z>< ,>oT�C�CJC�m� m .is z -�-�CCCm�r m -�--i°0 Cry' 3 0rt)0 "�0�0 7 �r z� w I K K z —gym— '°p +v z nisi-0�zcncnu »O �c� al-i zmmrn��z 0�z v o il,�, COQ mm z! -. r^'C X Z 1 =rrc -< z 13 Tyr e; •-I- - z O z r z (3 �, cI/ V/ z z 0 = O C7 0) cn C m 0 Sm 13 m fl r i z C) oi) a -tsr- z I N H r 0 tv K r r r m C ' m > > > _ _ I I rn •-I --i ?>O C C coot 0° r- C r0000►0o>cowr " co z z z Canccc-<-<-<0Aft< +C -• zzzXXX co co o N o NexalOoo w NN a) co ex o w o't 0 c i o ex w O, N tit na cat N C3`t N 01 N Cr N) Ca o 0 -1- CTS a 0 CA) 0 Co Co Co 00 a Cst Co N CTt N CA) , -ai $200.00 $230.00 $170.00 $5.00 $150.00 $200.00 $150.00 j $3,200.00 CO -0 N t4 -0 N I--' $180.00 $300.00 N (7) O I--+ O Hs N I—' - CJ I--' a1 I N O 0 C Ft C.n N • Cn O 0 O O 0• O O O 0 0 • O 0 © O /��y 0 0 /NJ� O 0 /,-..] 01 0 0 /.�^+� `l 0 0 0 0 O O O 0 0 rice ($) 0 © a 0 Q O 0 $447,216.00 $2,500.00 $57,500.00 $65,625.00 $300.00 $350.00 l$25/600.00 $40,320.00 $57, 600.00 $49,380.00 $82,312.50 $20,000.00 CO N) 01 aS• CO as C a Ha ,�^ t MMHs C) ' CP Q 0 f' W CD N) O c CIS J O 0 J t.0 � O0 O O O O O 0 )0.00 Ul 0 O /0 • O O OO • O • "'J • O e O O C? O O 0 O O /• 0 U'l O O O O w a A) 0 C rrr�r I a a CD a. 3 N) s qua3 9ATa AquamJ, pup TOTAL PROPOSAL (WRITTEN WORDS): One Million Seven Hundred Ninety 0 punsnaus S 0 pOJpunH CD ft H - Q a CD By O CD c O m CD B CO B) a s) B O a CD 0 sti O U) Bu B) B a O8EOL-OOL 1-001-00L o 9 =44 o ..,x I.Q6-0£9 C 0c.0C0"NI 6 o o oo-so-kcoo tv 0 � n.Joo ..a. cJa N) 0 � N) N) *NI N) -4Cif N) vs CR 0 0 0 0o -J ft -4 o -I. oo oo z ,A .�. 1 1 71 > C� ` O11 y) V�/ Q 5;"��,,C:l M _D i'TT� � �" '� M Q � K Q < �_7 rte' _ �7 MINO m Zrn _,1'If c or P Y' MONUMI 33 0 co 0 I m cn t o m NOI. Item Description Uni MAI Qm Q oxy l ITROI -a Z ZCn C' --I >x X > 71 K i > Q Q ..• _..i z O r -I z H O m C -I gJ m>O co Q m -' m Cl) a O DX 13 `dM) 1NIb'I > _ C Co <X E 3A) Z Q el > Q m IT � can0 — T M Q Q c...Z c co IT I � co Q 2 0rn K x 7, z z rnQrn C) 'f 2 � '3, 21 o -n -n>rO M m >>CnO?>r OC�-rtr>Cn rn 731_ QG"� > > � >>>>C� m 1 (Pc 0 O .� .1 _so 0 �1 00 0o rM cia Hi I ... NV � 0 V 0 (O 0 o 0 { CO 0 O O 0 O f U3' CSZ 0 O 0 , O F$47.00 V! lW 'Ui' N in 1r I-3 CO -.J C0 © C31 © O • 0 a -• N.) 0 0 . O ab 0 0 S3t9 0 0 0. 0 0 _S N 0 • (n o O 0 Y o V o 0 0 O O 00 O 0 ...a.al 01O Y .. .0 OO 0 a 0 {•.y3 0 0 O 0 �( Jam` !V to g . 0 0 ./ V, 0 g 0 O 0 •-(11 -(f). -C r) I$136,700.00 -, 0, 01 t9 -J I ---I M C r% CAD • 0 Co 0 0 O 0 Q 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 H YES, I choose to accept Fuel Cost Adjustments for this project. Ri NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment [ i YES, I choose to accept Asphalt Cement Cost Adjustments for this project. Ix 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. # B2500001. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she 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: Coulson Excavating Company, Inc. Address: 3609 Madison Ave., Loveland, CO 80538 Phone 970-667-2178 Email: ken@coulsonex.com 84-0702158 FEIN/Federal Tax ID #: Solicitation # B2500001 Page 18 CONTRACTOR: By: Name: Ken Coulson Title: President January 21, 2025 Date of Signature liest ;figlificettontiblifs4;40 .. • • •0 se ettoppi:t. /° 0 ° P ° 14 tit kr 41, SEAL 0 • •• 19750 **#4 O An 04,40:: too vA., III,! 1„ 0 ►111+to01* Solicitation # B2500001 Page 19 Addendum # 1 Solicitation Request Number 2500001 WCR 37 From WCR 3 to SH 52 Mill and Overlay Project This document has been reviewed for accessibility requirements in Microsoft WORD. This document passes the accessibility check provided by Microsoft WORD. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: 1. Contractor Questions and Responses 2. Mandatory Pre -Bid Meeting Minutes 3. Mandatory Pre -Bid Meeting Attendance List 4. Revised Bid Tabulation (Bid Tabulation — Addendum #1) 5. Revision to Section 403 of the Project Special Provisions 6. Revised Attachment 3 — Construction Plan Set (Revision Date: January 9, 2025) 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: Coulson Excavating Signature: -i1 arr Company, Inc Name: Ken Coulson Title: President Addendum #1 Date: January 9, 2025 January 21, 202.5 Date of Signature O `.001 -Ill •'°ems �. * -*et SEAl` 1976 !bei 41O ,SD e'S sec' p R std. S 64. sea . +�♦*14,11Ii0l�llitil,���! Addendum ## Solicitation Request Number 2500001 WCR 37 From WCR 8 to SH 52 Mill and Overlay Project This document has been reviewed for accessibility requirements in Microsoft WORD. This document passes the accessibility check provided by Microsoft WORD. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: 1. Revised Bid Tabulation (Bid Tabulation — Addendum #2) 2. Replaced Sheet 7 of Attachment 3 — Construction Plan Set (Revision Date: January 14, 2025) 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 fur bid. Thankjoui*** Company Name: Coulson Excavating Compan , Inc Signature: Name: Ken Coulson Title: e: President Addendum #2 Date: January 14, 2025 January 21, 2025 Date of Signature Bid Bond WCR 37 From WCR 8 to SH 52 MIII and overlay Project KNOW ALL MEN BY THESE PRESENTS, that we, Coulson Excavating Company, Inc. 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 Western Surety Con_ �an��r, [Surety Company Name], p Y a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent of Total Amount Bid Dollars ($ 5% ), 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 Y these presents. WHEREAS, the Principal has submitted a Proposal dated January 21 , 2025 for the WCR WCR 37 From WCR 8 to SH 52 Mill and Overlay 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) s days of selection of the Principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this 7th day of January , 2025 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: Coulson Excavating Company, Inc. Signature: Title: fa'si.- ,',AL ATTEST: ry;sNar yv\tamilyN„A,S By: a Z Surety Western Surely Company w IOf1849 titre fderatia. C 0 ftfra "tits n•4•••:-.4,4,% tett/ 0%Po/tit %%4- Ass c'SEAL *In y ILI a- . Si'.Q . 1916•.� it et ,•• • top thy., 2.� Celt rt. .4( 10-e‘ p+'; • • • . . •414- "'Shill i Dina Solicitation # B2500001 Page 39 Title: Ashlea McCau hey, Attorney -in -Fact ATTEST: By: Sarah Brown, Surety Witness • list iv witiiibte Otttrains Solicitation # B2500001 Page 40 • Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN,' SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Mark Sweigart, Donald E Appleby, Todd D Bengford, Sarah C Brown, Mary Ashley Mien, Alissa K Cahalan, Ashlea McCaughey, Individually of Greenwood Village, CO, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 7th day of November, 2024. $Errs SJib Ves uit 'iA� e irkt,,� tun State of South Dakota } ss County of Minnehaha WESTERN SURETY COMPANY Larry Kasten, Vice President On this 7th day of November, 2024, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires March 2, 2026 ♦soh% titigosson %S fl,1,%%%*s .%s++ i J i t M. BENT NOTARY PUBLIC SOUTH DAKOTA CERTIFICATE I, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of January , 2025 /12. M. Bent, Notary Public osamivisAgo SkegtY' 494t of rte?v a�'Q'°'�ne j3014 sue. r. . sit4;;‘,..St WESTERN SURETY COMPANY as& Vsigaiwili Paula Kolsrud, Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27 day of April, 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company." Go to wsvw.cnasurera.com > Owner / Oblige Services > Validate Bond Coverage, if you want to verify bond authenticity. Form F4280-6-2023 Formw-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service 110 zs �E a a 0 i Request for Taxpayer identification Number and Certification ► Go to www.irs gov/FormW9 for instructions and the latest information. 1 Name (as shown on your Income tax return). Name is required on this line; do not leave this line blank. Coulson Excavating Company, inc. Give Form to the requester. Do not send to the lilt 2 Business name/disregarded entity name, 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. E] Individual/sole proprietor or ❑ C Corporation 0 S Corporation Partnership U Trust/estate single -member LLC [� Limited liability company. Enter the tax classification (C=C corporation. S=S corporation, P=Partnetahip) ► 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 LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that Is disregarded from the owner should check the appropriate box for the tax classification of its owner. [� Other (see instructions) P S 5 Address (number, street, and apt. or suite no.) See instructions. 3609 Madison Ave 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) saes to accounts mat»t*a red outside *was) Requester's name and address (optional) 8 City, state, and ZIP code Loveland, CO 80538 7 List account number(s) here (optional) 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 1 al a or Employer Identification number 8 8 4 0 T 0 2 1 5 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA codes) entered on this form Of 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 yourtax 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. General Instru 1ons. Section references are to the Internal Revenue Code unless otherwise noted. 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 (ITIN), 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 1 099-INT (interest earned or paid) • 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 10994 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1 098-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, later. Cat. No. 10231X FOriYI W e (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. „bomrrrrr,r i it SI° r!fibe stet at/ rt-' _ D. ILI:: SEAL •5 Date: January 21, 2025 Signature Ken Coulson, President Title . O .v5 Icing., 976 :61.1 .70 '• o C 0 •. 4OR-1\X- # . *,4 YLdi Afir Solicitation # B2500001 Page 42 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 X has not developed affirmative action programs on file at each establishment pursuant to 41 CFR § 60-4 and (2) [rt/he/she] has X 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, fit/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: January 21 , 2025 Bidder/Proposer Name: Coulson Excavating Company, Inc. Signature: Title: Ken Coulson, President o,:* al OR Av • */*,:s4lb o • 1976 lit .1% nO /43 °v./ • • • • • • '4 Note: The above certification is required by the Equal Employment Opportunity Regulations'Bf ttit ecretary 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 # B2500001 Page 43 Form 605 - Weld County Contractor's Performance Capability Statement Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Prciect X B2500001 WCR 37 1. List names of partnerships or joint ventures X none 2. List decreases in the contractors focal or workmanship qualifications compared to the last prequalification statement submitted to Weld County. (Mach additional sheets if necessary) a., Key personnel changes X none b Key equipment changes X none c_ Fiscal capability changes (legal acts, etc.) none d. Other changes that may effect the contractors ability to perform work. X none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOVVLEDGE C onh rao#o s ?al Cr company name Coulson Excavating Company/ Inc. 2nd Contricta s firm of many n "itittis(tre.-0 rhoo �► witt itt a * ck P 0 % O .1 CI e ItS s. SEAL it a • . . • -,, 1 9 7 6 .:gyp.. p, rbsic?. • *et., st 4-C% on o Weld f trt Solicitation # B2500001 Page 49 Form 606 — Weld County Anti -Collusion Affidavit WELD COUNTY ANTI -COLLUSION AFFIDAVIT PROJECT NO. B2500001 LOCAT ON WCR 37 from WCR 8 to Sri 52 I hereby attest that I am the person responsible within my firm far the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 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 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. 1 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. 1 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 Coulson Excavating Company, Inc. Ey Date 1/21/2025 Title Ken Coulson, President 2nd contractor's firm or company name. By Date Title Sworn to before me this I sit day of, �PrN17`R�� 20 2.5 Notary Public My commission expires I NOTE: This document must be signed in ink. -- DIANA R MONEYPEN 1 - Notary Public State of Colorado Notary ID # 19904006472 My Commission Exn rss ns_)fti_lf'w veld Form #606 1M0 Solicitation # B2500001 1 Page 50 Form 621 a Weld County Assignment of Antitrust Claims Weld County ASSIGNMENT OF ANTITRUST CLAIMS PROJECT NO B2500001 WCR 37 Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project; goods or services purchased or acquired by Weld County pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and c. Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's firm or company name By Coulson Excavating Company, Inc_ 2nd contractors firm or company name. (If joint venture.) sonstmettettnit e con, 441 �iale By . d • de a -tle Ti 1 :C?:. SEAL G'• 1976 181.? %/de?..•• °LORPS?°9 tilP 49:194Iltttliitn►tt eget- Date 1/21/2025 Title Ken Coulson, President Date V*td Form #621 1120 Solicitation # B2500001 Page 51 Form 1413 - Weld County Bidder's List -- Weld BIDDERS County LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Date WCR 37 from WCR 8 to SH 52 B2500001 B2500001 _/21/2025 Contractor Coulson Excavating Company, Inc. Region N/A Subcontractors/Suppliers/Vendors: The bidder must list all firms seeking to participate on the contract. Failure to submit this form may result In the proposal being rejected. Firm Name Em ail Work Proposed (Select al that apply) DBE (Y/N) Selected (YIN) Loveland Barricade LLC joe@lovelandbarricade.com Traffic Control, N N N Pavement Marking Majestic Surveying steves@majesticsurveying.com Const. Surveying N Y Suncor Energy Asphalt Cement Supply N aiwoods@Suncor.com Erosion Control, Seeding y Smith Environmental and Engineering connorlowndes@smithdelivers.com All Cowboy Erosion Control allcowboyestimating@gmail.com gmail.com Erosion Control, Seeding Y Diversified Underground Inc. cassandra@duinc.work Potholing Y N Triple S Hydrovac Services ericrnoncada@tripleshydrovac.com I Potholing N N Drexell, Barrell & Co. mselders@drexelbarrell.com Const. Surveying N N Alpha Milling Asphalt Planing N N bray@alphamilling.com Lightfield Enterprises, Inc. dbrostrom@Iightfieldenterprises.com A Traffic Control I Colorado Barricade Co. rodney@coloradobarricade.com Pavement Marking �] -1 I certify that the Information provided herein is true and correct to the best of my knowledge. - Name Ken Coulson &gnat nivals Title President tDate 1/21/2025 — work Proposed Categories: 1 Materials and Supplies 2 Flagging and Traffic Control 3. Trucking and Hauling 4. Precast Concrete. Foundations. and Footings 5 Concrete Paving Flatwark and Repair 6. Lighting and Electrical 7. Signs. Signal Installation. and Guardrail 8, Fencing 9. Buildings and Vertical Structures 10. Utility. Water and Sewer Lines Thisform must ne sllbmltteci Dv' toe proposal aeaallne. 11. Structural Steel and Steel Reinforcement 12. Ripnap and Anchored Retaining Walls 13. Landscape and Erosion Control 14. Bridge and Bridge Deck Construction 15. Asphalt Paving 16_ Road and Parking Lot Marking IT Chip Seal, Crack Seal. Joint Seal and Crack Fill 16. 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 Safely Weld County Form #1413 08/22 Solicitation # B2500001 Page 52 Performance Bond (Page 1 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay Project KNOW ALL MEN BY THE PRESENTS; that Coulson Excavating Company, Inc. Bond Number: 30226154 (Name of Contractor) 3609 Madison Ave., Loveland, CO 80538 Address of Contractor) and a (Corporation, Partnership, or Individual) Western Surety Company , hereinafter called Contractor, (Name of Surety) 151 N Franklin St., Chicago, IL 60606 (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 one million seven hundred ninety two thousand two hundred twentnine dollars and twenty five cents, ($1702,229,25) 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 February, 2025, a copy of which is hereto attached and made a part hereof for the construction of: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Solicitation N umber: B2500001. N OW 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. P ROVIDED, 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) WCR 37 From WCR 8 to SH 52 Mill and Overlay 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 February, 2025. Coulson Excavating Company, Inc. Writ. CQ&A f tesJ /vi (erst 4ces? Not Applicable Loveland, CO 80538 (Address) (Address) Western Surety Company ATTEST: Not Applicable (Surety) Secretary ashl4;a McCaughey Att 151 N Franklin St. e -I Fact (Address) Chicago, IL 60606 Not Applicable Not Applicable By _ Ashley Allen, rety Witness 7600 East Orchard Road,Suite 230 South Greenwood Village, CO 80111 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. Bond Number 30226154 Labor & Materials Payment Bond (Page 1 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay Project KNOW ALL MEN BY THE PRESENTS; that Coulson Excavating Company, Inc. (Name of Contractor) 3609 Madison Ave., Loveland, CO 80538 (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Western Surety Company (Name of Surety) 151 N Franklin St.. Chicago. IL 60606 (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 one million seven hundred ninety two thousand two hundred twenty nine dollars and twenty five cents, ($1,792,229.251, 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 February, 2025, a copy of which is hereto attached and made a part hereof for the construction of: WCR 37 From WCR 8 to SH 52 Mill and Overlay Project described in the Solicitation Number: B2500001. 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 Payment Bond (Page 2 of 2) WCR 37 From WCR 8 to SH 52 Mill and Overlay 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. 111;41ESS WHEREOF, this instrument is executed in two (2) counterparts, each one of 'S be deemed an original, this day of February, 2025. to on _ ating Company, Inc. ontractor ntractor) Secret ry taws �fl ss's\ Not Applicable 3609 Madison Ave. (Witness as to Contractor) (Address) Not Applicable Loveland, CO 80538 (Address) Not Applicable Not Applicable ATTEST: Western Surety Company (Surety) (X39g( r (SEAL) By: Witness as to Surety A&,ley Allen 7600 East Orchard Road, Suite 230 South, Greenwood Village, CO 80111 (Address) By et/ Alto e -in-Fact Asnilea Mcau ' he y � v U 151 N Franklin St.. Chicago, IL 60606 (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. 4 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Mark Sweigart, Donald E Appleby, Todd D Bengford, Sarah C Brown, Mary Ashley Allen, Alissa K Cahalan, Ashlea McCaughey, Individually of Greenwood Village, CO, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 7th day of November, 2024. State of South Dakota County of Minnehaha ss Off ct °ftat ~sir 0 (imps n\ Se Atte 271 7 •ma N���� WESTERN SURETY COMPANY Larry Kasten, Vice President On this 7th day of November, 2024, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation andthat he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires March 2, 2026 i M. BENT a it ''+ �7 NOTARY PUBLIC ; s -?' SOUTH DAKOTA - , a ♦soloonoonop4o.1/2%* SC,% 0f.%I,*. + CERTIFICATE M. Bent, Notary Public I, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of February 2025 . ,er.--�'••����o�%. WESTERN SURETY COMPANY y� �T Qa BS% Authorizing By -Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY Paula Kolsrud, Assistant Secretary This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April, 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company " Go to www.cnasuret%.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Form F4280-6-2023 ACOREP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/11/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Holmes Murphy & Associates 2727 Grand Prairie Parkway Waukee IA 50263 CONTACT NAME: Vella Mancha PHONE (A/C, No, Ext): E-MAIL ADDRESS: vmancha@holmesmurphy.com FAX A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Company 16535 INSURED Coulson Excavating Company, Inc. 3609 North County Road #13 Loveland, CO 80538 COUEXCPC INSURER B : Great American Insurance Company 16691 INSURER C : Navigators Specialty Insurance Company 36056 INSURER D : AGCS Marine Insurance Company INSURER E : 22837 INSURER F : COVERAGES CERTIFICATE NUMBER: 549018006 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AINSDL D SUBR WVD POLICY NUMBERPOLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GLO388894918 5/1/2024 5/1/2025 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) S 100,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 4,000,000 POLICY X JECOT X LOC PRODUCTS - COMP/OP AGG S 4,000,000 S OTHER: A AUTOMOBILE LIABILITY BAP388895018 5/1/2024 5/1/2025 COMBINED SINGLE LIMIT (Ea accident) S 2,000,000 X ANY AUTO BODILY INJURY (Per person) S OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) S X HIRED AUTOS ONLY x NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) S X Policy: CUMBR : TU S B UMBRELLA LIAB X OCCUR TUE033270515 5/1/2024 5/1/2025 EACH OCCURRENCE $ 10,000,000 X EXCESS LIAB CLAIMS -MADE AGGREGATE S 10,000,000 S DED RETENTION S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N / A WC388895918 5/1/2024 5/1/2025 X PER STATUTE OTH- ER E.L. EACH ACCIDENT S 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N E.L. DISEASE- EA EMPLOYEE S 1,000,000 (Mandatory in NH) If yes. describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S 1,000,000 C D Pollution/Professional Liab Leased/Rented Equipment SF24ECP0A2YQ7IC MZI93071975 5/1/2024 5/1/2024 5/1/2025 5/1/2025 Si Mil Each/Aggregate $900,000 Limit $25,000Deductible $1,000 Deductible DESCRIPTION Project: As required Liability As required Workers OF WCR by with respect by Compensation OPERATIONS 37 written written / LOCATIONS / VEHICLES From WCR 8 to SH 52 Mill and contract or written agreement, to the above referenced, contract or written agreement, and General Liability (ACORD Overlay per with policy respects 101, Weld terms a Waiver Additional Remarks County, Colorado, and conditions. of Subrogation to the above Schedule, may its officers, in favor referenced, be attached of per if more and its employees Weld County, policy terms space is required) are included Colorado, its and conditions. as Additional Insureds officers, and its employees under applies General to CERTIFICATE HOLDER CANCELLATION Board of Weld County Commissioners, Weld County, Colorado P.O. Box 758 1111 H Street Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE lkf ALL r 'ix,' ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Blanket Notification to Others of Cancellation or Non -Renewal ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 3888949-18 Effective Date: 05/01/2024 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1. or Paragraph B.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U -GL -1521-B CW (01/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. SCHEDULE The this total endorsement number of is days amended for mailing to or delivering indicate the following with respect number to of Paragraph days: B.1. of * The this endorsement total number of is days amended for mailing to or delivering indicate the following with respect number to of Paragraph days: B.2. of ** * If ** a number If a number is not is not shown shown here, 10 here, days 30 days continues continues to apply. to apply. All other terms and conditions of this policy remain unchanged. U -GL -1521-B CW (01/19) Page 2of2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO388894918 Effective Date: 05/01/2024 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1 .b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U -GL -2162-A CW (02/19) Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: ti) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. (3) Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -GL -2162-A CW (02/19) Page 2 of 4 B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" o r "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event of occurrence, offense, Claim or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an e ndorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this e ndorsement, the following is added to Section III - Limits of Insurance: Additional Insured - Automatic - Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U -GL -2162-A CW (02/19) Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U -GL -2162-A CW (02/19) Page 4of4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l Prem. Return Prem. GLO3888959-18 05/01/2024 05/1/2025 05/01/2024 79631000 $ INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, EXCEPT WHERE PROHIBITED BY LAW This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 5/1/2024 Policy No. WC388895918 Endorsement No. Insured Coulson Excavating Company, Inc. Premium $ Insurance Company Zurich American Insurance Company Countersigned By WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance MEMORANDUM Date: January 28, 2025 To: Toby Taylor, Purchasing Manager, Weld County Purchasing From: Erich Green, Engineer III, Weld County Public Works RE: Solicitation No. B2500001 WCR 37 From WCR 8 to SH 52 Mill and Overlay Project (Best Value Procurement Method) Public Works is utilizing the best value procurement method to select a contractor for a mill and overlay of WCR 37 from WCR 8 to SH 52. Five (5) contractors submitted proposals (Coulson Excavating Company, Inc., Martin Marietta Materials, Inc., Asphalt Specialties Company, Inc., Brannan Sand and Gravel Company, LLC, and Colorado Paving Inc.). The Public Works and Purchasing Departments reviewed the submitted proposals in accordance with the Best Value procurement method outlined in Chapter 5, Article IV, Sec. 5-4-40. Following initial review by Public Works staff and coordination with the Purchasing Department, four (4) of the 5 proposals were determined to be unresponsive but Coulson Excavating Company, Inc. (Coulson) remains in consideration. A review team consisting of 5 Public Works staff members has reviewed and scored the Coulson proposal based on all scoring criteria, and Coulson received a total score of 249.50 out of 300. Please refer to the review score summary below. Review Score Summary Contractor Technical (out Total Score of 250) Schedule (out Score Total of 20) (out Total Score Cost of 30) bout RFP Total Score of 300) Cost Coulson Excavating Inc. 199.50 20.00 30.00 249.50 $1,792,229.25 Company, The Engineer's Estimate for the project was $2,328,028.75. Coulson's proposal indicates they can meet the construction schedule while completing the project for $1,792,229.25 (about 23% less than the Engineer's Estimate). In addition, Coulson has provided good responses to the questions included in the solicitation, strong recent example projects, and has completed quality work for Weld County in the past. Therefore, Public Works recommends awarding the contract to Coulson Excavating Company, Inc. for an amount not to exceed $1,792,229.25. Per the bid documents, construction is anticipated to start on or around April 3, 2025 and be completed no later than May 30, 2025. Public Works has budgeted for this project in its 2025 budget. I will plan on attending the BOCC hearing to answer any questions the Board may have. ZN) ZoZS-oz74 6Cuc3 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@weld.gov cgeisert(a≥weld.gov ttaylor(cweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: JANUARY 21, 2025 REQUEST FOR: WCR 37 FROM WCR 8 TO SH 52 MILL & OVERLAY PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2500001 PRESENT DATE: JANUARY 27, 2025 APPROVAL DATE: TBD (FEBRUARY 10, 2025) VENDORS COULSON EXCAVATING 3609 MADISON AVENUE LOVE LA N D CO 80538 MARTIN MARIETTA INC (Non -Responsive) 1800 NORTH TAFT HILL RD FORT COLLINS CO 80521 ASPHALT SPECIALTIES (Non -Responsive) 345 WEST 62N° AVENUE DENVER CO 80216 BRANNAN SAND AND GRAVEL CO(Non-Responsive) 2500 BRANNAN WAY DENVER CO 80229 COLORADO PAVING CO (Non -Responsive) 15210 EDNA DRIVE BRIGHTON CO 80630 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE PROPOSALS. 7/to Zo?5-CZ1L1 £C-,0U7S3 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(Sweld.gov cgeisert(c≥weld.gov ttavlor c(r�,weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: JANUARY 21, 2025 REQUEST FOR: WCR 37 FROM WCR 8 TO SH 52 MILL & OVERLAY PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2500001 PRESENT DATE: JANUARY 27, 2025 APPROVAL DATE: TBD VENDORS COULSON EXCAVATING 3609 MADISON AVENUE LOVELAND CO 80538 MARTIN MARIETTA INC (Non -Responsive) 1800 NORTH TAFT HILL RD FORT COLLINS CO 80521 ASPHALT SPECIALTIES (Non -Responsive) 345 WEST 62ND AVENUE DENVER CO 80216 BRANNAN SAND AND GRAVEL CO(Non-Responsive) 2500 BRANNAN WAY DENVER CO 80229 COLORADO PAVING CO (Non -Responsive) 15210 EDNA DRIVE BRIGHTON CO 80630 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE PROPOSALS. 2025-0274 1/zi EC -,0o$3 Hello