Loading...
HomeMy WebLinkAbout20213301.tiffC0HVNf I j:55(0 a MEMORANDUM TO: Esther Gesick, CTB DATE: February 7, 2022 FROM: Cameron Parrott, P.E., Public Works SUBJECT: B2100145 — 35th Ave and O St Roundabout Project Please place the attached contract on the next available BOCC consent agenda. The contract is for the construction of the 35th Ave. and O St. Roundabout project. The Board awarded the contract to IHC Scott on January 31, 2022. The Contract ID No. is 5562. The Tyler Reference No. is 2021-3301. The contract is for an amount not to exceed $7,403,932.56. The contract amount was included in the 2021 and 2022 Public Works budget. I will plan on attending the meeting to answer any questions. cG: con�- o2/ICI I Z Z 2021 -3301 MEMORANDUM Date: February 10, 2022 To: Esther Gesick, Clerk to the Board From: Cameron Parrott, P.E., Senior Engineer RE: Bid Request No. B2100145 35th Ave. and O St. Roundabout Project Original Contract and Bonds for Signatures/Dates On January 31St, 2022 the Weld County Board of Commissioners awarded the 35th Ave. and 'O' St. Roundabout project to IHC Scott. IHC Scott has sent over an original signed agreement for execution along with 2 copies each of their Performance and Labor Bonds for having the contract date added to them. Electronic versions of these documents have already been used to route the contract through OnBase for approvals. IHC Scott is asking for an original signed agreement to be returned to them along with an original of each of the newly dated Performance and Labor bonds. We are hoping this item will make it onto the February 14th, 2022 BOCC meeting's consent agenda. Please let me know if you need any additional information or have any questions related to this. PERFORMANCE BOND Bond No. K40277596 (PAGE 1 OF 2) PROJECT DESCRIPTION: 35TH AVE. & O ST. ROUNDABOUT KNOW ALL MEN BY THE PRESENTS; that IHC Scott, Inc. (Name of Contractor) 7135 S. Tucson Way, Centennial, CO 80112 Address of Contractor) Corporation , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Federal Insurance Company (Name of Surety) 202B Halls Mill Road, PO Box 1650 Whitehouse Station, NJ 08889-1650 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County. Colorado (Name of Owner) P.O. Box 758 1111 H Street, Greeley Colorado 80632 (Address of Owner) Seven Million Four Hundred Three Thousand hereinafter called Owner, in the penal sum of Nine Hundred Thirty -Two and 56/100 Dollars, ($_7,403,932.56 ). in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the 14th day of February 2022, a copy of which is hereto attached and made a part hereof for the construction of: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: 35TH AVE. & O ST. ROUNDABOUT 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 (counterparts, each one of which shall be deemed an original, this day of . , 2022. IHC Scott, Inc. Contra tor- BY (Contrac or) Secretary (SEAL) 7135 S. Tucson Way (Address) Centennial, CO 80112 (Address) ATTEST: (Surety) Secretary (SEAL) ttorney-in-Fact 302 W. 5400 S., Suite 101 (Address) Murray, UT 84107 Federal Insurance Company BY, Danielle Marchant 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. CHUBS' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Katlyn Bigelow, Danielle Marchant, Adam Snow, W. Douglas Snow, Vicki Sorensen and Brady Thorn ofSalt Lake City, Utah------------------------------------------------------------------------------------------------------------------------------------------------------------------ each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day of December, 2021. Dawn M. Mims. Assistant Scretary STATE OF NEW JERSEY County of Hunterdon Stephen M. I laney, Vice President On this 30th day of December, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal KATMERI J. AOELAAR TAq NOTARYPUBLIC OF NEW JERSEY ��r 00 No.2376686 116tdC Conrnlstslon Expires July 16, 2024 Nmary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20.2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered Into In the ordinary course of business (each a 'Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -In -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action Is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to appoint In writing any person the attorney -In - fact of the Company with full power and authorityto execute, for and on behalfoftheCompany, under the seal of the Company orotherwlse,such Written CommitmentsoftheCompany as may be specified in such written appointment, which specification maybe by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested.' I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this February 3, 2022 Dawn M. Chloros, r4sofstanI. Srxrelary'' IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908)903-3493 Fax (908) 903-3656 e-mail: surety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) LABOR & MATERIALS PAYMENT BOND Bond No. K40277596 (PAGE 1 OF 2) PROJECT: 35TH AVE. & O ST. ROUNDABOUT KNOW ALL MEN BY THE PRESENTS; that IHC Scott, Inc. (Name of Contractor) 7135 S. Tucson Way Centennial, CO 80112 (Address of Contractor) Corporation , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Federal Insurance Company (Name of Surety) 202B Halls Mill Road, PO Box 1650 Whitehouse Station, NJ 08889-1650 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County. Colorado (Name of Owner) P.O.Box 758 1111 H Street, Greeley, Colorado 80632 (Address of Owner) Seven Million Four Hundred and Three Thousand hereinafter called Owner, in the penal sum of Nine Hundred Thirty Two and 56/100 Dollars ($ $7,403,932.56 ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the 14th day of February , 2022, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. 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 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) 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. PROJECT: 35TH AVE. & O ST. ROUNDABOUT 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 gxecuted in two (2) count rparts, each one of which shall be deemed an original, this I day of , 2022. IHC Scott, Inc. Contractor By (Contractor) Sec a (SEAL) / //� ('Witness as to Con�rac 7135 S. Tucson Way, Centennial CO 80112 (Address) ATTEST: ..� ret Secretary (SEAL) Wtnes�sis to Suret — Q 2026 Halls Mill Ro , PO Box 1650 Whitehouse Station, NJ 08889-1650 (Address) 7135 S. Tucson Way (Address) Centennial, CO 80112 Federal Insurance Company ney-i .-Fact anielle Marchant 202 B Halls Mill Road, PO Box 1650 Whitehouse Station, NJ 08889-1650 (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. CHUBB` Power of Attorney Federal Insurance Company ( Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Katlyn Bigelow, Danielle Marchant, Adam Snow, W. Douglas Snow, Vicki Sorensen and Brady Thorn ofSalt Lake City, Utah---------------------------------------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day of December, 2021. Davin M. Chlurrx,, Assistant Secretary STATE OF NEW JERSEY County of Hunterdon ss. Stephen M. Raney, Vice President On this 30th day of December, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal 'KATHERINE J. ADELAAR NOTARYPUBLIC OF NEW JERBI!Y Itii1 J No. 2sieaae Commission Expires July 18.2024 Na ny Public R9 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered Into In the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -In -fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for In such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified In such written appointment; which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authorityof officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not linit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and In full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this February 3, 2022 Dawn M. Chkrras, Assistant Sctretary4' IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903- 3493 Fax 908 903- 3656 a -mall: surety@chubh.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19I AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & IHC SCOTT 35TH AVE. & O ST. ROUNDABOUTPROJECT THIS AGREEMENT is made and entered into this /4 day of 2022, by and between the Board of Weld County Commissioners, on behalf of the DepartmeiJ of Public Works, hereinafter referred to as "County," and IHC Scott , whose offices are located at 7135 S. Tucson Way, Centennial, CO. 80112 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 (RFP) as set forth in Bid Package No. B2100145. 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 $ 7,403,932.56 , 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) The Work includes Construction Surveying and/or Survey Monumentation and/or (2) Plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to: (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. (1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. (2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. (3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. (4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false - work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. (5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, 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: Position: Address: Address: E-mail: Phone: County: Weld County Public Works Name: Cameron Parrott, P.E. Position: Senior Engineer Address: P.O. Box 758 Address: 1111 H Street, Greeley, CO. 80632-758 E-mail: cparrott@weldgov.com Phone: (970) 400-3745 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that 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.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: C'5 \�`\ Title: V \ CL. lyc WELD COUNTY: ATTEST: Wel' BY: Dep Date of Signature BOARD OF COUNTY COMMISSIONERS ELD COUNTY, COLORADO tt K. James, Chair FEB 1 4 2022 o2oo2J -330/ CAn101 I h WELD COUN-Y PROPOSAL REQUEST NO. 82100145 1 PAGE OF DOCUMENT INCLUDED IN PAPER FILE. REMAINDER RETAINED ELECTRONICALLY IN TYLER. WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR 35TH AVE. & O ST. ROUNDABOUT PROJECT November 15, 2021 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 I WAi• i P1t'a1 • • " • 1 • : II r The Weld County Public Works Department is seeking proposals from short-listed contractors for construction services related to the building of a new roundabout at the intersection of N. 35th Avenue and 'O' Street near Greeley, CO. The Best Value QBS process outlined in Chapter 5, Section 5-4-150 (C) of the Weld County Code will be utilized to select the contractor. As part of the proposal, Contractors shall include a construction bid as outlined below in Item III. II. General Project Description This project will reconstruct the intersection of N. 35th Avenue and 'O' Street by converting the existing 4 -way stop controlled intersection into a 4 legged roundabout. III. Scope of Services The services requested involve heavy civil construction generally consisting of but not limited to 1. Clearing and Grubbing of the project site 2. Laying out and staking construction extents 3. Stripping and stockpiling topsoil 4. Reconditioning 3' of in -situ soil over a 28,000+ square yard area 5. Coordination with utility relocations from third parties 6. Importing and placing 35,000+ CY of borrow material 7. Installation of 8,700+ tons of aggregate base course material 8. Installation of 2,600+ linear feet of drainage pipe in various sizes 9. Installation of 8 curb inlets, 6 manholes, and 6 other miscellaneous concrete structures 10. Installation of 4,000+ tons of hot mix asphalt 11. Installation of 18,400+ square yards of concrete pavement 12. Installation of 8,400+ linear feet of concrete curb and gutter 13. Installation of pavement markings and signs 14. Work site traffic control 15. Reclamation of the work site (approx. 6.3 acres) The project schedule currently anticipates the following construction phase milestones: CAf iDI I H Selection Process Schedule (Subject to Change) RFP Issued at Pre -Proposal Meeting .................................. December 13, 2021 Proposals Due..................................................................... January 6, 2022 Interviews (If Needed).......................................................... January 13, 2022 Construction Milestones (Subject to Change) Construction Contract Awarded ........................................... January 31, 2022 Contractor Issued Notice to Proceed...................................February 9, 2022 Construction Completed...................................................... September 12, 2022 VI. Instructions to Contractors A. Submittal Requirements 1. Qualified contractors interested in performing the work described in this request for proposals shall submit the following information to the County. a) A list of critical issues that the contractor considers to be of importance for the project. b) A construction schedule showing major construction items associated with this project, and how your firm would complete the project within the contract time. c) Completed bid proposal forms found in Attachment A (pages 19-29). d) 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. 2. Limit the total length of your proposal to a maximum of proposals received that are longer than 15 pages in ler not count as pages. Section dividers also do not count or text on them, then they will be included in the pages included in this request which are mandatory to submit the page count for your proposal. These forms include 15 pages. The County will reject gth. The front and back cover will as pages unless they have photos count. The bid document forms with your bid will not be included in a) Bid Schedule (5 pages) b) Bid Bond (1 page) c) IRS Form W-9 (1 page) d) Title 49, CFR, Part 29 Debarment and Suspension Certification (1 page) e) Certification of Compliance with Equal Opportunity Clause Requirements (1 page) f) Anti -Collusion Affidavit (CDOT Form # 606) (1 page) g) Bidders List (CDOT Form # 1413) (1 page) 3. Proposals shall be mainly made up of 8 1/2" x 11" paper. 11" x 17" paper can only be used for presenting construction schedules, or example plan sheets. 3 C/tfllDl I h 4. Email. Due to COVID-19, emailed documents are required. Submittals may be emailed to bidsCcweldgov.com; however, if your submittal exceeds 25MB please upload it to https://www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. Weld County reserves the right to reject any and/or all proposals, to further negotiate with the successful contractor and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparation and submission shall be borne by the contractor. All information submitted in response to this request for proposal is public after the Notice of Award has been issued. The contractor should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data. If the contractor wishes to include such material, then the material should be supplied under separate cover and identified as confidential. Entire proposals marked confidential will not be honored. Weld County will endeavor to keep that information confidential, separate, and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. Questions related to the submittal requirements and procedures should be directed to: Cameron Parrott, P.E. — Senior Engineer 970-400-3745, cparrott@weldgov.com El CnniOI I r1 • PAR T ° _ 2 -.SELECTION PROCESS t s . Selection Criteria and Method Contractors will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. EVALUATION EVALUATION STANDARD SCORING WEIGHTING SCORE CRITERIA FACTOR RANGE • The proposal clearly shows an understanding Scope of of the project objectives. 1 to 5 4.0 4%-20% Proposal • The proposed methodology meets the desired goals of the County. • The proposal demonstrates that the team Critical clearly understands the major issues Issues associated with the project. 1 to 5 4.0 4% - 20 % • The proposal offers realistic solutions to the critical issues. • The team has described how it will control its construction costs. • The proposal describes how sub -contractors' Project costs will be controlled. Control • The team has demonstrated its ability to ensure 1 to 5 3.0 o 0 3% - 15/o that State and Federal procedures are used where appropriate. • The team has demonstrated a QA/QC process in place to manage the quality of the product. • The team's location does not affect the coordination of the project with the County. Work Location/ • The team is familiar with Weld County policies 1 to 5 1.0 1% - 5% Familiarity and construction criteria. • The team demonstrated knowledge of Weld County in general. • The costs were presented in a way that is reasonable and consistent with the project Cost and goals. 1 to 5 8.0 8% - 40% Schedule • The schedule contains sufficient detail to ensure the project goals are met. NOTE: The best value process will be utilized to select the Contractor. There will be no negotiation of the cost/fee after the Contractor is selected. Each scorer will rate the proposals based on the rating scale outlined above. After the scorer has scored each proposal, the individual proposal scores will be totaled. Each scorer's scores will be 61 F-AF1IDI I h ranked by score from highest to lowest. The proposal with the highest score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. If interviews are determined to be necessary for the selection process, Contractors will be evaluated on the following criteria. These criteria will be the basis for the scoring of the interview sessions. EVALUATION CRITERIA EVALUATION STANDARDS • Team proposed and clearly described their Work Approach approach for completing the project. • The team offered innovative ideas for the project. • The team's project manager has adequate qualifications and a proven track record to complete Project Manager Qualifications projects of this scope and complexity. • The team's project manager demonstrates effective communication skills. • The team's presentation was clear and easy to understand. Quality of Presentation • The people being interviewed displayed effective communication skills. • The team's use of audio-visual aids was effective. • The team provided good answers to the questions asked by the selection committee. Question/Answer Session • The answers provided by the team demonstrated a clear understanding of the project and the project goals. All Evaluation Criteria Must Be Met After all scorer rankings have been determined, each ranking will be totaled for each proposal based on their respective rankings (1St 2nd, 3rd, etc.) from the scorers. For each scorer, rank 1 will get 1 point, rank 2 will get 2 points, and so on. The points will be totaled for each proposal. The proposals will then be ranked by the aggregate score. The first ranked proposal will be considered the best value for the County. The first ranked proposal may not be the lowest overall cost. CAfliDi I I-\ ATTACHMENT A WELD COUNTY BID REQUEST NO. B2100145 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR 35TH AVE. & O ST. ROUNDABOUT PROJECT November 15, 2021 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 1 of 51 CAnlol I h ATTACHMENT A TABLE OF CONTENTS The following forms and provisions take precedence over plan drawings and supplement the 2019 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to administer the construction of this project. BIDDING REQUIREMENTS: Invitationto Bid..................................................................................................................................... 3 Instructionsto Bidders...................................................................................................................4 - 16 BidProposal.................................................................................................................................17 - 18 *Bid Schedule..............................................................................................................................19 - 22 *Bid Bond.............................................................................. *IRS Form W-9...................................................................... *Title 49, CFR, Part 29 Debarment and Suspension Certific *Certification of Compliance with Equal Opportunity Clause *Anti Collusion Affidavit (CDOT Form #606) ......................... *Bidders List (CDOT Form #1413) ........................................ *All Bidders must submit these forms with their Bid. CONTRACT FORMS: ation Reg i ............................................... 23 ............................................... 24 .............................6....................... 25 iirements....................................... 26 ...................................................... 27 ...................................................... 28 **Notice of Award................................................................................................................................ 29 **Agreement................................................................................................................................. 30 - 41 **Performance Bond.................................................................................................................... 42 - 43 **Labor and Materials Payment Bond.......................................................................................... 44 - 45 Noticeto Proceed............................................................................................................................... 46 ChangeOrder..................................................................................................................................... 47 Certificate of Substantial Completion.................................................................................................. 48 Lien Waiver (General Contractor)....................................................................................................... 49 Final Lien Waiver (Subcontractors)..................................................................................................... 50 Noticeof Acceptance.......................................................................................................................... 51 **Selected Bidder must submit these forms prior to Contract Award PROJECT SPECIAL PROVISIONS: Project Special Provisions Index......................................................................................PSP 1 - PSP 2 Project Special Provisions.......................................................................................... PSP 3 - PSP 166 CDOT Revised Standard Special Provisions Index.................................................................. PSP 167 CDOT Revised Standard Special Provisions ...........................................................PSP 168 - PSP 271 ADDITIONAL DOCUMENTS: Construction Plan Set............................................................................................. Separate Document Revised M&S Standards......................................................................................... Separate Document Geotechnical Engineering Report........................................................................... Separate Document Subsurface Utility Engineering Report.................................................................... Separate Document 2of51 CAfliDi I t% ATTACHMENT A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE................................................................................... NOVEMBER 15, 2021 BID NUMBER...................................................................... B2100145 DESCRIPTION.................................................................... 35TH AVE. & O ST. ROUNDABOUT MANDATORY PRE -BID CONFERENCE DATE ................. DECEMBER 9, 2021 BID DEADLINE DATE ......................................................... JANUARY 6, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: 35TH AVE. & O ST. ROUNDABOUT The project in general consists of installing a roundabout at the intersection of N. 35th Avenue (A.K.A. Weld County Road 35) and 'O' Street (A.K.A. Weld County Road 64) intersection near Greeley, Co. Bids for the above stated merchandise, equipment, and/or services will be received until: 10:00 A.M. on January 6, 2022 (Weld County Purchasing Time Clock). Due to COVID-19, instead of an "in- oerson" bid ooenina. the submitted bids will be read over a Conference Call on January 6. 2022 at 10:00 A.M. (MDT). To join, call the phone number and enter the conference ID provided below. PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 794582767# PAGES 1 - 15 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL THE INFORMATION CONTAINED IN PAGES 1 15 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW ON PAGE 16. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to 3of51 CAfliD1 I h ATTACHMENT A pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. Bid information can be found on the BidNet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County Emailed bids are required. Bids may be emailed to: bids _weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Bids shall be in PDF format and shall be less than 25MB in size. Please call Purchasing at 970-336-7225 if there are any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder 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. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one 4of51 CAflIDI I h ATTACHMENT A vendor. Terms Defined: Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction (Specifications), Section 101 and the Weld County Revisions to Section 101 of the Specifications. The term "Contract Documents" shall mean the documents included but not limited to: • Request for Qualifications • Request for Proposal/Bid • Contractor's Response to the Request for Proposal/Bid • All Addendums • All Appendices • All Exhibits • All Attachments • Specifications including Weld County Special Provisions, CDOT Project Special Provisions, CDOT Standard Special Provisions, CDOT Standard Provisions, CDOT Field Materials Manual, CDOT Construction Manual, CDOT Survey Manual, and other referenced sources. • Plans including detailed plans and standard plans • Except as otherwise specified in the Contract Documents, or otherwise directed by the County, references to standards, codes, or criteria shall mean the latest version in effect on the Proposal Due Date. Reference to "days" or "Days" contained in the Contract Documents shall mean "Calendar Days" unless otherwise specified. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state, and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: 5of51 CAflIDI I h ATTACHMENT A Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. In the Contract Documents, where appropriate: • The singular includes the plural and vice versa; • References to statutes or regulations include all statutory or regulatory provisions consolidating, amending, or replacing the statute or regulation referred to; • Words such as "herein," "hereof," and "hereunder" refer to the entire document in which they are contained and not to any particular provision or section; • Words not otherwise defined that have well-known technical or construction industry meanings are used in accordance with such recognized meanings; • References to Persons include their respective permitted successors and assigns and, in the case of Governmental Persons, Persons succeeding to their respective functions and capacities; and • Words of any gender used herein include each other gender where appropriate. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at their sole discretion, release any Bid at any time. 6of51 CAnlol I h ATTACHMENT A 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the Bidder whose Bid provides the Best Value to the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Contractors shall submit a list of all Subcontractors he/she expects to use in the Work with the Bid. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Contractors shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond, and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County, Colorado, its elected officials, and its employees as additionally insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the Contractor agrees that the signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful Contractor's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this request. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Contractor shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Contractor shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. 7of51 cnnioi i n ATTACHMENT A Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Contractor shall include in his/her Bid such sums as he/she deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Contractor shall by careful examination, satisfy himself/herself of the following: • Nature and location of the site where the Work is to be performed. • Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. • General local conditions. • Availability of lands as set forth in the General Conditions. Access to the Site: The Contractor shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Contractor shall carefully review the locations of the site where the work is to be performed. The Contractor shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is 8of51 CAn101 1 h ATTACHMENT A 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, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. B. Confidential Information: Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. C. Governmental Immunity: No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 9of51 CArlIDl I !- ATTACHMENT A D. Independent Contractor: Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. E. Compliance with Law: Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law/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. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Service or Work: Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) 10of51 CArlIDl I h ATTACHMENT A days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. L. 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. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. N. Subcontractors: 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, 11 of 51 CArlIDI I h ATTACHMENT A 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. O. Warranty: Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. P. Non -Assignment: Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates: The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been 12 of 51 -I'\ • 11 *7I W&1 ATTACHMENT A specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. X. INSURANCE REQUIREMENTS: Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to: (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. 13of51 C/�nloll P% ATTACHMENT A The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. (1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. (2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 14of51 CAflIDI I I% ATTACHMENT A (3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. (4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. (5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed 15of51 CArlIDI I h ATTACHMENT A or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements: The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Y. 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. 16 of 51 CArlIOU I h ATTACHMENT A BID PROPOSAL To: Weld County Purchasing Department Attention: Controller/Purchasing Director P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Bid Proposal for: 35TH AVE. & O ST. ROUNDABOUT PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the Work above indicated for the monies indicated below which includes all State, County, and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax, if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub -Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39- 26-114, CRS, and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor & Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. 17 of 51 CAfllDl I h ATTACHMENT A EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, the Bidder must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder, how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. For any discrepancy between words and figures; the words will control. All math will be checked, and the correct total used for determining the low bidder. All proposals must be received by 10:00 a.m. (Purchasing Clock) on the due date. 18 of 51 I-FA\•1101U ATTACHMENT A BID SCHEDULE Item Bid Schedule Item Description Unit Quit Unit Price ($) Total Price ($) 1 Clearing and Grubbing L S 1 2 Removal of Structure EACH 1 3 Removal of Pipe LF 254 4 Removal of Delineator EACH 5 5 Removal of Asphalt Mat (Planing) SY 14221 6 Removal of Ground Sign EACH 15 7 Removal of Ditch LF 40 8 Unclassified Excavation (Complete in Place) CY 3240 9 Unsuitable Material (Contingency) CY 5000 10 Borrow (Complete in Place)(R = 40 Min. CY 35114 11 Proof Rolling HOUR 80 12 Backhoe HOUR 40 13 Utility Potholing HOUR 20 14 Sweeping (With Pickup Broom) HOUR 100 15 Structure Backfill (Flow -Fill) (1,000 psi Weld County Mix) CY 1133 16 Topsoil CY 3354 17 Stockpile Topsoil CY 17788 18 Erosion Log Type 1 (12 Inch) LF 660 19 Silt Fence LF 3981 20 Aggregate Bag LF 138 21 Concrete Washout Structure EACH 1 22 Vehicle Tracking Pad EACH 4 23 Removal and Disposal of Sediment (Labor) HOUR 100 24 Erosion Control Management DAY 150 25 Temporary Berms LF 4069 26 Reset Mailbox Structure EACH 6 27 Seeding (Native) ACRE 6.3 28 Mulching (Hydraulic) ACRE 6.3 29 Soil Retention Blanket (Coconut) SY 10426 30 Turf Reinforcement Mat (Class 1) SY 500 31 Aggregate Base Course (Class 6)(R = 69 Min. TON 8789 32 Aggregate Base Course (Special) TON 1066 33 Reconditioning S ecial 3' Depth) SY 28063 34 Hot Mix Asphalt (Grading S (100) (PG 64-22) TON 3273 35 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 1091 36 Concrete Pavement (4 Inch) SY 1239 19 of 51 CAfliD1 I h IGr�rT . ►�`lLA i_1 Item Bid Schedule Item Description Unit Qui1 Unit Price ($) Total Price ($) 37 Concrete Pavement (8 Inch) (Special, Omaha Tan) SY 1756 38 Concrete Pavement (9 Inch) SY 18475 39 Concrete Pavement (9 Inch) (Special, Davis Red) SY 730 40 Concrete Pavement (9 Inch) (Fast Track) SY 500 41 Geotextile (Reinforcement) Tensar Tri-Ax 160 SY 27493 42 Riprap 9 Inch CY 5 43 Concrete Class D (4,500 psi Min. CY 66 44 Reinforcing Steel (Fy = 60,000 ksi) LB 13585 45 18 Inch Reinforced Concrete Pipe (Complete in Place) LF 84 46 23x14 Inch Reinforced Concrete Pipe Elliptical (Complete in Place) LF 1239 47 30x19 Inch Reinforced Concrete Pipe Elliptical (Complete in Place) LF 58 48 38x24 Inch Reinforced Concrete Pipe Elliptical (Complete in Place) LF 736 49 53x34 Inch Reinforced Concrete Pipe Elliptical (Complete in Place) LF 493 50 23x14 Inch Reinforced Concrete End Section Elliptical EACH 2 51 30x19 Inch Reinforced Concrete End Section Elliptical EACH 1 52 38x24 Inch Reinforced Concrete End Section Elliptical EACH 10 53 15 Inch Corrugated Aluminized Steel Pipe LF 120 54 24 Inch Corrugated Aluminized Steel Pipe LF 40 55 15 Inch Steel Aluminized End Section EACH 6 56 24 Inch Steel Aluminized End Section EACH 2 57 Inlet Type R L 5 (5 Foot) EACH 6 58 Inlet Type R L 10 (5 Foot) EACH 2 59 Manhole Box Base (5 Foot) EACH 2 60 Manhole Box Base (10 Foot) EACH 4 61 Curb and Gutter Type 2 (Section I -B LF 3619 62 Curb and Gutter Type 2 (Section I -M) (Special) LF 478 63 Curb and Gutter Type 2 (Section II -B LF 4367 64 Delineator (Flexible) (Special) (Type I EACH 45 65 Delineator (Flexible) (Special) (Type II EACH 21 66 Delineator (Flexible) (Special (Type III EACH 8 67 Sign Panel (Class I SF 174 68 Sign Panel (Class II SF 252 69 Steel Signpost 2x2 Inch Tubing) LF 676 70 Field Office (Class 2) EACH 1 71 Sanitary Facility EACH 2 72 Construction Surveying L S 1 73 Mobilization L S 1 20 of 51 CAflIDI I h ATTACHMENT A Item Bid Schedule Item Description Unit Quantity Unit Price ($) Total Price ($) 74 Epoxy Pavement Marking GAL 129 75 Preformed Thermoplastic Pavement Marking (Word -Symbol) SF 219 76 Preformed Thermoplastic Pavement Marking (Xwalk-Stop Line) SF 48 77 Flagging HOUR 500 78 Traffic Control Inspection DAY 150 79 Traffic Control (Signage) e L S 1 80 Traffic Control Management DAY 60 81 Portable Message Sign Panel DAY 100 82 Concrete Barrier (Temporary) LF 100 83 F/A Minor Contract Revisions F A 1 $500,000.00 $500,000.00 84 F/A Erosion Control F A 1 $50,000.00 $50,000.00 TOTAL BID ($) TOTAL BID (WRITTEN WORDS): Total Bid amount is to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the County reserves the right to reject any or all bids and to waive any informality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. Upon receipt of County's written acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by the AGREEMENT. 21 of 51 CArlIDI 1 h ATTACHMENT A The bid security attached is to become the property of the County in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the County caused thereby. Respectively submitted, By: (SEAL - If bid is by a corporation) Title: Address: NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance and Independent Assurance Testing Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Addendum No. Addendum No. Addendum No. Date: Date: Date: Date: By: By: By: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. Performance of each and every portion of the Work is included as part of the Contractor's Price. 2. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 3. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 4. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 5. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 22of51 CAnID11 H ATTACHMENT A 6. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 7. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100145 8. The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 9. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 10. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE E-MAIL DATE FAX TAX ID #. **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 —16. 23 of 51 CnrnDI 1 h ATTACHMENT A BID BOND PROJECT: 35TH AVE. & O ST. ROUNDABOUT 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 , 2022 for the 35TH AVE. & O ST. ROUNDABOUT, 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 ,2022 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal: Witness: Signature: Printed Name: Title: ATTEST: By:. Surety_ Signatu Title: ATTEST: By: Witness: Printed Name: 24 of 51 CAnIDI I h ATTACHMENT A Form W-9 I Request for Taxpayer Give Form to the (Rev. August 2013) Identification Number and Certification requester. Do not DepartnentoftheTreasury Send to the IRS. Internal Revenue Service Name (as shown on your income tax return) N N Ol Business name/disregarded entity name, if different from above f0 a c Check appropriate box for federal tax classification: Exemptions (see instructions): o ❑ Individual/sole ❑ C ❑ S Corporation Partnership ❑ Tnut/estate proprietor Corporation p Exempt payee code (if any) O2 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exemption from FATCA reporting code (if any) CL ❑ Other (see instructions) ► Address (number, street, and apt. or suite no.) I Requester's name and address (optional) V a m rB City, state, and ZIP code 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 the "Name" line I Social security number to avoid backup For individuals, this is your social sntnumber for a lwithholding. pr,ritoI 3.ForHowever, resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other id - m - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose Employer identification number number to enter. I I I Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. alyl l Signature of Here US. person► Data' General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at www.irs.gov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that page. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report. for example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (it any) indicating that you are exempt from the FATCA reporting, is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the 3. Claim exemption from backup withholding if you area U.S. exempt payee. If United States, provide Form W-9 to the partnersflp to establish your U.S. status applicable, you are also certifying that as a U.S. person, your allocable share of and avoid section 1446 withholding on your share of partnership income. any partnership income from a U.S. trade or business is not subject to the Cat. No. 10231X Form W-9 (Rev. 8-2013) 25 of 51 CAflIDI I !- ATTACHMENT A TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Proposer, each Major Participant) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. • Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years. • Does not have a proposed debarment pending. • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years. • Has not within the past 3 years had one or more public transactions (federal, state or local) terminated for cause or default. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of Award but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. Date: Signature Title 26 of 51 CAflIDI I H ATTACHMENT A *CERTIFICATION OF COMPLIANCE WITH EQUAL OPPORTUNITY CLAUSE REQUIREMENTS (To be signed by authorized signatories of Proposer and each Major Participant (except as excluded below)) The Proposer certifies that (1) [it/he/she] has has not developed affirmative action programs on file at each establishment pursuant to 41 CFR § 60-4 and (2) [it/he/she] has has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, [it/he/she] has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: , 2022 Proposer/Subcontractor Name: Signature: Title: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by Proposers and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. [Duplicate and modify this form as necessary for use by Proposer and each Subcontractor described above.] 27 of 51 CArlIDl I I-% ATTACHMENT A COLORADO DEPARTMENT OF TRANSPORTATION me sue. ANTI -COLLUSION AFFIDAVIT I hereby attest thatI am the person reonsitle within my firm to the final decision as to the peiice(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 an his or her behalf and on behalf of my firm_ I further attest that - I _ The price(s) and mount 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 prices) 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 prig 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 an this project, or to submit a bid hirer than, the bid of this firm, or any intentionally high or non- competifive bid or other farm 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 iriteintionalty high„ nonoarepebtlle or other form of corrnfrlernentaryr bid on this project 4_ The bid of my firm is made i n good faith and not pursuant to any consultation, convnuniicalion, agreement or discussed n with, or inducement or solicitation by or from any firm or person to submit any inieritirmnally high, noxncom- pelitive or other farm 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 n consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncorrrpelitive or other form of complementary bid or agreeing or promising to do so on this project. &_ My firm has not accepted or been promised any subcontract or agreement regard the sale of materials or services to any firm or person. and has riot been promised or paid cash or anything of value by any Inn or person, whether in connectiOn with this or any other project, in consideration for riy fiin"s suburirtling any intentionally high, noncoropeheve or other form of co tary bid, or agreeing or promising to do so. an this project_ 7_ 1 have made a diligent inquiry of all mernbers, officers, employees, and agents of my firm with respanotrittibs reloheg to the preparation, approval or serbmissior of my firms bid on this protect and have been advised by each of them that he or She has not partipOated in any carmmunication, consultation, discussion, agreement. collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit & I understand and my firm understands that any misstatement in the affidavit is and shelf be treated as a fraudulent concealment train the Colorado of Tranaportalion, 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_ %off, At ebft tY1ry'nmf(* ep (1114 2*a Cf fe*d wit &fn 5r f1 oAnw: =>r flia.*Nlfii.p $p rufiYlL' ifs* Sworn to before me this day of, 20 v I+ it Te"Sw &00" NOTE: This document must be signed In ink. COOT F Sias► ua Page 28 of 52 r=nrnoi r !- ATTACHMENT A OLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST PT*ctNwi�Dscd�on ProjsdNllnber Pcco1SAocasit Piiup+ el Contractor Region S*I�pNd0fE The lddor mt* list sl fins se0tdrg to {a" On the CQ1 t. This lefor r n is i*ed by the fJalaredoO of Tuiicn(COOT) to del airs overdl 9cM kr the Cfto*vsittged Ri*Ewees Eni rpdse Pi Peaks - tootibwnt t lhmwm yr. t In U* Finn Name Email Work (Select al that apply) DBE (YIN) Selected (WN) the intannaon provided h+v[r t is burr end +;torrselt to the bast of my knowledge. Name Signature/Initials Title Date Work Proposed Ca�aao,Aes: f 1 •Sd ut"G r ai' . !e& 9rr 1 S ed e Rg,.n? c'emen1 2 f . Cfearar r. rrJr}wJtaaIT, E ca-eaDanpp and f A.fat� nafs and '+y rth 's f 2 I pra.P ClrR:i raaa rV Yirar S 1~.arft'tt�eadr 2 Fra rgingarrd TrafAe co tfi,:>a' f 3 zardsr atv a,+KJ Ertas orr Ccrr1Of' 22 Eard SeYveyrrir s vices 3 rrrrckag err i HoWireg f 4 5nd o f orestrbt # on 23 Ptrdarn. Rsfatkarr8and Mrsn�tiuBrrt+9nf 4 Precast arse Foerrrdatrorrs. and f5 Apia 24. Ries and s+et�Forrp 6�ans Footrngs f fi Road and Pa,*ktrr Lor Ma,1 25 Wave 14arregamant and Recycl'rr g 5 Cauacreta Pavrng FJatt ark and Raper f 7 C,�ai .Seai Crack Seal L ins Seaf and 26 Srte Clean Ltp 6 Lrgnbngano Ef6GYT a! Cra;3-kF,1't 27 Afecha ncMarld HVAC 7 Sans SrgnalMstadfaion and Guanlrart f8 Badge Pairmrgand C5sbr, 28 Tunnel CarrsrnxPur 8 e,wriq f9 Sfalrk6ey ark t Gvngrrran lt+strlt 29. Prt Nnq arrd GaWta2 SO BwkIngs arid Vc+rtrcai $6 lures 20 Park, Lois and Cumme7 craf 5let afks 34) Env roi nGrrtal Heaiufi and Sabel�r, fd tJ fity_ Water and Seiii r Lines is farm must be subriEtted by the praposai dearline, For COOT prgecta, submitto odd hq_db.farms@,state co.ua. CDOT Form # 1413 12116 Page 29 of 52 CA rl l D l I h ATTACHMENT A NOTICE OF AWARD To: Project Description: 35TH AVE. & O ST. ROUNDABOUT This project will reconstruct the intersection of N. 35th Avenue and 'O' Street by converting the existing 4 -way stop controlled intersection into a 4 legged roundabout. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute one original of the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within five (5) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within five (5) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of 2022 Weld County, Colorado, Owner By: Cameron Parrott, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of 2022 Title: Page 30 of 52 CArl I ®I I M ATTACHMENT A AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & 35TH AVE. & O ST. ROUNDABOUT THIS AGREEMENT is made and entered into this _ day of , 2022, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works, hereinafter referred to as "County," and , hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Proposal (RFP) as set forth in Bid Package No. B2100145. 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 Page 31 of 52 C/\nlolI h ATTACHMENT A 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 $_ , 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 Page 32 of 52 CAflIDI I h ATTACHMENT A 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 Page 33 of 52 CArlIDI I h ATTACHMENT A County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24- 72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 Page 34 of 52 c AnloI I h ATTACHMENT A products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) The Work includes Construction Surveying and/or Survey Monumentation and/or (2) Plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to: (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by Page 35 of 52 KCII 11a1mSi1 ATTACHMENT A pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. (1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. (2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. (3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. (4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false - work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. Page 36 of 52 rZ^rIIDI I !- ATTACHMENT A (5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Page 37 of 52 CArllDl I !- ATTACHMENT A 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 Page 38 of 52 CArlIDI I h ATTACHMENT A Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Position: Address: Address: E-mail: Phone: County: Weld County Public Works Name: Cameron Parrott, P.E. Position: Senior Engineer Address: P.O. Box 758 Address: 1111 H Street, Greeley, CO. 80632-758 E-mail: cparrott@weldgov.com Phone: 970-400-3745 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed Page 39 of 52 CArlIDI I h ATTACHMENT A and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Page 40 of 52 CAnIDI I !- ATTACHMENT A Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that 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.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Page 41 of 52 CAflIDI 1 !- ATTACHMENT A Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair Page 42 of 52 GAflIDI 1 h ATTACHMENT A PERFORMANCE BOND (PAGE 1 OF 2) PROJECT DESCRIPTION: 35TH AVE. & O ST. ROUNDABOUT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ). in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of 2022, a copy of which is hereto attached and made a part hereof for the construction of: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. 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. Page 43 of 52 I •I1•]IW ATTACHMENT A PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: 35TH AVE. & O ST. ROUNDABOUT 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 , 2022. Contractor (Contractor) Secretary (SEAL) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) Attorney -in -Fact (Address) By By 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. Page 44 of 52 CArlIDI I h ATTACHMENT A LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: 35TH AVE. & O ST. ROUNDABOUT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758. 1111 H Street. Greelev, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2022, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. 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 Page 45 of 52 CArliDl 1 h ATTACHMENT A LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) 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. PROJECT: 35TH AVE. & O ST. ROUNDABOUT 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 , 2022. Contractor By. (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) ATTEST: (Surety) Secretary (SEAL) Witness as to Surety (Address) (Address) By Attorney -in -Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Page 46 of 52 CAflIDI I !- ATTACHMENT A NOTICE TO PROCEED To: Date: PROJECT: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. You are hereby notified to commence Work in accordance with the Agreement dated . The date of completion of all Work is, therefore By ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Cameron Parrott, P.E., Senior Engineer Weld County, Colorado, Owner Dated this day of , 2022. By Titl Page 47 of 52 CAflIDI I h ATTACHMENT A CHANGE ORDER NO. (EXAMPLE) Date: PROJECT: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145 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: Cameron Parrott, P.E. (Senior Engineer) APPROVALS: CONTRACTOR: Name: Title: Date: WELD COUNTY: BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board Chairperson Page 48 of 52 CAflIDI I h ATTACHMENT A CERTIFICATE OF SUBSTANTIAL COMPLETION Contractor: Contract For: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. 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 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Engineer: Contractor: Date: Date: Date: Page 49 of 52 CAflIDI I It ATTACHMENT A LIEN WAIVER (GENERAL CONTRACTOR) TO: Weld County Public Works Attn: Cameron Parrott, P.E., Senior Engineer P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: PROJECT: 35TH AVE. & O ST. ROUNDABOUT described in the Invitation for Bids, Bid No. B2100145. Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all claims on the part of our material suppliers, laborers, employees, servants and agents or subcontractors arising from our Work on the Project, and we further agree to reimburse the Board of County Commissioners of Weld County for any and all costs, including reasonable attorney fees, which they may incur as a result of such claims. Contractor By: Title: Date: STATE OF ) ss. COUNTY OF The foregoing instrument was acknowledged before me this day of , 2022, by My commission expires: Notary Public Page 50 of 52 rZ^n1DI I h ATTACHMENT A LIEN WAIVER (SUBCONTRACTORS) PROJECT: 35TH AVE. & O ST. ROUNDABOUT 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 , State of of which is the Owner. NOW, THEREFORE, this day of , 2022, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix Corporate seal here) (SEAL) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person 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. Page 51 of 52 CAnIDII h ATTACHMENT A NOTICE OF FINAL ACCEPTANCE TO: Date: RE: PROJECT: 35TH AVE. & O ST. ROUNDABOUT described in Bid No. B2100145. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about Final acceptance does not relieve the Contractor of the minimum one (1) year -guarantee on all work and materials incorporated into this Project. Such guarantee shall be -gin on the date of this acceptance. By: Cameron Parrott, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: Dated this day of By (Contractor) Title 2022. Page 52 of 52 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 35TH AVE & `O' ST ROUNDABOUT PROJECT SPECIAL PROVISIONS The Colorado Department of Transportation 2019 Standard Specifications for Road and Bridge Construction controls construction of this project. The latest revisions to issued Standard Special Provisions (SSP) that modify the Standard Specifications, the CDOT Field Materials Manual and the CDOT Construction Manual are hereby incorporated by reference. The following Project Special Provisions (PSP) supplement and/or modify the Standard Specifications and take precedence over the Standard Specifications and Plans. Section Date Page Index of Project Special Provisions November 2021 PSP1 Notice to Bidders November 2021 PSP3 Commencement and Completion of Work November 2021 PSP4 Revision of Section 101 — Definitions and Terms November 2021 PSP5 Revision of Section 102 — Bidding Requirements and Conditions November 2021 PSP6 Revision of Section 104 - Scope of Work November 2021 PSP7 Revision of Section 105 — Control of Work November 2021 PSP10 Revision of Section 106 — Control of Material November 2021 PSP17 Revision of Section 107 — Legal Relations and Responsibility to Public November 2021 PSP23 Revision of Section 108 — Prosecution and Progress November 2021 PSP25 Revision of Section 109 — Measurement and Payment November 2021 PSP28 Revision of Section 201 — Clearing and Grubbing November 2021 PSP31 Revision of Section 202 — Removal of Structures and Obstructions November 2021 PSP32 Revision of Section 203 — Excavation and Embankment November 2021 PSP36 Revision of Section 206 — Excavation and Backfill for Structures November 2021 PSP39 Revision of Section 207 — Topsoil November 2021 PSP41 Revision of Section 208 — Erosion Control November 2021 PSP49 Revision of Section 209 — Watering and Dust Palliatives November 2021 PSP85 Revision of Section 210— Reset Structures November 2021 PSP86 Revision of Section 212 — Seeding, Fertilizer, Soil Conditioner, and November 2021 PSP87 Sodding Revision of Section 213 — Mulching November 2021 PSP105 Revision of Section 216 — Soil Retention Covering November 2021 PSP106 Revision of Section 304 and 703 — Aggregate Base Course November 2021 PSP108 Revision of Section 306 — Reconditioning November 2021 PSP110 Revision of Section 401 — Plan Mix Pavements — General November 2021 PSP1 11 Revision of Section 403 — Hot Mix Asphalt November 2021 PSP112 Revision of Section 412 and 705 — Portland Cement Concrete Pavement November 2021 PSP116 Revision of Section 420 and 712 — Geosynthetics November 2021 PSP123 Revision of Section 506 — Riprap November 2021 PSP126 Revision of Section 601 - Structural Concrete November 2021 PSP127 Revision of Section 602 — Reinforcing Steel November 2021 PSP146 Revision of Section 603 — Culverts and Sewers November 2021 PSP147 Revision of Section 604 — Manholes, Inlets, and Meter Vaults November 2021 PSP148 Revision of Section 609 — Curb and Gutter November 2021 PSP149 Revision of Section 612 — Delineators and Reflectors November 2021 PSP150 Revision of Section 614 — Traffic Control Devices (Ground Signposts) November 2021 PSP151 Revision of Section 620 — Field Facilities November 2021 PSP153 Revision of Section 625 — Construction Surveying November 2021 PSP155 Revision of Section 626 — Mobilization November 2021 PSP157 PSP1 ATTACHMENT A 35th AVE & `O' ST ROUNDABOUT PROJECT November, 2021 2 INDEX OF PROJECT SPECIAL PROVISIONS Section Date Page Revision of Section 630 — Construction Zone Traffic Control November 2021 PSP158 Revision of Section 709 — Reinforcing Steel and Wire Rope November 2021 PSP160 Force Account Items November 2021 PSP161 Traffic Control Plan — General November 2021 PSP162 Utilities Coordination November 2021 PSP164 Irrigation Facilities Coordination November 2021 PSP166 PSP2 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent (5%) of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details. Information regarding the project may be obtained from the following authorized representatives. Cameron Parrott, P.E. Senior Engineer Don Dunker, P.E. County Engineer Weld County Public Works Department Weld County Public Works Department 1111 H Street 1111 H Street Greeley, CO 80632 Greeley, CO 80632 Office Phone: 970-400-3745 Office Phone: 970-400-3749 Cell Phone: 970-397-1305 Cell Phone: 970-397-6288 The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. END OF SECTION PSP3 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 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 within 150 Calendar Days unless the period for completion is extended otherwise by the County. In addition, the following work schedule conditions shall apply, and the full amount of daily liquidated damages shall apply to all these conditions until the condition is met. • Full closure of all four legs of the existing intersection shall be limited to a period of no more than 45 calendar days to complete tie-ins back to the existing roadways. Failure to comply with this shall result in the assessment of liquidated damages in accordance to Section 108.09. The Contractor's progress schedule may be a Bar Chart Schedule, shall be updated monthly, and shall be provided to the County for review. Failure to submit a reasonable and current schedule as required may result in the County withholding payment to the Contractor. Salient features to be shown on the Contractor's progress schedule are: (1) Mobilization (2) Traffic Control (3) Erosion Control (4) Construction Surveying (5) Clearing and Grubbing (6) Removal of Existing Pavement (7) Excavation and Embankment (8) Installation of Drainage and Irrigation Items (9) Aggregate Base Course (10) Concrete Pavement (11) Hot Mix Asphalt Pavement (12) Seeding and Mulching (13) Striping and Signing END OF SECTION PSP4 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 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 "Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction" dated 2019. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.10: "COOT Resident Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.28: "Department" shall mean the Weld County Public Works Department. Subsection 101.29: "Chief Engineer" shall mean the Weld County Public Works Director or designated representative. Subsection 101.36: Holidays recognized by Weld County are: New Year's Day (Friday, December 31, 2021) President's Day (Monday, February 21, 2022) Memorial Day (Monday, May 30, 2022) Independence Day (Monday, July 4, 2022) * Colorado Day (Tuesday, July 5, 2022) Labor Day (Monday, September 5, 2022) Veterans Day (Friday, November 11, 2022) Thanksgiving (Thursday, November 24, 2022) * Martin Luther King Day (Friday, November 25, 2022) Christmas (Friday, December 23, 2022) * Columbus Day (Monday, December 26, 2022) * These holidays are moved to allow more days off around larger holidays, dates shown preside. Subsection 101.37: "Inspector" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.51: "Project Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. Subsection 101.65: Roadway Prism shall be defined as toe of slope to toe of slope. Subsection 101.76: "State" shall mean Weld County. END OF SECTION PSP5 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Delete the first paragraph of the first sentence of Subsection 102.02 and replace with the following: The Department will publish bidding opportunities to prospective bidders at www.bidnetdirect.com. Delete the second paragraph of Subsection 102.02 and replace with: "All bidders on the projects shall submit bids by the following method: Bid Deliver' to Weld County: Emailed bids are required. Bids may be emailed to: bidsa-weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Bids shall be in PDF format and should be less than 25MB in size. If bids are larger than 25 MB, please contact the Engineer. Please call Purchasing at 970-336-7225 if there are any questions. Subsection 10205 shall 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. END OF SECTION PSP6 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 104.02(a) and replace as follows: 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. Lack of on -site appropriate strength materials. 5. Increased costs due to relocations of utilities and/or oil and gas facilities. 6. Increased costs due to ROW or easement acquisitions. 7. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. 8. Discovery of unknown irrigation facilities, landscape irrigation systems, or water wells. 9. On -site soils not suitable for structural foundations or embankments. 10. Unsuitable materials excavation. During the progress of work, if extraordinary conditions are discovered, the party discovering such conditions shall promptly notify the other party in writing of the specific conditions before the site is disturbed and the affected work is performed. The Contractor shall bear the burden of proving that a Differing Site Condition is an extraordinary circumstance, and that the Contractor could not have reasonably worked around the condition so as to avoid additional costs. Each request for a change order relating to a differing site condition shall be accompanied by a statement signed by a qualified professions setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change order under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. Upon written notifications, 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. Subsection 104.02(c) 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 PSP7 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 104 SCOPE OF WORK (2) When a major item of work is increased to more than 150 percent 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. Delete Subsection 104.05 and replace with the following: 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 Inspector. Subsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled to a disposal site approved by the Engineer. Excess soil materials 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 daily. 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. Subsection 104.07 paragraph 5, starting with "Net cost savings..." shall be revised as follows: Net cost savings on VECPs shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification. VECPs shall be submitted prior to the start of construction activities relating to the VECP. Subsection 104.07(d)(2) shall be deleted and replaced as follows: 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) — (gross cost of added work) = (gross savings) (gross savings) — (Contractor's eng. costs) — (County's eng. costs) = (net savings) Contractor's total incentive = (net savings)/2 PSP8 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 104 SCOPE OF WORK 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. 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. END OF SECTION PSP9 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 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 delineated in the Contract Documents. All employees shall have the skill and experience and any licenses or certifications required to perform the Work assigned to them. If the County determines in its sole discretion that any Person employed by the Contractor or by any Subcontractor is not performing the Work properly and skillfully, then, at the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s) or fails to furnish skilled and experienced personnel for the proper performance of the Work, then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Weld County in its sole discretion may require the Contractor to replace project management staff (Project Manager, Superintendent, Project Engineer, etc.) for any reason. This will also apply to all the Contractor's subcontractors. At the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s), then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Subsection 105.02 shall include the following paragraphs prior to Subsection 105.02(a): Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. For the purposes of review, working drawings are the same as shop drawings and shall be reviewed in the same manner. Subsection 105.02(f), paragraph 3 shall be revised to include the following: The Contractor shall provide "As -Constructed" drawings prior to final payment. The As -Constructed drawings shall be completed in accordance with 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. Delete Subsection 105.03, paragraph 5 and replace with the following: PSP10 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 105 CONTROL OF WORK 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. Delete Subsection 105.03, paragraph 7 and replace with the following: Materials will be sampled and tested by the Contractor in accordance with the sampling and testing schedules and procedures contained in the Contract Documents. The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit. The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant Material changes, or other unusual characteristics of the Work. Tests that are determined to have sampling or testing errors will not be used. The Contractor will not have the option of accepting a price reduction in lieu of producing Material that complies with the Contract Documents. Continued production of nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. Subsection 105.03 the two paragraphs following the TABLE OF PRICE REDUCTION FACTORS and starting with "If P is less ..." 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 together, and the resulting sum will be used to determine the total P value. If the total P value is between 0 (zero) and 25, the Engineer may require correction or may accept the material at a reduced price. If P is greater than 25, the Engineer may: (1) require complete removal and replacement with specification material at no additional cost to the Department; (2) require corrective action to bring the material into conformity at no additional cost to the Department; or (3) where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place with an appropriate price reduction to be based on engineering evaluation but not to be less than that which have occurred had a reduction been made where P=25. If the P for aggregate gradation for items 206, 304, or the gradation of hydrated lime for item 403 is 0 (zero) or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table: PSP11 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 105 CONTROL OF WORK Multiplier for Price Reduction for Miscellaneous items Item Number Description Element Multiplier (M) 206 Structural Backfill Gradation 4.0 304 Aggregate Base Course Gradation 4.0 403 Hot Mix Asphalt Hydrated Lime Gradation 4.0 Subsection 105.03(c) shall be added and shall include the following: (c) Conformity to the contract of embankment construction shall be determined in accordance with the following: 1. Process Control Plan. The Contractor shall be responsible for Process Control (PC) for all embankment material on this project. The Contractor shall submit a written Process Control Plan (PCP), including a methods statement, to the Engineer for acceptance. The PCP shall include but not be limited to the following: (1) Maximum lift thickness of eight inches in accordance with subsection 203.06 or as directed. (2) Compaction equipment capable of obtaining the specified compaction. (3) Water trucks with an adequate distribution system that will apply water evenly. (4) List of all inspection and materials testing forms and procedures utilized by the Contractor. (5) Adherence to Table 106-4 requiring minimum testing frequency. The Contractor shall submit the PCP at least five working days prior to 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 prior to payment for the work or upon request. Monthly certification reports shall be stamped with the seal of a Professional Engineer registered in Colorado. Failure to provide the Engineer with the necessary documentation will result in the suspension of payments on embankment until the documentation has been completed and accepted by the Engineer. Weld County Owner Acceptance (OA) documentation shall not be used as supporting documentation for the Contractors certification. PSP12 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 105 CONTROL OF WORK Weld County shall be responsible for OA and Independent Assurance Testing (IAT). Table 105-5, "V" Factors and Incentive Payments — Flexural Strength Criteria shall be replaced with the following: Maximum Lower Element V factor Incentive Tolerance Plan Value Payment Limit, TL Flexural 50 psi 0.00% 650 psi 650 psi Sti-en th Subsection 105.06 (f) will be used in determining low strength acceptance. 650 psi Flexural strength is the Lower Tolerance Limit. The Contractor shall, in the presence of the Engineer, develop a correlation curve during the first week of concrete production and placement in accordance with AASHTO T198 Splitting Tensile Strength of Cylindrical Concrete Specimens. Specimens will be evaluated per CP65-19 method B. Subsection 105.07(b)(1) shall be revised as follows: Delete the last sentence of the twelfth paragraph and replace with the following: "Within 24 hours after each profile is collected, the Contractor shall submit the data electronically to the Engineer and Inspector." Subsection 105.07(b)(2) shall be revised as follows: This Project will have no monetary incentive/disincentive payment associated with HMA Pavement Smoothness. However, the Contractor shall meet all requirements and conditions for Pavement Smoothness Category II (CDOT Table 105-6). Subsection 105.07(b)(2) shall be revised as follows: This project will have no monetary incentive/disincentive payment associated with PCCP pavement smoothness. However, the contractor shall meet all requirements and conditions for PCCP smoothness category II (CDOT Tables 105-07). Subsection 105.07(e) shall be revised as follows: Delete paragraph 1 and replace with the following: The Department will analyze the 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. PSP13 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.08 shall be revised as follows: The title heading for subsection 105.08 shall be: 105.08 Meetings Include the following paragraphs: 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 prior to the meeting for review. During the meeting, the Contractor shall lead the meeting and take attendance and meeting minutes. Meeting minutes shall be generated by the Contractor and shall be provided to the Engineer within 72 hours for review and acceptance. Subsection 105.09 shall be revised as follows: Delete subsection 105.09 and replace with the following: 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 i. Weld County Special Provisions ii. CDOT Project Special Provisions iii. 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 Project Plans ii. M & S Standard Plans iii. Calculated dimensions will govern over scaled dimensions 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 PSP14 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 105 CONTROL OF WORK determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. The Contractor shall not take advantage of any apparent error or omission in the Contract. Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of all errors which it may discover in the Contract Documents and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby. The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract. The fact that the Contract Documents omit or mis-describe any details of any work which is necessary to carry out the intent of the Contract Documents or that are customarily performed under similar circumstances, shall not relieve the Contractor from performing such omitted work or mis-described details of the work, and they shall be performed as if fully and correctly set forth and described in the Contract Documents, without entitlement to a change order except as specifically allowed. Subsection 105.10 shall be amended to include the following after the first paragraph: Failure to provide a full-time competent superintendent with the authorization to act for the Contractor on the project shall result in a payment deduction as outlined in the Weld County Revision to Section 108.09, Liquidated Damages Table. Furthermore, failure to provide a full-time competent superintendent shall be grounds for suspension of the Project until such time as a full- time competent 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 superintendent. Subsection 105.22 shall be revised to include the following: The Colorado Department of Transportation (CDOT) will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Delete the fourth paragraph and replace with the following: Non -binding arbitration or litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. Delete the fifth paragraph and replace with the following: PSP15 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 7 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. Subsection 105.24(c) is amended as follows: Delete "CDOT Audit Unit" and replace with "Weld County Board of Commissioners, 1150 O Street, Greeley, Co. 80632" Delete Subsection 105.24(f) and replace with the following: If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or non -binding arbitration to finally resolve the claim that the Contractor submitted to Weld County. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined herein. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or the Department at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed in accordance with the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for Weld County, unless both parties agree to the use of arbitration. If the Contractor selected non -binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of ARBITRATION PROVIDER'S Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (R35 through R39), the arbitrators shall issue a decision with regard to entitlement and a non -binding decision with regard to quantum. If either party disagrees with the decision on quantum, the disagreeing party may seek a trial de novo in Weld County District Court with regard to quantum only. END OF SECTION PSP16 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01, paragraph 4 shall be deleted. Subsection 106.03 shall include the following: Testing of embankment construction shall conform to the following: (a) The supervisor responsible for the direct supervision for the process control sampling and testing shall be identified in the PCP and be qualified according to the requirements of CP- 10 (Note: this will require a PE or a NICET Level III certification). (b) The technicians taking samples and performing tests must be qualified according to requirements of CP 10 (Note: this will require WAQTC qualification). The project verification sampling and testing procedures shown in the CDOT Field Materials Manual under the Frequency Guide Schedule for Minimum Materials Sampling, Testing and Inspection shall be used for the elements shown in Table 106-1. TABLE 106-1 EXCAVATION AND EMBANKMENT TESTING SCHEDULE Minimum Testing Frequency Element Minimum Testing Frequency Contractor's Process Control CDOT verification Testing None Required Soil Survey See CDOT Field Materials (Classification) Manual for Frequency 1 per soil type Moisture — Density Curve 1 per soil type 1 per 1,000 cubic yards In -Place Density 1 per 2,000 cubic yards or fraction thereof. or fraction thereof. I per 300 cubic yards In -Place Density when within 100 1 per 500 cubic yards or fraction thereof. ft. of Bridge Approach(s). s . or fraction thereof. 1 per 5,000 cubic yards 1 Point Check 1 per 10,000 cubic yards or fraction thereof. or fraction thereof. Qualifications for testing and personnel are contained in Section 203, Chapter 200 of the CDOT Field Materials Manual, CP-10, CP 13, CP 15, and CP 80, and the CDOT Inspectors Checklist. Subsection 106.05 shall include the following: This Project will utilize the following Revision of Section 106, Conformity to the Contract of Hot Mix Asphalt (Less than 5000 tons), dated October 1, 2021. OA sampling frequencies will follow Table 106-1 and Stratified Random Sampling Schedules. Although Incentive / Disincentive payments will not be made to the Contractor for Hot Mix Asphalt, the conformance to contract of the material and elements involved will be evaluated using the (Asphalt 03') Quality Project Management program and Section 105.03. Dispute of the OA acceptance test results in accordance with CP-17 will not be allowed unless Check Testing in accordance with CP-1 3 has been successfully completed for the elements PSP17 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 106 CONTROL OF MATERIAL specified. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with OA prior to 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, Weld County 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, will follow Table 106-1 note #1 using Asphalt Core samples tested per CP 44 (7-19), Method B. A Compaction Test Section or Gauge Correlation will not be required by Weld County. If PC performs gauge correlations, coring is 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 106-1 as stated below. 106.05 Sampling and Testing of Hot Mix Asphalt. All hot mix asphalt, Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested in accordance with the following program of process control testing and acceptance testing: The Contract will specify whether process control testing by the Contractor is mandatory or voluntary. 1. Process Control Testing. a. Mandatory Process Control. When process control testing is mandatory the Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-1. Process control testing shall be performed at the expense of the Contractor. After completion of compaction, in -place density tests for process control shall be taken at the frequency shown in Table 106-1. The results shall be reported in writing to the Engineer daily. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All 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. PSP18 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 106 CONTROL OF MATERIAL a. Voluntary Process Control. The Contractor may conduct process control testing. Process control testing is not required but is recommended on the elements and at the frequency listed in Table 106-1. All 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. 2. Acceptance Testing. Acceptance testing is the responsibility of the Department. For acceptance testing the Department will determine the locations where samples or measurements are to be taken and as designated in Section 403. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results will be in accordance with Table 106-1. 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 in accordance with the Schedule for Minimum Materials Sampling, Testing, and Inspection in the Department's Field Materials Manual. Samples for project acceptance testing shall be taken by the Contractor in accordance with 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. Dispute of the acceptance test results in accordance with CP-17 will 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 prior to or during incorporation into the work. PSP19 ATTACHMENT A 35th AVE & O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-1 SCHEDULE FOR MINIMUM SAMPLING AND TESTING FOR HMA Element Process Control Acceptance (1) Asphalt Content 1/500 tons 1/1000 tons Theoretical 1/1000 tons minimum Maximum 1/day 1/1000 tons, minimum 1/day Specific G.�ravit Gradation (2) 1/Day 1/2000 tons In -Place Density 1/500 tons 1/500 tons Joint, Density 1 core/2500 linear feet I core /5000 linear feet of joint of joint Aggregate 1/2000 tons or 1/Day if Percent less than 2000 tons 1 /2000 tons Moisture' 3) Percent Lime (3) - (4) 1/Day Not a 1cble applicable Notes: (a) The minimum number of in -place density tests for acceptance will be 5. (b) 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 1000 tons or fraction thereof. (c) 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. (d) Verified per Contractor's PC Plan. 3. Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated in accordance with 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 I 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: a. 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. b. 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 appropr ate. PSP20 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 106 CONTROL OF MATERIAL c. 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 106-1. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. Subsection 106.05 shall include the following: Acceptance flexural strength specimens will be cast, cured then tested for flexural strength by Contractor PC witnessed by the Engineer or an approved Weld County Representative. Test results not witnessed by Weld County will not be accepted. The Contractor shall, in the presence of the Engineer, develop a correlation curve during the first week of concrete production and placement in accordance with AASHTO 1198 Splitting Tensile Strength of Cylindrical Concrete Specimens. As stated in Subsection 105.06 Splitting Tensile Strength (AASHTO 1198) sampling and testing by Weld County is being used to determine the validity of Splitting Tensile Strength as an acceptance criterion and not a ratio or correlation to Flexural. Weld County OA will mold 6 — (6 x 12 inch) 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. Subsection 106.11 shall be deleted Add Subsection 106.14 Trade Names, Approved Equals, or Substitutes. PSP21 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 106 CONTROL OF MATERIAL To establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description or process or by designating a manufacturer by name and referring to that brand or product designation or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit. Whenever a process is designated, or a manufacturer's name, brand or item designation is given, or whenever a process or material covered by patent is designated or described, it shall be understood that the words "or approved equal" follow such name, designation, or description, whether in fact they do so or not. In order to be considered an "approved equal" the item shall meet or exceed the specifications for the designated item specifications in all categories. If it is desirable to furnish items of equipment by manufacturers other than those specified as a substitute after the Contract is executed, the Contractor shall secure approval prior to placing a purchase order or furnishing the same. If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of submission of the bid, no substitutions therefore will be permitted after a proposal has been accepted without the express consent of the Owner. END OF SECTION PSP22 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 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 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Subsection 107.15(b) shall be revised to include the following: The insurance certificates shall name "Weld County, Colorado, its officers, and employees" as additionally insured parties. Depending upon the funding source, it may be necessary to include additional insured parties. Subsection 107.17 — Delete the fifth paragraph beginning with "Loss, injury, or damage to the work..." and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to the County. Subsection 107.19 shall be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of-way, the Contractor shall obtain a right-of-way permit from the Public Works Right -of -Way Permitting Technician, 970-304-6496. Subsection 107.25 shall be revised to include the following prior to the first sentence: The requirements as called out in this subsection will be strictly enforced. If the area of disturbance for the project is less than one acre, Subsection 107.25(b)(6), paragraph two shall be deleted and replaced with the following: The Contractor shall record the location of potential pollutants on the plans. Descriptions of the potential pollutants shall be submitted for approval. If the area of disturbance for the project is less than one acre, Subsection 107.25 (c) shall be deleted and replaced with the following: PSP23 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC A Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) is required for this project. The Engineer will coordinate with Contractor as necessary prior to initiating partial or final acceptance of the stormwater construction work, including soil conditioning and seeding for permanent stabilization. Unsatisfactory and incomplete erosion control work will be identified in this walkthrough and will be summarized by the Engineer in a punch list. If the area of disturbance for the project is greater than one acre, Subsection 107.25(c), paragraph one shall be deleted and replaced with the following: The Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) shall be obtained by the Contractor. The Contractor and Weld County will be co-permittees. The Contractor shall coordinate with Weld County to become the Operator permittee of the respective permit upon award of the Contract. The Contractor shall provide a copy of permit certification as the Operator to the Engineer prior to or at the Pre -construction Conference. No work shall begin until the CDPS- SCP permit with Owner and Operator has been approved by CDPHE. A copy of the permit shall be placed in the project SWMP. The Contractor shall be responsible for complying with the applicable requirements of this permit. Per 107.25(d)(2), should any fines be levied by CDPHE, the Contractor shall be responsible for all such fines. The Contractor shall provide an Erosion Control Supervisor (ECS) for this project. END OF SECTION PSP24 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete the sixth paragraph of Subsection 108.01. Delete Subsection 108.02 and replace with the following: The Contractor shall not commence work prior to 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 prior to that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or prior to the 10th day following the issuance of the Notice to Proceed. Subsection 108.03(b) shall include the following after the first paragraph: The Initial Schedule shall be submitted at least 10 working days prior to the start of the work. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. Subsection 108.03 shall include the following after 108.03(i): (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) A detailed description of the planned work procedures. The procedures to be used shall include information such as forming, excavation, pouring, heating and curing, backfill and embankment, trenching, protecting the work, etc. When separate or different procedures are to be employed due to seasonal or project phasing requirements, such differing procedures shall be described in the statement; (4) The planned quantity of work per day for each feature using the same units of measure as the applicable pay item; (5) The anticipated labor force required by labor type; (6) The number, types, and capacities of equipment planned for the work; and (7) The planned time for the work including the number of workdays per week, number of shifts per day, and the number of hours per shift. PSP25 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 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. Delete the second paragraph starting with "The Contractor shall not carry -on construction..." in subsection 108.08 and replace with the following: The Contractor shall not conduct construction operations on Saturdays, Sundays, or holidays unless previously arranged and approved by the Project Manager and Inspector Supervisor. The Contractor shall not perform construction operations on any three or four -day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Project Manager and Inspector Supervisor no later than Wednesday at 5 p.m. prior to 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 Project Manager 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 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. Delete subsection 108.08(a)(2), and replace with the following: Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts. Calendar Day Contracts have been adjusted prior to bid advertisement to account for no work on Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No weather days or less than full time charges days will be granted in this contract, unless otherwise approved by the project engineer. Delete subsection 108.08(b), and replace with the following: When the Contract specifies a completion date, all work under the Contract shall be completed on or before the date specified. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. If all work under the Contract is not completed on or before the specified completion date, contract time will be assessed for each additional calendar day in accordance with subsection 108.8(a)(2) and liquidated damages will be assessed to the Contractor per day, per the table in subsection 108.09 until the completion of the project. Completion Date Contracts have been adjusted prior to bid advertisement to account for PSP26 ATTACHMENT A 35th AVE & O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Saturdays, Sundays, and holidays by adjusting the completion date by the appropriate number of days. No weather days shall be given, unless approved otherwise by the project engineer. Subsection 108.09 shall include the following after the first paragraph: 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 below. In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Original Contract Amount () Liquidated Damages per Calendar Day ($) From More Than To and Including 0 500,000 800 500,000 1,000,000 1,600 1,000,000 2,000,000 2,500 2,000,000 5,000,000 4,300 5,000,000 10,000,000 7,800 10,000,000 ---------------- 10,700 plus 400 Per Each Additional 1,000,000 Contract Amount or Part Thereof Over 10,000,000 END OF SECTION PSP27 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: In subsection 109.01 add the following paragraph after the 17th paragraph: All materials (304 - Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, will 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. The Engineer or Inspector shall have access to all tickets for inspection during placement. The Contractor will submit, in an envelope, within 48 hours of material placement, the following: -Truck Tare List -Original Scale Tickets -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 this 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% In Subsection 109.01 after the last paragraph add the following: 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 5. Fertilizer 6. Staging areas 7. Additional temporary construction easements if desired by the Contractor 8. Coordination with utility companies PSP28 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT 9. All water Subsection 109.06(a) — Delete the second sentence beginning with "The amount retained......", and replace with the following: The amount retained will be 5% of the value of the completed work, to a maximum of 5% of the contract amount. No retainage shall be released prior to Final Acceptance. Delete subsection 109.06(e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. 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 until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors. Delete subsection 109.06(f)5 and replace with the following: 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower -tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. Delete subsection 109.06(f)8 and replace with the following: 8. If additional quantities of a particular item of work are required after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. PSP29 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Delete subsection 109.06(f)9 and replace with the following: 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection 105.21 (a), the Contractor shall release all subcontractors' retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor's retainage on work that has been partially accepted in accordance with subsection 105.21(a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor's retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. Delete subsection 109.06(g) and replace with the following: (g) Good Cause Exception. If the Contractor has "good cause" to delay or withhold a subcontractor's progress payment, the Contractor shall notify the LPA and the subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. "Good cause" shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Delete subsection 109.06(h) and replace with the following: (h) For Weld County Projects not funded by CDOT, the Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, in accordance with subsections 108.03 (b) or 108.03 (c)(3). Failure to submit a complete and accurate Form 1418 shall be grounds for Weld County to withhold subsequent payments or retainage to the Contractor. In Subsection 109.07 — Delete and replace with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials incorporated into the work unless otherwise approved by the Engineer. END OF SECTION PSP30 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 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: This work shall include removal of: 1. All trash, glass, cans, barrels, construction materials, and any other non -organic materials that interferes with the work. 2. All foundations, pavements, utility poles, fences, underground utilities, and other deleterious materials. 3. Sediment from existing pipes. 4. Gravel from access roads. 5. Trees smaller than 6" diameter at breast height. 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 PSP31 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 202.09, and replace it with the following: This work includes saw -cutting, removal, and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. The existing asphalt mat varies in thickness. Existing thickness varies from 6" to 10" reported in the project Geotechnical Report. Contractor shall remove asphalt mat in a manner which minimizes contamination of the removed asphalt with the underlying material. The removed asphalt mat shall become the property of the Contractor and shall be either disposed of outside the project site, or used in one or more of the following ways: (1) Used in embankment construction in accordance with subsection 203.06. (2) Placed in bottom of fills as approved by the Engineer. (3) Placed in the sub -grade soft spots as directed by the Engineer. The Contractor shall not commence planing operations until the hot mix asphalt (HMA) Mix Design (CDOT Form 43) has been approved and signed. Prior to beginning planing operations, the Contractor shall submit a planing plan and a Process Control Plan (PCP) for approval by the Engineer. The planing plan shall include at a minimum: 1. The number, types and sizes 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 and inlets. 5. The longitudinal and transverse typical sections for tie-ins at the end of the day. 6. If requested by the Engineer, a plan sheet showing the milling passes. The PCP shall include as a minimum: 1. The schedule for replacing the cutting teeth. 2. The daily preventive maintenance schedule and checklist. 3. Proposed use of automatic grade controls. PSP32 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 4. The surface testing schedule for smoothness. 5. The process for filling distressed areas. 6. The schedule for testing macrotexture of the milled surface. 7. Corrective procedures if the milled surface does not meet the minimum macrotexture specification. 8. Corrective procedures if 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 milled surfaces shall be swept with a pick-up broom, unless otherwise specified, before being opened to traffic. A sufficient number of brooms shall be used immediately after planing to remove all milled material remaining in 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 surface 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 in accordance with CP 77. Milled surfaces that do not meet these criteria shall require corrective action in accordance with the PCP. The Contractor shall be responsible for testing the macrotexture of the milled surface at the location directed by the Engineer in accordance with 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 prior to commencement of resurfacing. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. PSP33 ATTACHMENT A 35th AVE & `O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 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 prior to 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 work day. The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water. All required pavement markings removed by the planing shall be restored before the roadway is opened to traffic. All planing shall be completed full width and parallel to the travel lanes before resurfacing commences unless otherwise directed by the Engineer. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. Each planer shall conform to the following: 1. The planer shall have sufficient power, traction and stability to maintain an accurate depth of cut. 2. The propulsion and guidance system of the planer shall be maintained in such condition that the planer may be operated to straight and true lines. 3. Operation with broken or missing teeth will not be allowed. Worn teeth shall be replaced if the planer does not produce a uniform surface. 4. 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 PCP. 5. The planer shall be capable of picking up the removed material in a single operation. A self - loading conveyor shall be an integral part of the planer. Windrows will not be allowed. 6. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. Subsection 202.09 shall be revised to include the following: Removal of Delineator will be measured by the number of delineators removed and accepted. Removal of ground sign will be measured by the number of signs removed and accepted. The entire post and base shall be removed. Section 202.11 shall be revised as follows: The removal of the existing asphalt mat will be measured by the square yard of mat removed to the PSP34 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS required depth and accepted. The plan quantities do not include the reuse of the existing asphalt mat (millings) as described in methods 1 and 2. If the Contractor chooses methods 1 or 2, no adjustments to the embankment quantities will be made. Subsection 202.12 shall be revised to include the following: 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. Lighting required for nighttime operations will not be measured and paid for separately but shall be included in the work. Payment will be made under: Pay Item Unit Removal of Structure Removal of Pipe Removal of Delineator Removal of Asphalt Mat (Planing) Removal of Ground Sign Removal of Ditch Each Linear Feet Each Square Yard Each Linear Feet END OF SECTION PSP35 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.01 shall be revised to include the following: Imported material used for backfilling pipes shall be tested for compatibility with the selected pipe material. When 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. 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. Delete Subsection 203.02(a) and replace with the following: (a) Unclassified Excavation: Unclassified excavation shall consist of the excavation of all materials of whatever character required for the work, including surface boulders and excavation for ditches and channels that is not removed under some other item. Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled out of the project site and disposed of at a disposal site approved by the Weld County Inspector. Delete Subsection 203.02(c) and replace with the following: (c) Removal of Unsuitable Material. The removal of unsuitable material shall only be completed as directed by the County and shall be considered muck excavation. Embankment material containing significantly more than optimum moisture that would become stable if dried shall not be considered unsuitable material. The replacement material for areas of muck excavation shall meet the requirements of Embankment with a minimum R -value as determined by the Engineer, Asphalt Pavement Millings, Aggregate Base Course (Class 6), and/or Geotextile (Reinforcement). PSP36 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Subsection 203.03 replace all reference to CDOT's lab with Weld County Lab. Section 203.03 shall be revised as follows: All embankment material shall consist of material that has been obtained from required excavation or from an approved source. Any embankment material shall have a minimum R -value of 40. The Contractor shall not obtain embankment material, other than that developed from suitable materials excavated on site, or from an approved borrow source without written approval of the Project Inspector or Engineer. Imported embankment from an approved borrow source which is being delivered to the jobsite shall be field verified by the Project Inspector during the delivery process. In Subsection 203.06 delete the 4th paragraph and replace with the following: The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified in the contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present. In subsection 203.07 add the following: It is anticipated that the majority of soil excavated on this project will be placed within the roadway prism or hauled off -site. However, the Project Inspector has the authority to order that 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. In subsection 203.07(a), paragraph 2, add the following: A Sheepsfoot compactor shall not be used on A-1 material containing less than 30% retained on the S/4 -inch sieve. Based on 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. In subsection 203.08 Proof -rolling, delete the third paragraph and replace with the following: 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. Repair to the satisfaction of Engineer, areas that are observed to have soft spots in the subgrade or where deflection is not uniform or is deemed excessive as determined by the Engineer. The repair may involve muck excavation, geogrid reinforcement, replacement of excavated materials, or other methods as directed by the Engineer. After replacement and re -compaction, these areas may be proof rolled again if deemed necessary by the Engineer. 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. After the subgrade has been stabilized, the Contractor shall perform proof rolling in accordance with 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 PSP37 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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. Add the following paragraph as subsection 203.08(a) Finishing: The finished surface shall be smooth and uniform conforming to the typical sections. Variation from the stabilized subgrade plan elevations shall not exceed. 0.04 feet. All irregularities, depressions, or weak spots, which develop, shall be corrected at the Contractor's expense. The surface shall be maintained in a smooth condition, free from undulations and ruts until other work is placed thereon or the work is accepted. No separate payment will be made for areas of unsuitable material excavation, geogrid reinforcement, or replacement of excavated materials. Subsection 203.11 shall be revised to include the following: The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the work. The quantities for Embankment (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 Project Inspector prior to beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. The Contractor's Process Control efforts will not be measured and paid for separately but shall be included in the work. Subsection 203.12 shall be revised to include the following: Payment for Unclassified Excavation (Complete in Place) and Borrow (Complete in Place)(R=40 Min.) shall be full compensation for all work necessary to complete the earthwork to the lines and grades in 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. Payment will be made under: Pay Item Pay Unit Unclassified Excavation (Complete in Place) Cubic Yard Unsuitable Material (Contingency) Cubic Yard Borrow (Complete in Place)(R=40 Min.) Cubic Yard Proof Rolling Hour Backhoe Hour Utility Potholing Hour Sweeping (With Pickup Broom) Hour END OF SECTION PSP38 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Section 206 of the Standard Specifications is hereby revised for this project as follows: Section 206.01 shall include the following: Structure excavation, structure backfill, filter material and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be paid for separately but shall be included in the work. Compaction, water, pumping, bailing, draining, de -watering, sheeting, bracing and all other work necessary to complete the above items will not be measured and paid for separately, but shall be included in the work. Delete Subsection 206.02(a)(2) and replace with the following: Structure Backfill (Flow -Fill) (1,000 psi Weld County Mix) shall be a self -leveling concrete material with the following specifications: 1. Slump of 7 to 10 inches when tested in accordance with ASTM C143. 2. Compressive strength F'C = 1,000 psi at 28 days when tested in accordance with ASTM D4832. 3. Weight of a minimum of 329 pounds ASTM 150 Type I -II. 4. Coarse aggregates when tested in accordance with ASTM-33 shall be a minimum of 1,000 pounds 5. Fine Aggregate when tested in accordance with ASTM-33 shall be a minimum of 2,000 pounds. 6. Air Entraining Agent (Sika Air) shall be a minimum of 1.0 ounces per cubic yard when measured in accordance with ASTM C260 7. Water shall be a minimum of 150 pounds 8. Flash fill shall not be used in lieu of Flow Fill unless approved by the Engineer. The Contractor shall submit a Structure Backfill (Flow -Fill) mix design for approval prior to placement. The mix design shall include the following laboratory test data: 1. ASTM C321, Air Content 2. ASTM 06023, Unit Weight 3. ASTM C143, Slump or ASTM 06103, Flow Consistency 4. ASTM D4832, 28 -day Compressive Strength The Contractor shall submit a Process Control (PC) Plan with the mix design to the Engineer. The PC Plan shall address batching, mixing, testing, and placement of the Structure Backfill (Flow -Fill). PSP39 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Delete Subsection 206.03, paragraph 3 and replace with the following: Rock, hardpan, or other unyielding material encountered in trenches for culvert pipe or conduit shall be removed below the designed grade for a minimum of 12 inches. This extra depth excavation shall be backfilled with loose Structure Backfill (Class 1) or other approved material. The subgrade beneath any structural element shall be scarified to the depth specified in Section 203.07 of the Specifications or as directed by the Engineer. The type of compaction shall be the same as that required for Structure Backfill (Class 2), as specified below. Subsection 206.07 shall include the following: Pay Item Pay Unit Structure Backfill (Flow-Fill)(1,000 psi Weld County Mix) Cubic Yard Excavate and replace within same working day the structural excavation and structural backfill that is located below retaining walls. Excavations shall not be left open for extended periods of time. Excavations left open overnight shall be surrounded by orange construction safety fence. Subsection 206.08 shall include the following: Pipes located in traffic areas shall be excavated and backfilled within the same working day or covered with traffic rated steel plates during non -working hours. Subsection 206.09 shall include the following: 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. Flow -fill mix design shall be submitted to the County for approval prior to any material being delivered to the jobsite. Flow -fill shall be "County Mix" with a compressive strength of at least 1,000 psi. Flow -fill pay quantities will be determined from load tickets and paid for utilizing the flow -fill bid item. END OF SECTION PSP40 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 207 TOPSOIL Section 207 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 207.01 This work consists of salvaging topsoil from onsite locations, stockpiling, maintaining, and preparing the subsoils for the placement of the topsoil at locations shown on the plans. It also includes creating seeding media by amending subsoils, and/or importing offsite topsoil when shown on the plans. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project. MATERIALS 207.02 General. Topsoil shall be salvaged onsite, imported, or produced as shown on the plans. Topsoil shall be free of refuse and litter along with noxious weed seed and reproductive plant parts, as listed in current State of Colorado A and B Noxious Weed List and local agency weed lists. Topsoil shall not include heavy clay, hard clods, toxic substances, pathogens, or other material, which would be detrimental to growing native vegetation. All required amendments shall be thoroughly incorporated to parent material, onsite. All amendments shall conform to Section 212. Organic amendments shall meet the requirements in the Weld County Revision to Section 212 and the following: 1. An organic product such as Biotic Earth Black or approved equal. 2. Eradicate harmful pathogens including coliform bacteria. 3. Create a carbon to nitrogen ratio of no less than 15/1 to 25/1. 4. Contain no solid particle greater than 1/Z' in diameter. 5. Have a non -offensive smell like fresh turned soil. 6. Contain no significant level of dirt or soil and contain a maximum of 30% composted wood residue (pine or aspen wood) (saw dust is unacceptable). 7. The pH after composting shall be between 5.0 and 7.5 with an organic matter content of not less than 30%. 8. Soluble salts shall not be greater than 3mmhos/cm. Topsoil and parent material shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all material used within the designed clear zone for the PSP41 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 207 TOPSOIL project. Topsoil outside of the clear zone may contain rock larger than 4 inches in any dimension. Topsoil shall not include any minerals or elements detrimental to plant growth. The Contractor shall utilize a rod penetrometer for determining subgrade soil preparation and determining looseness of soil after ripping. The penetrometer shall have a psi pressure gage, and shall meet the following requirements: (1) Steel rod with a minimum diameter of 1/2 inch with graduations (tick marks) every 6 inches. (2) The rod shall be made of stainless steel or other metal that will not bend when weight is applied. (3) The end of the rod shall have a 30 -degree cone tip. (4) The diameter of the cone at its tip shall be no more than 0.1 inch. (5) The top of the rod shall be a T -handled configuration. Topsoil shall be generated from one or more of the following as shown on the plans: (a) Topsoil (Onsite). Topsoil shall consist of the upper 6 -inch layer of the A horizon, as defined by the Soil Science Society of America, or at the depths and locations shown on the Stormwater Management Plan (SWMP). It shall consist of loose friable soil, salvaged from onsite and stockpiled or windrowed. Litter and duff (layer of partially decomposed plant material) shall be collected as part of the salvaging of topsoil unless specified to be removed and hauled offsite on the plans. For topsoil salvaged from the project site, the Contractor shall provide soil tests using the same method of soil analysis used by the Colorado State University Soil Testing Laboratory. Test results shall be provided to Weld County. All topsoil salvaged from onsite shall be amended/conditioned to meet the requirements of this specification. It may be necessary to add additional fertilizers and conditioners to the hydraulic growth medium in order to meet the recommendations of the CSU Soil Testing Laboratory recommendations. (b) Topsoil (Wetland). Wetland topsoil shall consist of moist, organic soil obtained from delineated wetlands, including any existing wetland vegetation and seeds. Wetland topsoil shall be extracted from the project site at locations shown on the plans or as directed, to a minimum depth of 12 inches or at the depths as shown on the plans. (c) Seeding Media. Seeding Media shall consist of one or all of the following approved materials: sub -soil, overburden, or material generated from rock. Contractor shall select onsite or offsite locations to generate material that meet the requirements of Table 207-1. The Contractor shall provide a Certified Test Report (CTR) in accordance with subsection 106.13, excluding lot, heat, and batch confirming that the excavated material conforms to Table 207-1. PSP42 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 207 TOPSOIL Table 207-1 PHYSICAL PROPERTIES OF SEEDING MEDIA Property Range Test ASA Mono. #9, Part 2, Soil, pH (s.u.) 5.6 - 7.5 Method 10-3.2 or TMECC 04.11-A Soil Electrical Conductivity (EC) <5 0 ASA Mono. #9, Part 2, (mmhos/cm or ds/m Method 10-3.3 Soil SAR (s.u.) 0- 10 ASA Mono. #9, Part 2, 'i0-3.4 Method Rock Content (%o) < 25 USDA NRCS Rock Fragment Modifier Usage Trace Contaminants Meets US EPA, 40 CFR TMECC 04.06 or (Arsenic, Cadmium, Copper, Mercury, 503 Regulations EPA6020/ASA (American Selenium, Zinc, Nickel, and Lead) Society of Agronomy) Rock Content (%) greater than 3" < 25 USDA NRCS Rock diameter — Fragment Modifier Usage No more than 70% clay, ASA Monograph #9, Part 1, USDA Soil Texture silt, and sand by Method 15-4 percentage volume of or topsoil. soil. ASA 1 43-5 All Particle Sizes <6 Inches Physical contaminants (man-made 1 TMECC 03.08- inerts C:N ratio <20 TMECC 05.02-A * Fines % when manufacturing >25% material passing ASTM D6913 material from rock through #4 sieve Amendments to the base imported material shall have the quantities of material verified onsite prior to incorporation into parent material, either at the stockpiles or after placement of parent material. Topsoil amended at the stockpiles shall be distributed to the site within seven days. * Substitute this requirement for USDA Soil Texture requirement when projects are approved to use material manufactured from native rock material on site. (d) Topsoil (Offsite). Imported topsoil shall be approved by the County before use. The Contractor shall submit a CTR for Topsoil (Offsite) for approval a minimum of 60 days prior to import in accordance with subsection 106.13. The Contractor shall include with the CTR a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from the Colorado State University Soil Testing Laboratory or an independent laboratory that uses the same the methods of analysis as the CSU Soil Testing Laboratory. If topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. The Contractor shall submit a COC for Topsoil (Offsite) for approval a minimum of 60 days prior to import that the source has controlled noxious weeds in accordance with the State of Colorado Noxious Weed Act 35-5.5-115. PSP43 ATTACHMENTA 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 207 TOPSOIL All imported topsoil shall be amended/conditioned to meet the requirements of this specification. It may be necessary to add additional fertilizers and conditioners to the hydraulic growth medium in order to meet the recommendations of the CSU Soil Testing Laboratory recommendations. Table 207-2 TOPSOIL (OFFSITE) PROPERTIES Property Range Test Methods ASA Mono. #9, Part 2, Soil pH (s.u) 5.6 -- 7.5 Method 10-3.2 or TMECC 04.11-A Salt by Electrical Conductivity (EC) <2 0 ASA Mono. #9, Part 2, (mmhos/cm or ds/m) Method 10-3.3 Sol SAR (s.u.) 0 -10 ASA ' Mono. #9, Part 2, Method 10-3.4 o Soil OM ( /o) 3 — 5 Methods of Soil Analysis, Part 3, Method 34 Methods of Soil Analysis, Soil N (NO3-n, ppm) 20.0 Part 3. Chemical Methods. Ch. 38 Nitrogen — Inorganic Forms u.. ASA Mono. #9, Part 2, Soil P (ppm) ≥ 13.0 Method 24-5.4 or others as required based on soil pH Soil K (ppm) 80 ASA Mono. #9, Part 2, ≥ Method 13-3.5 Rock Content (%) greater than 3" diameter < 25 USDA NRCS Rock Fragment Modifier Usage Bioassay, (seedling emergence and relative o 80 to of control TMECC 05.05-A or vigor) Approved Germination Test No more than 70% clay, ASA Mono. #9, Part 1, Soil Texture silt and sand by % Method 15-4 volume of topsoil Physical contaminants (man-made inerts) <1 TMECC 03.08-C Trace Contaminants Meets US EPA 40 CFR TMECC 04.06 or (Arsenic, Cadmium, Copper, Mercury, 503 Regulations EPA6020/ASA (American Selenium, Zinc, Nickel, and Lead) Society of Agronomy) All Particle Sizes <6 Inches C:N ratio <20 TMECC 05.02-A CONSTRUCTION REQUIREMENTS 207.03 Site Pre -vegetation Conference. Prior to the start of the initial Subgrade Soil Preparation for the project, the Contractor shall request a Site Pre -vegetation Conference. The Contractor shall set up the conference and will include: The Engineer or designated representative, the PSP44 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 207 TOPSOIL Superintendent or designated representative, and the sub-contractor(s) performing the subgrade soil preparation and soil amendments. Only one meeting is required for the project unless a new sub -contractor is brought on that did not attend the previous meeting. The Agenda of the Pre -vegetation Conference can be found in Appendix A of the Construction Manual and includes the following: (1) Final review of the Topsoil Amendment Protocol (2) Review of the Method Statement detailing the equipment which will be used for the subgrade soil preparation operations (3) Review of rod penetrometer which will be used to determine subgrade soil preparation of topsoil (4) Permanent Stabilization Phasing Plan (identify strategies and site management measures to protect de -compacted, topsoil amended, seeded, and blanketed areas from foot, vehicle loads, and other disturbances). (5) Seeding. See subsection 212.03 for submittal requirements. (6) Meeting attendee sign -in log 207.04 Topsoil Stockpiling. Stockpiles of topsoil shall be created as shown on the plans or as approved by the Engineer. All Stockpiles of topsoil which are scheduled to remain in place for 14 days or more shall receive interim stabilization in accordance with subsection 208.04. All topsoil stockpiles shall be identified using white pin flags with "TOPSOIL" printed in black letters and shall have their locations shown on the SWMP Plans. Each individual stockpile shall require at least one flag, and one additional flag for each 10 cubic yards of salvaged topsoil. The contractor shall provide only perimeter flags for stockpile larger than 100 cubic yards with a minimum spacing of 25 feet. Topsoil may be placed in stockpiles or windrowed at the edge of the disturbance. When topsoil is windrowed, all stockpile requirements still apply. (1) Upland Topsoil. If included on the plans, stockpiles shall be treated with herbicide, in accordance with Section 217, or as directed. (2) Wetland Topsoil. Wetland stockpiles shall not be treated with herbicide. Weeds shall be hand pulled. Wetland topsoil shall be placed within 24 hours from excavation, unless otherwise approved by the Engineer. Wetland topsoil shall not be stockpiled for more than six months. 207.05 Subgrade Soil Preparation. Before placement of topsoil, the subgrade shall be ripped to a minimum depth of 14 inches. Subgrade shall be mostly dry and friable. Subgrade shall crumble without sticking together, yet not be so dry and hard that it does not break apart easily. Underground utilities shall be located prior to soil preparation. PSP45 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 207 TOPSOIL Subgrade soil preparation equipment shall be done with farming implements such as a moldboard plow and disk. The use of a dozer or grader equipped with ripping shanks shall not be allowed. Operation shall be performed to fracture the soil uniformly without lifting or furrowing the surface excessively. The Contractor shall submit a method statement for subgrade soil preparation. The Contractor shall calibrate the subgrade soil preparation equipment using a minimum 30 linear feet of the initial pass. The Contractor shall utilize the rod penetrometer to verify that that de - compaction was successfully done. The Contractor shall take penetration measurements every 6 inches across a transect perpendicular to the direction of the tractor and spanning the width of the subgrade soil preparation. Depths of penetration shall confirm that a minimum of 12 inches can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). Existing subgrade shall be de -compacted to a depth of 14 inches. If multiple passes are needed, the subsequent passes shall be positioned so that the ripping equipment (subsoilers) from the previous pass are split by the subsequent pass. Following ripping, the Contractor shall remove all sticks, stones, debris, clods, and all other substances greater than 6 inches in diameter. The Contractor shall restrict motorized vehicle and foot traffic from passing over the ripped area since this would recompact the areas that received subgrade soil preparation. The first 4 feet from the edge of pavement shall be ripped to a depth of 6 inches. If the project is going to use aggregate base course or recycled asphalt as a shouldering technique, those areas will not require subgrade soil preparation. Depth of soil ripping for the subgrade soil preparation shall be checked with the rod penetrometer. The Contractor shall verify adequate de -compaction of the entire area to have topsoil placed using a rod penetrometer in the presence of the Engineer. Tests shall be performed at a minimum of ten random locations per each acre as selected by the Engineer. The Test shall verify that a depth of 12 inches of penetration into the soil can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). If this depth cannot be achieved for 80 percent of the penetrations, the Contractor shall re -rip the area at no additional cost to the Department. 207.06 Placement of Topsoil and Seeding Media. Topsoil and Seeding Media shall be hauled and placed at the locations disturbed and will be re -vegetated or as shown on the plans. The contractor shall place a minimum thickness of 6 inches and should only be handled when it is dry enough to work without damaging soil structure. Topsoil and Seeding Media shall be placed a minimum depth of twelve (12) inches when placed over riprap as required on the plans. No Topsoil or Seeding Media shall be placed below ordinary high-water mark except as otherwise specified in bio-stabilization bank treatments. Salvaged topsoil placement deeper than 6 inches is allowed if additional approved material is on - site. Contractor shall place topsoil in a method that does not re -compact subgrade material using low ground -contact pressure equipment, or by excavators and/or backhoes operating adjacent to it. PSP46 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 7 REVISION OF SECTION 207 TOPSOIL The final grade shall be free of all materials greater than 4 inches in diameter within the designed clear zone for the project. Equipment not required for revegetation work will not be permitted in the areas of placed topsoil. Soil amendments, seedbed preparation, and permanent stabilization mulching shall be accomplished within four working days of placing the topsoil on the de -compacted civil subgrades. If placed topsoil is not mulched with permanent stabilization mulch within four working days, the Contractor shall complete interim stabilization methods in accordance with subsection 208.04(e), at no additional cost to the Department. Time to perform the work may be extended for delays due to weather. METHOD OF MEASUREMENT 207.07 Topsoil material will be measured by the actual number of cubic yards of topsoil placed and accepted. The volume of Topsoil will be determined by measuring the area in which the Topsoil is placed and multiplying the area by 0.5 feet. Subgrade soil preparation will be measured by the square yards of subgrade which is ripped and accepted for adequate de -compaction. BASIS OF PAYMENT 207.08 The accepted quantities measured will be paid for at the Contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Topsoil Stockpile Topsoil Cubic Yard Cubic Yard Amendments for Topsoil and Seeding Media will be measured and paid for in accordance with Section 212. Noxious Weed Management will be measured and paid for in accordance with Section 217. Stockpiling or windrowing of topsoil will not be measured and paid for separately but shall be included in the work. Testing of Seeding Medial and Topsoil will not be measured and paid for separately but shall be included in the work. Rod penetrometer and associated verification testing of random locations will not be measured and paid for separately but shall be included in the work. The Site Pre -vegetation Conference will not be paid for separately but shall be included in the work. PSP47 ATTACHMENT A 35th AVE & `O' ST ROUNDABOUT PROJECT November, 2021 8 REVISION OF SECTION 207 TOPSOIL Additional passes with the ripping equipment to achieve the desired de -compaction will not be measured and paid for separately but shall be included in the work. Removing of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all topsoil and Seeding Media used within the designed clear zone for the project will not be measured and paid for separately but shall be included in the work. Loading and hauling to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately but shall be included in the work. END OF SECTION PSP48 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 208.01 This work consists of constructing, installing, maintaining, and removing when required, control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any State waters as defined in subsection 107.25, including wetlands. Stormwater runoff from all disturbed areas and soil storage areas for which permanent or interim stabilization is not implemented, must flow to at least one control measure to minimize sediment in the discharge. This shall be accomplished through filtering, settling, or straining. The control measure shall be selected, designed, installed, and adequately sized in accordance with good engineering, hydrologic, and pollution control practices. The control measures shall contain or filter flows in order to prevent the bypass of flows without treatment and shall be appropriate for stormwater runoff from disturbed areas and for the expected flow rate, duration, and flow conditions (i.e., sheet or concentrated flow). The Contractor shall coordinate the construction 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. 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 ask for a deferment by providing the information outlined in Section 208.09(c) for review by the Engineer. PSP49 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 208 EROSION CONTROL MATERIALS 208.02 Erosion control materials are subject to acceptance in accordance with subsection 106.01. Erosion control materials shall be subject to the following approval process: Approva Material I Notes: Process The Contractor shall provide a transit certificate number, Erosion Bales (Weed Free) COC or a copy of the transit certificate as supplied from the producer. Silt Fence COC Silt Berm APL Erosion Log (Type 1, Type 2, and Type 3) COC Silt Dikes COC Pre -fabricated Concrete Washout APL Structures (above ground) Pre -fabricated Vehicle Tracking Pad APL Aggregate Bag COC Storm Drain Inlet Protection (Type 1, 11, APL and 111 COC = Certificate of Compliance; APL= Approved Product List The material for control measures shall conform to the following: (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 the Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.gov/ag/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 2 inch by 2 inch nominal. PSP50 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 208 EROSION CONTROL (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: Physical Requirements for Silt Fence Geotextiles Wire Fence Self -Supported Property Supported Requirements Test Requirements Geotextile Elongation Method <50% Grab Strength, 90 minimum 124 minimum ASTM lbs D4632 Permittivity sec -1 0.05 0.05 ASTM D4491 Ultraviolet Minimum 70% Minimum 70% Strength ASTM Stability Strength Retained Retained D4355 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 0.095 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 -posts. (c) Temporary Berms. Temporary berms shall be constructed out of onsite soil materials. Temporary berms shall be wheel compacted. Temporary berms shall be stabilized and seeded to prevent erosion of the berm. The cost of compacting, stabilizing, and seeding the temporary berms shall be incidental to the cost of the berms. (d) Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half round pipe, metal or plastic pipe, wood flume, flexible rubber, or other materials suitable to carry accumulated water down the slopes. Outlet protection riprap shall conform to Section 506. Erosion control geotextile shall be a minimum Class 2, conforming to subsection 712.08. (e) 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: PSP51 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 208 EROSION CONTROL Width 6 - 11 inches Height 6 - 10 inches Weight > 0.25 lbs./s q . ft. Percent Open Area 20- 50% (f) Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the requirements of Section 506. (g) Sediment Trap. In constructing an excavated sediment trap, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of subsection 203.03. Outlet protection riprap shall be the size specified in the Contract and shall conform to Section 506. Erosion control geotextile shall be a minimum Class 1, conforming to subsection 712.08. (h) 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, photo -degradable 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 % to % inch and contain the compost -wood chip material while not limiting water infiltration. (3) Erosion Log (Type 3) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, 100 percent natural fiber cylinder netting (compostable) and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log shown on the plans. Netting shall be a woven cotton or cellulose base mesh that has an approval to compost certification with a maximum mesh size of 0.075 inches and index values as shown in Table 208-2. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. Natural compostable fiber netting shall not contain any synthetic material woven into the netting such as polypropylene, nylon, polyethylene, or polyester dyes. Oxo-degradable or oxo- biodegradable petrochemical -based fiber shall not be part of the netting material. Burlap netting material shall not be used for Erosion Log (Type 3). Erosion Log (Type 1, Type 2, and Type 3) shall have minimum dimensions as shown in Table 208-1, based on the specified diameter of the log. PSP52 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 208 EROSION CONTROL Table 208-1 Dimensions of Erosion Loas Diameter Diameter Length Weight Stake Dimensions Type 1 & 3 Type 2 (feet) (minimum) (Inches) Inches (Inches) Min. Max. (pounds/foot) 9 ' 8 10 180 1.6 s thickness by % width by 18 long 12 12 10 180 2.5 1.5 thickness by 1.25 width by 24 long 20 18 ' 10 100 4.0 1.5 thickness by 1.25 width by 30 long Wood stake acceptable tolerance +/- 1/8 inch. Table 208-2 Index Values for Natural Fiber Nettina Property Requirement Test Method Fabric Tensile Strength >70 lbs. ASTM O3822 Biodegradable 100% ASTM D5988 Mesh Pattern Rib Stakes to secure erosion logs shall consist of pinewood or hardwood. (i) 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 208-3 Geotextile Reauirements Property Requirement Test Method Water Flow Rate 100-150 gallons per minute/square foot ASTM D4491 Grab Breaking Load 200 lbs. minimum in each direction ASTM 04632 Ultraviolet Degradation 70% of original unexposed grab breaking load after 500 � ASTM hours � . PD4595 Each silt dike segment shall have the following dimensions: Dimension Length Vertical height after installation >5 inches Geotextile sleeve section to interlock segments >8 inches Silt dike segments shall be anchored down using the minimum requirements shown in Table 208-4. PSP53 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 208 EROSION CONTROL Table 208-4 Silt Dike Segment Requirements Surface Nail Washers Soil Surface Installed in 4 inch deep trench with 6 inch 1 inch washers nails no more than 4 feet O.C. (on center) Hard 1 inch concrete nails no more than 4 feet 1 inch washers and solvent -free Surface O.C. adhesive (j) 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, provided that 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 208-5. Table 208-5 Impermeable Synthetic Liner Requirements Tested Property Test Method Units Value Thickness ASTM D5199 mil >30 +1- 1.5 Tear Strength ASTM D1004 lbs >8 Low Temperature Impact ASTM D1790 °F Pass at -20 (k) Pre -Fabricated Concrete Washout Structure. Pre -Fabricated Concrete Washout Structures shall be one of the following types unless otherwise shown on the plans: (1) Pre -Fabricated 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) Pre -Fabricated 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. (3) The use of disposable plastic swimming pools shall not be allowed. (I) 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: PSP54 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 7 REVISION OF SECTION 208 EROSION CONTROL Sieve Size Percent by Weight Passing Square Mesh Sieves 75 mm (3 inch) 100 50 mm (2 inch) 0-25 19.0 mm (3/4 inch) 0-15 1. Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads. 2. Erosion control geotextile underlying aggregate material shall be Mirafi FW-300. 3. Pre -Fabricated or manufactured vehicle tracking pads shall only be used if specified in the Contract. Multi -use pads shall consist of industrial grade materials and shall be designed to minimize sediment leaving the project. 4. Minimum dimensions of the modular systems shall be: Width 12 feet Length of pad 35 feet 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. Weight (min.) 8 (lbs./sq. ft.) Crush strength 400 min. (psi) 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. (m) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Weight Diameter (minimum) (inches) (pounds per foot) 6-8 6 10 10 12 15 PSP55 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 8 REVISION OF SECTION 208 EROSION CONTROL 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: Property Requirement Test Method Grab Tensile. Strength 90 lbs. min. ASTM D4632 Trapezoid Tear Strength 25 lbs. min. ASTM D4533 Mullen Burst 300 psi ASTM D3786 Ultraviolet Resistance 70% ASTM D4355 (n) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: Storm Drain Inlet Protection Protection T es T fpe Type 112 Type 1113 Properties , Diameter 4 in. 4 in. N/A Minimum Section Length 7 ft. 5 ft. 5 ft. Apron Insert --- 30 in. or sized to 30 in or sized to rate grate 'Type I protection shall be used with Inlet Type R. 2Type, II protection shall be used with Combination Inlet. Option A or B 3Type III protection shall be used with Vane Grate Inlet only. Option A or B Note: 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 pro erties: Property Test Method Unit Requirement Grab tensile ASTM D4632 lbs. minimum strength 150X200 Mullen Burst ASTM D3786 lbs. 400 Strength Trapezoid Tear ASTM D4533 lbs. minimum 60X60 Strength Percent Open Area COE-22125- % ≥20 86 Water Flow Rate ASTM D4491 gal./min./sq. ≥100 Ultraviolet ASTM O4355 °ln ≥70 Resistance 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 PSP56 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 9 REVISION OF SECTION 208 EROSION CONTROL 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, an on -site Environmental Pre -construction Conference shall be held. The Conference shall be attended by: (1) The Engineer. (2) The Superintendent. (3) The Contractor's Stormwater Management Plan (SWMP) Administrator. The SWMP Administrator is equivalent to the CDPS-SCP Qualified Stormwater Manager. (4) Supervisors or Foremen of subcontractors working on the project. At this Conference, the attendees shall discuss the SWMP, CDPS-SCP, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. Prior to beginning construction, the Contractor shall evaluate the project site for storm water draining into or through the site. When such drainage is identified, control measures shall be used if possible, to divert stormwater from running on -site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate control measures shall be employed. The SWMP Administrator shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, control measures shall be used to protect off -site water from becoming contaminated with sediment or other pollutants. The SWMP Administrator shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented control measure added to the SWMP site map. Prior to construction, the Contractor shall implement appropriate control measures for protection of wetlands, sensitive habitat, and existing vegetation from ground disturbance and other pollutant sources, in accordance with the approved project schedule as described in subsection 208.03(b). When additional control measures are required and approved by the Engineer, the Contractor shall implement the additional control measures and the SWMP Administrator shall record and describe them on the SWMP site map. The approved control measures will be measured and paid for in accordance with subsections 208.11 and 208.12. PSP57 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 10 REVISION OF SECTION 208 EROSION CONTROL (1) Project Review. The Contractor shall submit modifications to the Contractor's control measures or SWMP 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. Additional modifications and additional control measures will be paid for at the Contract Unit Price for the specific items involved. If no items exist, they will be paid for as extra work in accordance with subsection 109.04. (2) 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. (3) Erosion Control Management (ECM). Erosion Control Management 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 the COOT. The Superintendent will not be permitted to serve in an ECM role. The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects with not more than 40 acres of disturbed area. The ECI and the SWMP Administrator are equivalent to the CDPS-SCP Qualified Stormwater Manager. 1. SWMP Administration. The SWMP shall be maintained by a SWMP Administrator. The name of the SWMP Administrator shall be recorded on the SWMP Section 3.B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify to the Superintendent critical action items needed to conform to the CDPS-SCP as follows: (1) Complete the SWMP as described in subsection 208.03(d). PSP58 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 11 REVISION OF SECTION 208 EROSION CONTROL (2) Participate in the Environmental Pre -construction Conference. (3) Attend weekly erosion and sediment control meetings. (4) Attend all water quality control inspections. (5) Coordinate with the Superintendent to implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities. (6) Coordinate with the Superintendent to ensure that all labor, material, and equipment needed to install, maintain, and remove control measures are available as needed. (7) During construction, the SWMP site map shall be updated 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, or wastes. (v) Location of dedicated asphalt, concrete batch plants, and masonry mixing stations. (vi) Location of construction offices and staging areas. (vii)Location of work access routes during construction. (viii) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (ix) Location of temporary, interim, and permanent stabilization. (x) Location of outfalls. (xi) Flow arrows that depict stormwater flow directions on -site and runoff direction. (xii)Location of structural and non-structural control measures. (xiii) Location of springs, streams, wetlands, and other State waters, including areas that require pre-existing vegetation be maintained within 50 horizontal feet of a receiving water, unless infeasible. (xiv) Location of stream crossings located within the construction site boundary. (8) The SWMP shall reflect the field conditions and shall be amended to reflect control measures. (i) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised control measures; or (ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (iii) Changes when control measures are no longer necessary and are removed. PSP59 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 12 REVISION OF SECTION 208 EROSION CONTROL (9) Complete vegetative survey transects when required in accordance with CDOT Erosion Control and Stormwater Quality Guide. (10) Start a new site map before the current one becomes illegible. All site maps shall remain as part of the SWMP. (11) Document all inspection and maintenance activities. The SWMP and documentation shall be kept on the project site. (12) When adding or revising control measures in the SWMP, add a narrative explaining what, when, where, why, and how the control measure is being used, and add a detail to the SWMP. (i) How to install and inspect the control measure. (ii) Where to install the control measure. (iii) When to maintain the control measure. (13) If using existing topography, vegetation, etc. as a control measure, label it as such on the SWMP site map; add a narrative as to when, where, why, and how the control measure is being used. (14) Indicate control measures in use or not in use by recording them on Standard Plans M-208-1, M-216-1, and M-615-1 in the SWMP. (15) Record on the SWMP, the approved Method Statement for Containing Pollutant Byproducts. (16) Update the Potential Pollutants list in the SWMP and Spill Response Plan throughout construction. (17) Vegetative buffers shall not be used as a sole control measure. They shall only be used as the final stage of a treatment train. 2. Erosion Control Inspector One ECI is required for every 40 acres of total disturbed area which is currently receiving temporary and interim stabilization measures as defined in subsection 208.04(e). An ECI shall not be responsible for more than 40 acres in the project. Accepted permanent stabilization methods as defined in subsection 208.04(e) will not be included in the 40 acres. ECI duties shall be as follows: (1) Coordinate with the SWMP Administrator on reporting the results of inspections. How to install and inspect the control measure. (2) Review the construction site for compliance with the Stormwater Construction Permit. PSP60 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 13 REVISION OF SECTION 208 EROSION CONTROL (3) Inspect with the Superintendent and the Engineer (or their designated representatives) the stormwater management system at least every seven days. Post -storm event inspections shall be conducted within 24 hours after the end of any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur following a storm event, post -storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. The occurrence of delay in inspections shall be documented in the inspection report. Form 1176 (Stormwater Field Inspection Report — Active Construction) shall be used for all seven-day inspections and inspections following storm events. The Contractor shall notify the ECI when a storm event occurs. Inspections are not required at sites when construction activities are temporarily halted, when snow cover exists over the entire site for an extended period and melting conditions do not pose a risk of surface erosion. This exception shall be applicable only during the period where melting conditions do not exist, and applies to the routine seven-day, as well as the post -storm event inspections. The following information shall be documented on Form 1176 for use of this exclusion: dates when snow cover occurred, date when construction activities ceased, and date melting conditions began. The order of precedence for required inspections shall be as follows: (i) Post -storm event inspections (ii) Seven-day inspections When one of the listed inspections is performed, the inspections listed below it need not be performed on that day if the required Owner and Contractor personnel participated in the inspection. A seven-day inspection is not required on the same day a water quality routine audit is conducted, as long as all of the inspection scope requirements for a seven-day and post -storm event inspection are met. A sheet shall be placed in the inspections area of the SWMP to refer to the date the inspection was performed. (4) Seven-day inspections and post -storm inspections shall include inspection of the following areas, if applicable, for evidence of, or the potential for, pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to State waters: (i) Construction site perimeter (ii) Disturbed areas (iii) Designated haul routes (iv) Material and waste storage areas exposed to precipitation PSP61 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 14 REVISION OF SECTION 208 EROSION CONTROL (v) Locations where stormwater has the potential to discharge offsite (vi) Locations where vehicles exit the site (5) Inspections shall include the following: (i) Visually verify whether all implemented control measures are in effective operational condition and are working as designed in their specifications to minimize pollutant discharges. (ii) Determine if there are new potential sources of pollutants. (iii) Assess the adequacy of control measures at the site to identify areas requiring new or modified control measures to minimize pollutant discharges (iv) Identify all areas of non-compliance with the permit requirements and, if necessary, implement corrective action in accordance with the CDPS-SCP. (v) Follow all other agency Stormwater requirements and inspections unless a waiver or other agreement has been made. (6) The Contractor shall report the following circumstances orally to the Engineer, CDPHE, the Contractor's Superintendent, and the SWMP Administrator within 24 hours from the time the permittee becomes aware of the circumstances, and shall mail to CDPHE a written report containing the information requested within five working days after becoming aware of the following circumstances: (i) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (ii) Unanticipated bypass which exceeds any effluent limitations in accordance with the CDPS-SCP. (iii) Upset conditions which causes an exceedance of any effluent limitation in accordance with the CDPS-SCP. (iv) Daily maximum violations for any of the pollutants limited by the permit. This includes any toxic pollutant or hazardous substance, or any pollutant specifically identified as the method to control any toxic pollutant or hazardous substance. (v) The written report shall also be provided to the Engineer and a copy shall be placed in the SWMP notebook. (7) Document spills, leaks, or overflows that result in the discharge of pollutants on the Form 1176. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated. PSP62 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 15 REVISION OF SECTION 208 EROSION CONTROL (4) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the Weld County field office during construction: 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), and (18) as listed below, when available. The Contractor shall provide the contents required for items (5) through (17). The SWMP shall be stored in the Weld County field office or at another on - site location approved by the Engineer. The SWMP Administrator shall modify and update the SWMP as needed to reflect actual site conditions prior to the change or as soon as practicable, but in no case more than 72 hours after the change. 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. The SWMP shall include a site description which includes, at a minimum, the following: (i) The nature of the construction activity at the site. (ii) The proposed schedule for the sequence for major construction activities and the planned implementation of control measures for each phase. (e.g. clearing, grading, utilities, vertical, etc.) (iii) Estimates of the total acreage of the site, and the acreage expected to be disturbed by clearing, excavation, grading, or any other construction activities. (iv) A summary of any existing data used in the development of the construction site plans or SWMP that describe the soil or existing potential for soil erosion. (v) A description of the percent of existing vegetative ground cover relative to the entire site and the method for determining the percentage, in accordance with CDOT Erosion Control and Stormwater Quality Guide. (vi) A description of any allowable non-stormwater discharges at the site, including those being discharged under a division low risk discharge guidance policy. (vii) A description of areas receiving discharge from the site. Including a description of the immediate source receiving the discharge. If the stormwater discharge is to a municipal separate storm sewer system, the name of the entity owning the system, the location of the storm sewer discharge, and the ultimate receiving water(s). (viii) A description of all stream crossings located within the construction site boundary. (2) SWMP Site Maps and Project Plan Title Sheet PSP63 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 16 REVISION OF SECTION 208 EROSION CONTROL (3) Specifications — Standard and project special provisions related to stormwater and erosion control. (4) Standard Plans M-208-1, M-216-1 and M-615-1. (5) Control measure Details not in Standard Plan M-208-1 — Non-standard details. (6) Weekly meeting sign in sheet and weekly meeting notes. (7) Calendar of Inspections — Calendar of inspections marking when all inspections take place. (8) Contractor Stormwater Field Inspection Reports (Forms 1176, 1177, 1388). (9) All Water Quality Audit Reports and Form 105(s) relating to Water Quality. (10) Description of Inspection and Maintenance Methods — Description of inspection and maintenance methods implemented at the site to maintain all control measures identified in the SWMP and items not addressed in the design. (11) Spill Response Plan — Reports of reportable spills submitted to CDPHE. (12) List and Evaluation of Potential Pollutants — List of potential pollutants as described in subsection 107.25 and approved Method Statement for Containing Pollutant Byproducts. (13) Other Correspondence including agreements with other MS4s, approved deferral request, CDPHE audit documentation, Water Quality Permit Transfer to Maintenance Punch List, and other miscellaneous documentation such as documented use agreements for areas outside of the permitted area. (14) TECS Certifications of the SWMP Administrator and all ECIs shall be kept current through the life of the project. (15) Environmental Pre -construction Conference — Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. The certification shall be signed by all attendees. 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. (16) All 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. PSP64 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 17 REVISION OF SECTION 208 EROSION CONTROL (17) Photographs Documenting Existing Vegetation — Project photographs shall include the following information with the record: project number, project code, name of the person who took the picture, date and time the picture was taken, and location and approximate station number or mile marker. The Contractor shall submit photographs documenting existing vegetation, prior to construction commencing, on paper with a maximum of four colored images per side of 8 '/ inch by 11 inch sheet or a digital copy on CD-ROM/Flash Drive (JPG format) as directed by the Engineer. (18) Permanent Water Quality Plan Sheets — Plan sheets and specifications for permanent water quality structures and riprap. 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 use upon completion of the project. SWMP completeness shall be approved by the Engineer. 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: The Engineer, the Superintendent, and the SWMP Administrator shall conduct a weekly meeting with supervisors involved in construction activities that could adversely affect water quality. The meeting shall follow an agenda prepared by the Engineer, or a designated representative, and have a sign in sheet on which the names of all attendees shall be recorded. The SWMP Administrator shall take notes of water quality comments and action items at each weekly meeting and place the agenda and sign in sheet in the SWMP. At this meeting the following shall be discussed and recorded in tab 6 of the SWMP: (1) Recalcitrant, chronic, and severe inspection findings. (2) Unresolved issues from previous inspections. (3) Requirements of the SWMP. (4) Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. (5) Control measures that are to be installed, removed, modified, or maintained, and associated SWMP modifications. (6) Planned activities that will affect stormwater in order to proactively phase control measures. PSP65 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 18 REVISION OF SECTION 208 EROSION CONTROL All subcontractors not in attendance at the Environment Pre -construction Conference shall be briefed on the project by the Engineer, Superintendent, and the SWMP Administrator prior to start of work. The SWMP Administrator shall record the names of these subcontractors as an addendum to the list of attendees and add it to the SWMP. 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 or roadway 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 pre -approved containment area that has been identified in the SWMP. The concrete shall be picked up and recycled in accordance with 6 CCR 1007-2 (CDPHE Regulations Pertaining to Solid Waste Sites and Facilities) at regular intervals, as needed, or as directed by the Engineer. The uses of recycled concrete from permitted recycling facilities shall be in accordance with Section 203. (a) Unforeseen Conditions. The Contractor shall design and implement erosion and sediment control measures for correcting conditions unforeseen during the design of the project, or for emergency situations, that develop during construction. The CDOT Erosion Control and Stormwater Quality Guide shall be used as a reference document for the purpose of designing erosion and sediment control measures. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation. (b) Other Agencies. If CDPHE, US Army Corps of Engineers (USACE), the Environmental Protection Agency (EPA), or a Local Agency reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect the neighboring MS4, including installing additional measures. Implementation of these additional measures will be paid for at contract unit prices. (c) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside Weld County ROW and outside easements acquired by Weld County for construction, are PSP66 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 19 REVISION OF SECTION 208 EROSION CONTROL the responsibility of the Contractor. These areas shall be subject to a separate CDPS-SCP and all other necessary permits, as they are considered a common plan of development if within a %4 mile of the construction site. The Contractor shall acquire these permits and submit copies to the Engineer prior to any disturbance. These permits shall be acquired, and all erosion and sediment control work performed at the Contractor's expense. These areas are subject to inspections by Weld County or any other agency. A documented use agreement between the permittee and the owner or operator of any control measures located outside of the permitted area that are utilized by the permittee's construction site for compliance with the CDPS-SCP, but not under the direct control of the permittee shall be placed in the project's SWMP. (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: Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation or underlying soil of a site, such as clearing, grading, roadbed preparation, soil compaction, and movement and stockpiling of sediment and materials. Designated topsoil distributed on the surface or in stockpiles shall not receive temporary stabilization. Other stabilization measures may be implemented, as approved. The maximum area of temporary stabilization (excluding areas of designated topsoil) shall not exceed 20 acres. 2. Interim Stabilization. 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 specified following methods: (1) Application of 1.5 tons per acres 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 and with written approval of the engineer. (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. PSP67 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 20 REVISION OF SECTION 208 EROSION CONTROL (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. (6) Summer and Winter Stabilization. Summer and winter stabilization is defined as stabilization during months when seeding will not be 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. 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 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 when approved in writing by the Engineer. All 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. Final Stabilization. Final stabilization is achieved when all ground disturbing activities at the site have been completed, and uniform 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. (f) Maintenance. 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 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. Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain control measures shall be repaired at the Contactor's expense. Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures to assess the adequacy of control measures at the site and the necessity of changes to those control measures to ensure continued effective performance. Where site assessment results in the determination that new or replacement control measures are necessary, the control measures shall be installed to ensure continuous effectiveness. When identified, control measures shall be maintained, added, modified or replaced as soon as possible, immediately in most cases. PSP68 ATTACHMENT A 35th AVE & `O' ST ROUNDABOUT PROJECT November, 2021 21 REVISION OF SECTION 208 EROSION CONTROL Approved new or replaced control measures will be measured and paid for in accordance with subsections 208.11 and 208.12. Devices damaged due to the Contractor's negligence shall be replaced at the Contractor's expense. From the time seeding and mulching work begins until project acceptance the Contractor shall maintain all seeded 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 used. Residue shall not flow into driving lanes. It shall be removed and disposed of in accordance with subsection 107.25(b). Material containment and removal will not be paid for separately but shall be included in the work. 208.05 Construction of Control Measures. Control measures shall be constructed in accordance with Standard Plans M-208-1 and M-216-1, and with the following: (a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket installation shall be performed in accordance with Sections 212, 213, and 216. (b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes. (c) Silt Fence. Silt fence shall be installed in locations specified in the Contract. PSP69 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 22 REVISION OF SECTION 208 EROSION CONTROL (d) Temporary Berms. Berms shall be constructed to the dimensions 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. (e) Temporary Diversion. Diversions shall be constructed to the dimensions shown in the Contract and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. If the diversion erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. (f) 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. (g) Silt Berm. Prior to installation of silt berms, the Contractor shall prepare the surface of the areas in which the berms are to be installed such that are they free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt berms, as approved. Silt berms shall be secured with spikes. The Contractor shall install the silt berm in a manner that will prevent water from going around or under the silt berm. Silt berms shall be installed on top of soil retention blanket or turf reinforcement blanket. (h) Rock Check Dam. Rock shall be installed at locations shown on the plans. Rock check dams shall conform to the dimensions shown on the plans. (i) Rip rap Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 foot minimum. Riprap size shall be as shown on the plans. (j) Storm Drain Inlet Protection. Prior to installation, the Contractor shall sweep the surface of the area in which the storm drain inlet protection devices are to be installed such that the pavement is free of sediment and debris. The ends of the inlet protection Type 1 and Type 2 shall extend a minimum of 1 foot past each end of the inlet. (k) 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 11 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. (I) Sediment Trap. Sediment traps shall be installed to collect sediment laden water and to minimize the potential of pollutants leaving the project site. Locations shall be as shown on the plans or as directed. PSP70 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 23 REVISION OF SECTION 208 EROSION CONTROL Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed areas can be diverted into the trap. The area under the embankment shall be cleared, grubbed, and stripped of any vegetation and roots. Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material. Sediment shall be removed from the trap when it has accumulated to one half of the wet storage depth of the trap and shall be disposed of in accordance with subsection 208.04(f). (m) 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. (n) 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 two inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. (o) 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 written acceptance of location is provided by the Engineer. 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 208-5 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. PSP71 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 24 REVISION OF SECTION 208 EROSION CONTROL (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 % the storage capacity of the washout structure. (p) Pre -fabricated concrete washout structures (Type 1 and Type 2). Structures and sites shall meet the following requirements: (1) Structure shall contain all washout water. If bins are determined to be leaking, the Contractor shall replace the bin on -site and clean up the spilled material. (2) Structure shall be located a minimum of 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be as approved by the Engineer. The pre -fabricated structure shall be signed 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 wash water. (6) Concrete waste, liquid and solid, shall not exceed z/ 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. PSP72 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 25 REVISION OF SECTION 208 EROSION CONTROL 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. 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. (q) Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area. The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance and will be not paid for separately. (r) Detention Pond. Permanent detention ponds shown on the construction plans may be used as temporary control measures if all 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. (s) Aggregate Bag. Aggregate bags shall be placed on a stable surface, consisting of hardscape or compacted gravel. If approved by the Engineer, the aggregate bag may be placed on compacted dirt areas, where bags conform to the surface and can effectively minimize sediment transport. Aggregate bags shall not be placed in concentrated flow areas. Aggregate bags shall be placed to conform to the surface without gaps to ensure that discharge water does not cause erosion. (t) 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. (u) 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 PSP73 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 26 REVISION OF SECTION 208 EROSION CONTROL procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in place as specified in subsections 107.25(b) or 208.06(c). Construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any State waters or more if the Contractor determines necessary. Equipment fueling and servicing shall occur only within approved designated areas. (a) Bulk storage structures. Bulk storage structures for petroleum products and other chemicals shall have impervious secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering State waters. Secondary containment shall be capable of containing the combined volume of all the storage containers plus at least 10 percent freeboard. For secondary containment that is used and may result in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of all accumulated stormwater which is deemed to be contaminated (e.g., has an unusual odor or sheen). (b) Lubricant Leaks. The Contractor shall inspect equipment, vehicles, and repair areas daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. The Contractor shall inform all Spill Response Coordinators in accordance with the Spill Response Plan if unforeseen leakage is encountered. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. Control, cleanup, and removal of by- products resulting from POL leaks shall be performed at the Contractor's expense. (c) Spill Response Plan. A spill Response Plan shall be developed and implemented to establish operating procedures for handling potential pollutants and preventing spills. The Response Plan shall contain the following information: (1) Identification and contact information of each Spill Response Coordinator. (2) Locations of areas on the project site where equipment fueling, and servicing operations are permitted. (3) Location of cleanup kits. (4) Quantities of chemicals and locations stored on site. (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. PSP74 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 27 REVISION OF SECTION 208 EROSION CONTROL (7) Procedures for spills of any size that enter surface waters or groundwater or have the potential to do so. CDOT's Erosion Control and Stormwater Quality Guide contains spill notification contacts and phone numbers required in the Spill Response Plan. (8) A summary of the employee training provided. Information in items (1) through (8) shall be updated in the SWMP when they change. 208.07 Stockpile Management. Material stockpiles shall be located 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained with acceptable control measures at the toe (or within 20 feet of the toe) throughout construction. Control measures shall be approved by the Engineer. The SWMP Administrator shall describe, detail, and record the sediment control devices on the SWMP. 208.08 Limits of Disturbance. The Contractor shall limit construction activities to those areas within the limits of disturbance shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and all other activities which would disturb existing soil conditions. Staging areas within the LDA shall be as approved by the Engineer. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor's expense. The SWMP Administrator shall tabulate additional disturbances not identified in the CDPS-SCP application and indicate changes to locations and quantities on the SWMP. The Contractor shall report the changes and additional disturbances to the Engineer, Water Quality Control Division of CDPHE, and all other involved agencies. The Contractor shall pursue stabilization of all disturbances to completion. 208.09 Regulatory Mechanism for Water Quality. The Engineer will identify and document findings not in compliance with the Water Quality Specifications, as specified in subsection 208.09(a)(7), during water quality control inspections or observation by the Engineer. The Engineer will immediately notify the Contractor of these findings by issuing Form 105. Failure by the Contractor to clarify a finding location with the Engineer shall not interrupt the timelines noted in subsection 208.09(b). Timelines noted in subsection 208.09(b) do not indemnify the Contractor from failing to comply with CDPS-SCP timelines for corrective actions. (a) Definitions. 1. Compliance Assistance. A low risk event as determined by the Engineer or MS4 Coordinator. Compliance assistance events are not considered Findings and not subject to the Regulatory Mechanism noted in subsection 208.09(b). PSP75 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 28 REVISION OF SECTION 208 EROSION CONTROL 2. Deferment. A request from the Contractor to the Engineer to delay implementation of corrective actions for Regular Findings pertaining to Water Quality Specifications. Deferments may only be granted due to extraordinary circumstances. However, it is at the Engineer's discretion to approve or reject these requests. 3. Finding. An incident discovered through inspection by Weld County or by Engineer observation, which is noncompliant with the Water Quality Specifications. A Finding will be classified as one of the following: (1) Regular Finding. A situation upon inspection that is in noncompliance with the Water Quality Specifications. (2) 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. (3) Chronic Finding. A Chronic Finding is assessed when the same Regular Finding at the same location is documented twice in the last three Headquarters or Region water quality control inspections. Engineer observed findings outside these inspections will not apply. 4. Inspection Form 105. The Form 105 issued by the Engineer documenting findings from water quality inspections in accordance with subsection 208.03(c). 5. 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. 6. Recalcitrance. Contractor has shown willful negligence or misrepresentation or unwillingness to adhere to the Water Quality Specifications. 7. Water Quality Specifications. Subsection 107.25, Sections 208, 213 and 216, and Standard Plans M-208-1 and M-216-1. (b) Liquidated Damages and Stop Work Orders. The Contractor will be subject to Liquidated Damages for incidents of failure to comply with the Water Quality Specifications and implement corrective actions to resolve noncompliance in the time frame established in subsection 208.09(b and c). Liquidated damages are for the Contractor's failure to comply with the Water Quality Specifications. Liquidated damages will accumulate for each finding, for each cumulative day that the finding remains uncorrected. Liquidated damages associated with incidents pertaining to this subsection do not indemnify the Contractor of other Liquidated Damages associated with this project. In addition to Liquidated Damages, the Contractor will be subject to a project -wide Stop Work Order for recalcitrance and the Engineer may, in writing, issue a Stop Work Order for Chronic PSP76 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 29 REVISION OF SECTION 208 EROSION CONTROL and Severe Findings in accordance with subsection 105.01. A Stop Work Order shall not result in the stopping of the Contract Time. Issuance of a Stop Work Order shall not be considered a valid reason for the Contractor asking for additional Contract Time. Findings are closed when the corrective action is complete, reported to the Engineer and accepted by the Engineer. The Engineer will notify the Contractor when the corrective action is accepted or denied. Liquidated damages will be assessed by the type of finding as follows and will continue until the corrective action is approved by the Engineer. 1. Regular Finding. The time required to repair a Regular Finding shall begin at 11:59 PM on the date the Inspection Form 105 is issued. The Contractor shall have no more than a 24 - hour grace period to correct the Regular Finding before Liquidated Damages are assessed. The grace period extends until 11:59 PM on the day after the Inspection Form 105 was issued. 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 the 24 -hour grace period. At 11:59 PM on the 2nd day after the Form 105 was issued, each uncorrected, undeferred Regular Finding will be assessed as recalcitrant and the Engineer will issue a project -wide stop work order. 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: (1) Each Recalcitrant Finding (2) Why the corrective action for each Recalcitrant Finding was not implemented within 2 days. (3) 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 end of the second day, the County shall have the option of utilizing a third -party to complete the corrective work. The Contractor shall be PSP77 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 30 REVISION OF SECTION 208 EROSION CONTROL 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. 2. Severe Finding. In response to a Severe Finding, the Engineer will issue Inspection Form 105 and immediately assess Liquidated Damages of $3,500 per Severe Finding. Severe Findings shall not be eligible for the twenty -four-hour grace period (subsection 208.09(b)1). Liquidated damages will accrue at $3,500 per Severe Finding per calendar day beginning at 11:59 PM of day the Inspection Form 105 is issued. (2) 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. (3) 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 immediately perform corrective work, the County shall have the option of utilizing a third -party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. 3. Chronic Finding. In response to a Chronic Finding, the Engineer will issue Inspection Form 105 and immediately assess Liquidated Damages of $1,500 per Chronic Finding. Chronic Findings shall not be eligible for the twenty -four-hour grace period (subsection 208.09(b)). PSP78 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 31 REVISION OF SECTION 208 EROSION CONTROL Liquidated damages will accrue at $1,500 per Chronic Finding per day beginning at 11:59 PM of day the Inspection Form 105 is issued. 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 immediately perform corrective work, the County shall have the option of utilizing a third-party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third-party to complete the corrective work. The cost for utilizing a third-party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. (c) Deferment. If the Contractor seeks deferment, the Superintendent shall submit a deferment request to the Engineer by 11:59 PM of the day after the issuance of Inspection 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) Regular Findings to be deferred (2) The reasons why the Findings cannot be corrected in twenty-four hours (3) An action plan containing: (i) Methodology to protect water quality until each deferred Finding is corrected and accepted (ii) Milestones to measure progress toward completion (iii) Additional control measures to be implemented until each deferred Finding is corrected and accepted (iv) Corrective completion dates for each Finding The Engineer will discuss the deferment request and may meet with the Superintendent to recommend modifications to the action plan. The Engineer will issue a Form 105 accepting or rejecting the deferment request by 11:59 PM of the second day after the Inspection Form 105 documenting the Regular Finding is issued. The County 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 PSP79 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 32 REVISION OF SECTION 208 EROSION CONTROL subsection 208.09(b)1 will not be stopped during the deferment review period, therefore, Liquidated Damages will be assessed beginning 11:59 PM on calendar day two 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. These Liquidated Damages will start on the date the uncorrected work was deferred to be completed (subsection 208.09(c)(3)). In addition, Liquidated Damages of$1,500 per calendar day will be assessed retroactively to 11:59 PM of the day the finding was originally noted on the Inspection Form 105. (d) Conflict Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (Weld County and the Contractor) agree to resolve any issue that may result in a dispute. (e) Exemptions. The Engineer will exempt from subsection 208.09(b) situations of Compliance Assistance, Documented Upset Conditions, Documented Reportable Spills and Documented Winter Exemptions. Release from subsection 208.09(b) does not exempt the Contractor from compliance with CDPS-SCP. 1. Documented Upset Condition. The Contractor shall report, both verbally and in writing, the Upset Condition to CDPHE per CDPS-SCP Part II.L.6 and subsection 208.03(c) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Upset Condition. 2. Documented Reportable Spills. The Contractor shall report, both verbally and in writing, the Reportable Spill to CDPHE per subsection 107.25(b) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Reportable Spill. 3. Winter Exemptions. The Contractor is unable to address findings noted on the Headquarters or Region led water quality control inspection due to: (1) Snow covers the entire site for an extended period and; (2) No construction activity and; (3) Melting conditions posing a risk of surface erosion do not exist. The Contractor shall request a Winter Exemption to the Engineer. 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. 208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work. PSP8O ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 33 REVISION OF SECTION 208 EROSION CONTROL (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 control measures are required on the project, the Contractor shall survey the control measures to confirm that they conform to the configuration and grade shown on the Plans. The survey shall conform to Section 625. The results of the survey shall be submitted as CAD drawing files and PDF files, showing both designed and final elevations and configurations. Paper versions of the drawings shall be submitted with the stamp and seal of the Contractor's Surveyor. The Engineer will perform a walkthrough of the Permanent control measures to confirm conformance to material requirements, locations, and dimensions of the Permanent control measures. Permanent control measures not meeting 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 and dimensions of each Permanent control measure. Final as-built plans of the Permanent control measures shall be provided to the Engineer for their records. (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 and approved by the Engineer. METHOD OF MEASUREMENT 208.11 Erosion Control Management will be measured as the actual number of days of ECM work performed, regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and the preparation of the SWMP. 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 as measured along the centerline of the BMP. Measured length will not include required overlap. All BMPs measured by the Square Yard (SY) shall not include the required overlap. Concrete washout structure will be measured by the actual number of structures that are installed and accepted. Pre-fabricated concrete washout structures will be measured by the actual number of structures delivered to the site. It shall not include structures moved on-site. PSP81 ATTACHMENT A 35th AVE & O' ST ROUNDABOUT PROJECT November, 2021 34 REVISION OF SECTION 208 EROSION CONTROL Storm drain inlet protection will be measured by linear foot or actual number of devices that are installed and accepted. Sediment trap quantities will be measured by the actual number installed and accepted. Removal of trash that is not generated by construction activities will be measured by the actual number of hours that Contractor workers actively remove trash from the project. Each week the Contractor shall submit to the Engineer a list of workers and the hours spent collecting such trash. Removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. Vehicle tracking pads will be measured by the actual number constructed and accepted. Additional aggregate may be required for maintenance and will be not paid for separately. Pre-fabricated 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. BASIS OF PAYMENT 208.12 ECM and control measures will be paid for 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 Erosion Log (Type 3)( - Inch) ( ) Linear Foot Pre-Fabricated Concrete Washout Structure (Type 1) Each Pre-Fabricated Concrete Washout Structure (Type 2) Each Pre-Fabricated Vehicle Tracking Pad Each Maintenance Aggregate (Vehicle Tracking Pad) Cubic Yard Removal and Disposal of Sediment (Equipment) Hour Removal and Disposal of Sediment(Labor) Hour Removal of Trash Hour Rock Check Dam Each Sediment Basin Each Sediment Trap Each Silt Berm Linear Foot Silt Dike Linear Foot PSP82 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 35 REVISION OF SECTION 208 EROSION CONTROL Pay Item Pay Unit Silt Fence Linear Foot Silt Fence (Reinforced) Linear Foot Storm Drain Inlet Protection (Typed Linear Foot Storm Drain Inlet Protection(Typed Each h Sweeping (Sediment Removal) Hour Temporary Berm Linear Foot ° Temporary Diversion Linear Foot Temporary Slope Drain Linear Foot Vehicle Tracking Pad Each 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. 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 PSP83 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 36 REVISION OF SECTION 208 EROSION CONTROL 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. 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. Payment will be made for control measures replaced as approved by the Engineer. 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 Section 208 pay items for the period of time after expiration of the contract time. These items shall be provided at the Contractor's expense. END OF SECTION PSP84 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 209 WATERING AND DUST PALLIATIVES Section 209.02 shall be revised as follows: 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. Sections 209.07 and 209.08 shall be revised as follows: 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 PSP85 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210 shall be revised to include the following: This item will include for the resetting of the existing mailbox structure due to the configuration of the new roadway. If the existing mailbox is not breakaway, as determined by the Engineer, the Contractor shall install a replacement mailbox suitable to be approved by the Postmaster and Weld County. If the existing mailbox has been deteriorated and is no longer serviceable then a new mailbox suitable to approval of the US Postmaster and Weld County shall be installed. No separate payment will be made. Payment will be made under: Pay Item Pay Unit Reset Mailbox Structure Each END OF SECTION PSP86 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 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 are completed in order to take advantage of growing conditions and to comply with Section 208 and this section. MATERIALS 212.02 Seed, Fertilizers, Soil Conditioners, Mycorrhizae, Elemental Sulfur, and Sod. (a) Seed. 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 prior to Engineer inspection will be rejected. The State required legal tags shall remain on the bag until opened and the seed is placed in either the drill or hydraulic seeders in the presence of the Engineer. The Engineer shall remove all tags after seed has been planted. Each seed tag shall clearly show the following: (1) Name and address of the supplier (2) Botanical and common name for each species (3) Lot numbers (4) Percent by weight of inert ingredients (5) Guaranteed percentage of purity and germination (6) Pounds of Pure Live Seed (PLS) of each seed species (7) Total net weight in pounds of PLS in the sealed bag (8) Calendar month and year of test date Seeds shall be free from all noxious weed seeds in accordance with Colorado Seed Act (CRS 35-17) prohibited noxious weed seed list. Weed seed content shall not exceed the requirements in part 7.2 of the Colorado Department of Agriculture's Seed Act Rules and Regulations. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. PSP87 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Seed and seed labels shall conform to all current State regulations and to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. The Contractor shall store seed under dry conditions, at temperatures between 35 °F to 90 °F, under low humidity and out of direct sunlight. The Contractor shall provide the location of where seed is stored and access to stored seed locations to the Engineer. Seed stored by the Contractor for longer than 30 will be rejected. Table 212-1 Seed Mixture Pounds Common Name PLS/Acre Western wheatgrass (Arriba, Barton, Rosana) 2.50 Blue Grama (Hachital, Lovington) 1.50 Sideoats Grama (Vaughn, Butte, Niner, El Reno, Haskell) 2.25 Smooth Brome (Lincoln, Manchar) 2.00 Sand dropseed 0.25 Perennial Ryegrass (Calibre or Garibaldi tetraploid) 0.75 Slender Wheatgrass (Pryor, Revenue, or San Luis) 2.50 Alkaligrass (Fults II, Salt on Sea) 1.25 Switchgrass (Nebraska 28, Blackwell) 1.50 Total 14.50 WB-cedar wheat or approved equivalent shall be added to the Seed Mixtures as a nurse crop at a rate of 15 PLS per acre. Native grass and sterile wheat seeding shall be done using the appropriate seed drill. (b) Organic Fertilizer. Soil in all areas to receive native seed shall be fertilized and conditioned as required. 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 manufacture'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. Organic fertilizer formulation being submitted for use must be registered with the Colorado Department of Agriculture. Fertilizer shall be supplied in one of the following physical forms: PSP88 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (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 CSU Soil Testing Laboratory. In the absence of an application rate shown on the plans or a recommendation from the CSU 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. The organic fertilizer chemical analysis shall conform to Table 212-2. Table 212-2 Chemical Analysis for Nitrogen Fertilizer Ingredient I Range I Test Method High N Fertilizer Nitrogen (N) (%) 6— 10 AOAC Official Method 993.13 Nitrogen (Total) in Fertilizers Combustion Method Phosphorus (P) 1 — 8 AOAC Official Method 960.03 Available Phosphorus in Fertilizers (%) P (Available) Potassium (K) (%) 1 —8 AOAC Official Method 983.02 Potassium in Fertilizers Low N Fertilizer Nitrogen (N) (%) 2 -5 AOAC Official Method 993.13 Nitrogen (Total) in Fertilizers Combustion Method Phosphorus (P) 3—8 AOAC Official Method 960.03 )(Available Phosphorus in Fertilizers (%) P 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 6% weight (c) Compost(Mechanically Applied). Soil in all areas to receive native seed shall have compost applied as required. PSP89 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Compost shall be suitable for use in permanent seeding applications. Compost shall not contain visible refuse, other physical contaminants, or substances considered harmful to plant growth. Compost shall be used in accordance with 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 (USCC) Seal of Testing Assurance (STA) program. The County will only accept STA approved compost that is tested in accordance with 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 shall be as shown on the plans. Application rates shall be as shown on the plans or at the rate recommended by the CSU Soil Testing Laboratory. In the absence of an application rate being provided on the plans or from the CSU Soil Testing Laboratory, the application rate for compost shall be 8 tons/acre. Organic matter in compost shall be no more than 2 inches in length. Compost (Mechanically Applied) for permanent seeding shall meet the gradation and physical properties as shown in Table 212-4 and Table 212-5. The Contractor shall provide a written explanation for compost tested parameters not within the acceptable requirements for review and consideration. The Contractor shall provide documentation from the composting facility confirming that the material has been tested in accordance with USCC TMECC. Table 212-4 Gradation for Permanent Seeding Compost Percent Passing Sieve Size Minimum Maximum Test Method 25.0 mm (1") 100 TMECC 02.02-B, "Sample 19.0 mm (3/4") 90 100 Sieving for Aggregate Size 6.25 mm (1/4") 70 100 Classification" Note: Compost shall be from a producer that participates in the USCC STA program. PSP90 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Table 212-5 Properties for Permanent Seeding Compost r Compost Parameters Reported as Requirements Test Method pH pH units 6.0-8.5 TMECC 04.11-A Soluble Salts dS/m (mmhos/cm) < 5.0 TMECC 04.10-A (Electrical Conductivity) Moisture Content %,wet weight basis 25% -50% TMECC 03.09-A Organic Matter Content %, dry weight basis 20% - 50% TMECC 05.07-A pounds per cubic yard >240 Carbon to Nitrogen Ratio < 15:1 (C:N) Man-made Inert Contamination %, dry weight basis < 1% TMECC 03.08-A (plastic, concrete, ceramics, metal, etc.) Stability (respirometry) mg CO2-C per g TS per day 8 or below TMECC 05.08-B mg COrC per g OM per day Table 212-5 (Continued) Properties for Permanent Seeding Compost Compost Parameters Reported as Requirements Test Method (PASS/FAIL) Limits: TMECC 07.01-B Salmonella < 3 MPN/4 grams of Select Pathogens and TS, or Pass Fecal Coliforms, weed free or 07.02 Coliform Bacteria < 1000 MPN/gram Salmonella (PASS/FAIL) Limits(mg kg-1, dw basis): Arsenic(As)41, Cadmium(Cd) 39, Copper(Cu)1500, Lead (Pb) Trace Metals Pass TMECC 04.06 , Mercury(Hg) 17, Nickel (Ni) 420, Selenium (Se) 100,Zinc(Zn) 2800 Maturity (Bioassay) Percent Emergence %, (average) > 80% TMECC 05.05-A Relative Seedling Vigor %, (average) > 80% Use the STA Lab bulk density Ib/cu ft as received, multiplied by organic matter% as received, multiplied by 27 to calculate pounds per cubic yard of organic matter. (d) Biotic Soil Amendments (Hydraulically Applied). The soil conditioner shall be Biotic Earth Black hydraulic growth medium (HGM) or approved equivalent. In order to be considered an PSP91 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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. HGMs shall be based on their composition for different soil building, vegetation establishment and erosion control characteristics. In addition to the HGM, the CSU 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. 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. The HGM shall be applied at a rate of 4,500 pounds/acre unless otherwise specified by the CSU 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 HGM shall be a minimum of 40% by volume of thermally and mechanically processed straw, flexible flax fibers; a minimum of 58% by volume of sphagnum peat moss or compost, and a minimum of 2% by volume of additional materials that provides plant derived valuable trace minerals, sugars, starches, proteins, fiber and amino acids, growth stimulant/regulator, and mycorrhiza inoculants. 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 degrees Fahrenheit to ensure material is weed free. The Contractor shall provide a CTR with independent laboratory analysis in accordance with subsection 106.13. The use of mulch tackifier (Plantago Insularis or pre-gelatinized corn starch polymer) shall be in accordance with 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. (e) Mycorrhizae. Mycorrhiza shall be added to the seed mix as a seed coating. 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 212-6: (1) Glomus intraradices (a.k.a. Rhizophagus intraradices) PSP92 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 7 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (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 212-6 Physical Requirements of Endo Mycorrhizae Parameters Reported as Requirement Test Method Acute Toxicity Pass or Fail Non Toxic ASTM 7101 or EPA;Method 2021; or 2002 The Contractor shall provide a CTR with independent laboratory analysis has been done on the product for the required parameters in accordance with 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. (2) For Seeding (Native) Hydraulic, the mycorrhizae product shall be provided as a fine granular (< 2 mm) or powdered form (particle size less than 300 microns) that will permit complete suspension and used with hydro-seeder equipment. Application rate shall be 20 pounds per acre. (3) For Seeding (Native) Broadcast, the mycorrhizae product shall be provided as a dry free- flowing granular material, suitable for application by fertilizer spreader. Application rate shall be 20 pounds per acre. (f) 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 212-7. Elemental sulfur shall arrive onsite in original and undamaged packaging. Table 212-7 Physical Requirements of Elemental Sulfur Parameters Reported as Requirement Guaranteed Analysis of Elemental Sulfur % > 90 (5) 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 the CSU Soil Testing Laboratory. (g) 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 PSP93 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 8 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING of sod cuts shall not be less than 3 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 prior to 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 prior to 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 prior to start of seeding work. The Contractor shall provide copies of items (1) - (14) listed below 5 days prior to the Pre-vegetation Conference in accordance with Section 207. (1) Written confirmation from the registered seed supplier, on the Contractor's letterhead, that the Contract specified seed has been secured. No substitutions of the contract specified seed will be permitted unless evidence is submitted, from one of the registered seed suppliers that the Contract specified seed is not available and will not become available during the anticipated construction period. (2) Seed vendor's "seed dealer" endorsement. (3) A copy of each seed species germination report of analysis that verifies the lot has been tested by a recognized laboratory for seed testing within 13 months prior to 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 in accordance with 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). PSP94 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 9 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (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 mycorrhizae meet the physical criteria based on independent testing and that the minimum required species is provided. (13)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, culti-packer or seed bed roller implements. (14)Instructions and documentation on how seeders will be calibrated onsite, in accordance with subsection 212.05(a). 212.04 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-8. Table 212-8 Seeding Seasons Zone Spring Seeding Fall Seeding Below April 1St or spring thaw(1) to June September 1st or until consistent ground 6000' 15th freeze) (1) "Spring thaw" is the earliest date in a new calendar year in which seed can be buried '/ 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 % 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. 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 the Department: reseed, remulch, and repair areas which fail to produce species indicated in the Contract. 212.05 Native Seeding Methods. Areas to be seeded shall be installed in accordance with SWMP Permanent Stabilization Plan. All amendments shall be applied based on the seeding method and rates specified on the plans or recommended by CSU Soil Testing Laboratory. All seed shall be done in accordance with the rates specified in the Specifications. The Contractor shall submit a proposed Permanent Stabilization Phasing Plan to the Engineer prior to 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 PSP95 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 10 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 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. Multiple seeding operations shall be anticipated, based on acceptable seeding conditions. The seeding methods to be implemented shall be one or more of the following, as shown on the plans: (a) Seeding (Native) Drill. (i) 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. (ii) 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 the specifications above. All competitive, non-native vegetation shall be uprooted and hauled offsite prior to spreading amendments. If SWMP Site Maps are not included in the Contract, the Contractor shall use the Contract grading or roadway plan sheets. If 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. If 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. If HGM is required, the HGM shall be mixed in the tank following the procedures outlined below: PSP96 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 11 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 prior to 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 full and begin adding bags of HGMs. 6. All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. 7. Add seed and/or other amendments to slurry as required. 8. 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. (iii) 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 in accordance with Section 207. Areas shall be left in a rough and uncompacted condition with a surface variance of 2 to 4 inches. (iv) 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 prior to performing seeding, the seedbed shall be re-prepared as directed by the Engineer. Areas shall be seeded by mechanical power drawn drills suitable for area soils, topography, and size followed by packer wheels. Mechanical power drawn drills shall have furrow openers and depth bands set to maintain a planting depth of at least % inch and not more than 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. (1) Measure the total width (VV) of the drill seeder in feet. (2) Count the number of drill rows (N) on the seeder. PSP97 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 12 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (3) On drill seeders that the tire drives the seeding mechanism, measure the tire circumference (C) in feet. (4) 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 (5) Reduce the amount of tire rotations by one tenth. .90*R = #Tire rotations to calibrate seeder (RCS) (6) Find the seeding rate (LBS PLS /Acre) on the Stormwater Management Plan. (7) Using the information from the seed tag, convert the PLS seed rate to a bulk seeding rate using the following equations: % PLS = (% purity (in decimal form) from seed label) x (% germination (in decimal form) from seed label) (LBS PLS /Acre) from the SWMP /% PLS = Required bulk seed per acre in LBS (8) 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 (9) 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 (10)Set the drill seeder to the correct seeding rate using the manufacturer's recommendation. (11)With the collection cup under one tube and the driving wheel jacked up, rotate the tire the RCS number of times. Use the value stem to count the rotations. (12)Using the scale, weigh the seed in the collection cup. (13)Adjust the drill calibration until the weight of bulk seed in the collection cup equals the CBS in LBS. 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. PSP98 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 13 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Mycorrhizae granules shall be included with the seed in the drill seeder such that the mycorrhizae is placed at or below the seed. The distance between furrows produced using the drill shall not be more than 8 inches. If rows on the drill exceed 8 inches, the Contractor shall drill the areas twice (if achievable at 30-degree angles to each other) at no additional cost to the 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. All seeded areas will then be raked and rolled to the desired finished grades with gently sloping surfaces to adequately drain all surface water runoff. 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, 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. (i) 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 prior to spreading amendments. Under no circumstances shall the ground surface be smooth and compacted. PSP99 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 14 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (ii) Biotic Soil Amendment, Fertilizer, 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 % 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 prior to 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 the Department. 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 in accordance with manufacturer's recommendations and shall consider forecasted weather conditions. Permanent stabilization mulching shall be accomplished within 24 hours of hydraulic application of native seed. PSP100 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 15 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (c) Seeding (Native) Broadcast. This method utilizes hand equipment to broadcast spread amendments and seed over prepared seedbeds. Broadcasting seed will be permitted only on small areas that are not accessible to machine methods. (i) Fertilizing, Compost, and Elemental Sulfur. If fertilizing, compost, and elemental sulfur is required, 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 CSU Soil Testing Laboratory. All competitive non-native vegetation shall be uprooted and hauled offsite prior to 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 completed, the Contractor shall uniformly apply organic fertilizer on the surface of the topsoil using an agricultural spreader. (ii) 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 in accordance with 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. (iii) 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 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 prior to 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) by 2 times at no additional cost to the County. After seeding, mycorrhizae shall be evenly hand-distributed across the area. Seed and mycorrhizae shall be covered by hand raking and covering with %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. PSP101 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 16 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 212.06 Seeding (Temporary). Areas of topsoil shall be seeded with annual grasses in accordance with SWMP Interim Site Maps or as directed by the Engineer. 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 in accordance with 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 the Department. Seed shall meet the requirements of 212.02(a) and shall be selected from Table 212-9 based on the application time. The Contractor shall restrict motorized vehicle and foot traffic from areas that have received temporary seeding. Table 212-9 Temporary Seed Mixes Seeding Rates Botanical Planting Depth Common Name Name Application Time ( LBS PLS / inches Acre) (inches) Oats Avena sativa October 1 May 1 35 1 -2 Foxtail Millet Setaria italica May 2 - 30eptember 30 1/2 - 3/4 212.07 Seeding (Lawn). Lawn grass seeding shall be accomplished in the seeding seasons in accordance with subsection 212.03. (a) Fertilizing and Soil Conditioning. The first application of fertilizer, soil conditioner, or both shall be incorporated into the soil immediately prior to seeding, and shall consist of a soil conditioner, commercial fertilizer, or both as designated in the Contract. Fertilizer called for on the plans shall be worked into the top 4 inches of soil at the rate specified in the Contract. Biological nutrient or culture-based material called for on the plans 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. PSP102 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 17 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 prior to 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. Prior to laying sod, the 4 inches of subsoil underlying the sod shall be treated by tilling in fertilizer or compost as specified on the plans. 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. Prior to 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 14 inches below the top of the inlet. Within one hour after the sod is placed and fertilized it shall be watered. After watering, the sod shall be permitted to dry to the point where it is still wet enough for effective rolling. The Contractor shall roll the sod in two directions with a lawn roller capable of applying between 50 - 80 pounds per square inch of surface pressure to eliminate air pockets. METHOD OF MEASUREMENT 212.09 The quantities of lawn seeding, and the three native seeding types will not be measured but shall be the quantities designated in the Contract, except that measurements will be made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. Fertilizer, compost, and elemental sulfur, if identified as separate pay items in the Contract, will not be measured but shall be the quantities designated in the Contract, except that measurements will be made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. PSP103 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 18 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING The quantity of sod will be by the actual number of square feet, including soil preparation, water, fertilizer, and sod, completed and accepted. Measurement for acres will be by slope distances. The unit price paid for seeding shall include all the Contractor's costs including all labor, material, equipment, and incidentals required to install seed, mulch, and mulch tackifier. 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 Seeding (Native) Acres 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. Unless specifically identified as separate pay items in the Contract, 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. 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. No payment will be made for areas seeded using one of the seeding methods without receiving signed Seed and Amendment Quantities Worksheet from the Engineer. Additional seedbed preparation prior to 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 prior to spreading amendments will not be measured and paid for separately but shall be included in the work. The addition of Mycorrhiza will not be measured and paid for separately but shall be included in the work. END OF SECTION PSP104 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 213 MULCHING Section 213 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 213.04, paragraph 2 and replace with the following: The quantity of hydro-mulch and tackifier will not be measured separately but will be included in the measurement for seeding. In subsection 213.05, Add the following: Mulching (Hydro-mulch with Tackifier) shall be considered incidental to seeding (native). END OF SECTION PSP105 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby deleted for this project and replaced with the following: Delete Subsection 216.01 and replace with the following: This work consists of furnishing, preparing, applying, placing, and securing soil retention blankets and turf reinforcement mats for erosion control on roadway ditches, slopes, or channels as designated in the Contract or as directed. This work shall also include site preparation to proper depth, placement of native soil over the turf reinforcement mat as recommended by the TRM manufacturer or as directed by Weld County. When Soil Retention Blankets (bio-degradable) are required the work will be paid for separately per Section 216 Soil Retention Blanket (straw/coconut). In Subsection 216.02(a) delete Table 216-2 and replace with the following: Table 216-2 PERFORMANCE REQUIREMENTS FOR SOIL RETENTION BLANKET- PHOTODEGRADABLE OR BIODEGRADABLE BLANKETS Slope Channel Application Minimum Tensile Product Application Permissible Shear Stress2 Strength Class "C" Factory (Un-vegetated) ASTM D 6460 ASTM D 6818 ASTM D 6459 1 < 0.10@3:1 2.00 lbs/sf 100 lbs/ft 2 < 0.10@3:1 2.25 lbs/sf 125 lbs/ft Notes: "C" Factor calculated as ratio of soil loss from soil retention blanket protected slope (tested at specified or greater gradient, h:v)to ratio of soil loss from unprotected (control) plot in large-scale testing. Permissible shear stress is the minimum shear stress that a product must be able to sustain without physical damage or excess soil loss when it is installed on a bare soil channel. Failure is defined as 1/ inch of soil loss during a 30-minute flow event in large scale testing. Subsection 216.02(b) shall be revised to include the following: Prior to installation, topsoil shall be placed and amended with soil conditioning in accordance with Section 207 and Section 212. Then one-half of the specified seed shall be applied by hand broadcasting at the broadcast rate and raked into the soil in accordance with Section 212. After installation, the TRM shall be covered with 0.5 inches of topsoil in accordance with Section 207. After the topsoil has been placed, the remaining one-half of the seed shall be hand broadcast at the broadcast rate and raked into the soil in accordance with Section 212. In Subsection 216.02(b) delete Table 216-4 and replace with the following: PSP106 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 216 SOIL RETENTION COVERING Table 216-4 PERFORMANCE REQUIREMENTS FOR TURF REINFORCEMENT MAT Specification Product Name" LandLok 450 Pyramat 25 Pyramat 50 Pyramat 75 Thickness ASTM D-6525 (in) 0.50 0.25 0.30 0.40 Tensile Strength ASTM D-6818 (lbs/ft) 425 x 350 2000 x 1800 3200 x 3000 4000 x 3000 Elongation ASTM D-6818 (%) 50 20x20 30x30 40x35 Resiliency ASTM D-6524 (%) 90 70 70 80 Flexibility ASTM D-6576 (in-lb) 0.026 0.195 0.195 0.534 UV Resistance % Retained @ 1,000 Hours 80 90 90 90 ASTM D-4355 Velocity (Vegetated) (ft/sec) 18 20 22 25 Permissible Shear Stress3 (Vegetated) ASTM 10 12 14 16 D 6460 (lbs/ft2) Manning's n (Unvegetated) 0.025 0.028 0.028 0.028 Seeding Emergence ASTM D-7322 (%) 409 255 - 619 Roll Sizes (ft x ft) 8 x 140 8.5 x 120 8.5 x 120 8.5 x 120 16x140 15x120 15x120 16 x 348.75 Notes: 1 In the event that the product name is not called out in the plans, Pyramat 75 shall be the installed. 2 Approved equivalent products may be used if approved by the Engineer. An approved equivalent product must meet or exceed all specifications listed above. 3 Permissible shear stress is the minimum shear stress that a product must be able to sustain when placed on a fully vegetated channel without physical damage or excess soil loss. Failure is defined as % inch of soil loss during a 30-minute flow event in large scale testing. In Subsection 216.02(c) delete paragraph one and replace with the following: Staples. Staples shall be made of ductile steel wire. For use in Channel: 0.165 inch, "U" shaped staples shall be 8 inches long and have a 1-inch crown. For use on Slope: 0.165 inch, "U" shaped staples shall be 8 inches long and have a 1-inch crown. "T" shaped pins shall not be used. Subsection 216.08 shall be revised as follows: Payment will be made under: Pay Item Pay Unit Soil Retention Blanket (Coconut) Square Yard (SY) Turf Reinforcement Mat (Class 1) Square Yard (SY) In Subsection 216.08 delete all paragraphs following the payment table and replace with the following: Preparation of seedbed, placement of topsoil, fertilizing, soil conditioning, and seeding shall not be paid for separately but shall be incidental to the Soil Filled TRM. END OF SECTION PSP107 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.01 shall include the following: This work consists of furnishing and placing aggregate as shouldering material adjacent to the edges of pavement. This work consists of furnishing and placing aggregate as surface material on the gravel roadways as designated in the plans. Aggregate Base Course (RAP) consists of hauling to the site and placing one or more courses of asphalt millings on a prepared surface in conformity with the lines, grades, and typical sections shown on the plans or established. Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection 703.03. 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. Materials for Aggregate Base Course (Shouldering) shall meet all the requirements for Class 6. Materials for Aggregate Base Course (Surface Gravel) shall meet all the requirements in Section 703.03. Approval of the surface gravel will be contingent on material meeting the requirements in Table 703-3. The material shown on the plans as Aggregate Base Course (RAP) may be generated on site from item 202— Removal of Asphalt Mat (Planing). Should the Contractor elect to supply any or all the Aggregate Base Course (RAP) from a Contractor source, then this material shall meet the requirements of subsection 703.03 Subsection 304.03 shall include the following: Commercial Mineral Fillers will not be allowed in Aggregate Base Course (Shouldering) or in Aggregate Base Course (Surfacing). Subsection 304.04 shall include the following: A device capable of placing the shouldering material in its final position shall be used. The device is subject to the Engineer's approval. Dumping of shouldering material on the roadway surface will not be permitted. Subsection 304.06 shall include the following: Shoulder gravel shall be compacted by double wheel roll with a loaded tandem truck. Compaction of shoulder gravel shall achieve a density of not less than 95% of the modified proctor. PSP108 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Subsection 304.07 shall be deleted and replaced with the following: The Contractor shall be aware that the plan quantities are based upon unit weight and in-place density, as describe in the Plans. The Contractor's bid unit cost shall account for differing unit weights intended to be furnished to the project as no quantity adjustments will be made for differing unit weights. The Project Inspector will verify that the plan quantity has been incorporated into the project utilizing information from delivery tickets furnished by the material supplier. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. At the sole discretion of Weld County, failure to comply with the requirements of this subsection shall be grounds for replacement of damaged roadway sections by the contractor at no cost to the County. Subsection 304.08 shall include the following: Pay Item Pay Unit Aggregate Base Course (Class 6)(R=69 Min.) Ton Aggregate Base Course (Shouldering) Ton Section 703 of the Standard Specifications is hereby revised for this project as follows: Subsection 703.03 Table 703-2 shall be deleted and replaced with the following: Table 703-2 CLASSIFICATION FOR AGGREGATE BASE COURSE Sieve Designation Mass Percent Passing Square Mesh Sieves LL not greater than 35 LL not greater than 20 Standard Mesh Surface (mm) (in) Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 Gravel 150.00 6 100 100.00 4 100 75.00 3 95-100 63.00 2 % 100 50.00 2 95-100 100 37.50 1 '/ 90-100 100 100 25.40 1 95-100 100 100 90-100 19.00 3/4 50-90 95-100 12.50 14 55-80 4.76 No. 4 30-65 30-50 30-70 30-65 45-65 2.38 No.8 25-55 20-85 33-53 0.42 No. 40 15-35 0.07 No. 200 3-15 3-15 _ 20 Max. _ 3-12 3-15 3-12 5-15 4-15 Plasticity Index 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 4-12 LA wear test(T96) 50 Max. r;50 Max. 40 Max_" NOTE: Class 3 material shall consist of bank or pit run material END OF SECTION PSP109 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 306 RECONDITIONING Subsection 306.02 shall include the following: Reconditioning (Special)(3' Depth) shall include the excavation of the existing in-situ soils to a depth of 3' below the topsoil in the areas identified in the plans. Once the material is removed, the top 12 inches of the exposed subgrade shall be scarified, moisture conditioned, and recompacted to at least 95 percent of the maximum dry unit weight before any new material is placed. The excavated material shall then be placed back within these same excavation limits in lifts not exceeding 8" in depth. Each lift of material shall be compacted to at least 95 percent of the maximum dry unit weight. The final reconditioned surface shall not vary above or below the lines and grades as staked my more then 0.08 foot. Subsection 306.04 shall include the following: Pay Item Pay Unit Reconditioning (Special)(3' Depth) Square Yard END OF SECTION PSP110 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a), add paragraph (4) to include the following: (4) The job-mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County prior to construction. Subsection 401.02(b) shall include the following: After the Form 43 is executed, and all ingredients 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 401.17, first paragraph, shall be modified to include the following: If the Contractor can demonstrate to Weld County that all the manufacturer's recommendations were followed and the pneumatic tire roller is detrimental to the finished surface of the HMA, the Contractor may request Weld County to waive the pneumatic tire roller requirement. Pneumatic tire rollers shall not be used on SMA pavement. Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks. END OF SECTION PSP111 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mixes for hot mixes asphalt shall conform to the following: Table 403-1 Property Test Value for Grading Method SX S (PG 64-28) (PG 64-22) Air Voids, percent at: CPL 5115 3.5—4.5 3.5-4.5 N (design) Lab Compaction (Revolutions): CPL 5115 100 100 N (design) Stability, minimum CPL 5106 30 30 Aggregate Retained on the 4.75 mm (No. 4) Sieve for S, SX and SG, and on the 2.36mm (No. 8) Sieve for ST and SF with at least 2 CP 45 60% 60% Mechanically Induced fractured faces, % minimum* Accelerated Moisture Susceptibility Tensile CPL 5109 80 80 Strength Ratio (Lottman), minimum Method B Minimum Dry Split Tensile Strength, kPa (psi) CPL 5109 205 (30) 205 (30) Method B Grade of Asphalt Cement, Top Layer PG 64-28 Grade of Asphalt Cement, Layers below Top PG 64-22 Voids in the Mineral Aggregate (VMA)% CP 48 See Table See Table minimum 403-2 403.2 Voids Filled with Asphalt (VFA), % Al MS-2 65-75 65-75 Dust to Asphalt Ratio 0.6- 1.2 0.6- 1.2 Fine Gradation CP 50 0.8- 1.6 0.8 1.6 Coarse Gradation Note: Al MS-2 =Asphalt Institute Manual Series 2 Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Note: 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. *Fractured face requirements for SF may be waived by RME depending on project conditions. PSP112 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal ***Design Air Voids ** Maximum Size*, mm (inches) 3.5% 4.0% 4.5% 5.0% 37.5 (1%) 11.6 11.7 11.8 25.0 (1) 12.6 12.7 12.8 N/A 19.0 (3/) 13.6 13.7 13.8 12.5 (%) 14.6 14.7 14.8 9.5 (3/8) 15.6 15.7 15.8 16.9 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 prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The hot mix asphalt for the lower lifts may contain up to 20% reclaimed asphalt pavement if approved by the Engineer. The hot mix asphalt for the top lift shall not contain any reclaimed asphalt pavement unless approved by the Engineer. A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt when determined by the Engineer. Acceptance samples shall be taken in accordance with CP-41, as determined by the Engineer and/or Inspector. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the PSP113 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 403 HOT MIX ASPHALT 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. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading S)(100)(PG 64-22) Ton Hot Mix Asphalt (Grading SX)(100)(PG 64-28) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately but shall be included in the work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately but shall be included in the work. The Contractor shall collect the scale ticket on each load when it is delivered to the project site and ensure that the information required in subsection 109.01 is shown on each ticket. The scale tickets shall be available on site for County personnel to inspect. Each day, 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, PSP114 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 403 HOT MIX ASPHALT 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 PSP115 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT Sections 412 and 705 of the Standard Specifications are hereby revised for this project as follows: Subsection 412.03 shall be deleted and replaced with the following: Class P concrete shall conform to the requirements for an optimized mix design and shall be in accordance with Section 601.02. The optimized gradation shall also be in accordance with Section 106.06(a). The strength of the concrete will be considered acceptable when the average equivalent 28-day flexural strengths for each lot are above the "Specified Flexural Strength," of 650 psi for both the plan value and the lower tolerance limit (Table 105-5). In addition, no individual set (two specimens per sublot) in the lot is 25 psi or more below the equivalent "Specified Flexural Strength." If any lot or sublot, respectively, fails to meet the above criteria, the lot or sublot will be removed and replaced at no additional cost. ACI 318 cannot be used to dispute acceptance strength results. Evaluation of low strength test results shall follow CP65 Method B. Subsection 412.04 shall be deleted and replaced with the following: (a) The maximum allowable amount of Fly Ash shall be 20%. Class F fly ash shall be used. Cement shall be Type I-II. (b) Proportioning shall conform to the requirements of subsection 601.05 in addition to the requirements below: (1) Mixture Proportions (i) Composition Concrete will be composed of cementitious material, water, fine and coarse aggregates, and admixtures. Supplementary Cementitious Materials (SCM) choice and usage will be in accordance with text below. The total cementitious material content will be at least 520 lb./cu. yd. Admixtures will consist of air- entraining admixture and also may include as approved, water-reducing admixture. (ii) Proportioning Studies Trial design batches, mixture proportioning studies, and testing requirements are the responsibility of the Contractor. Trial mixtures having proportions, slumps, and air content suitable for the work will be based on methodology described in ACI 211.1, modified as necessary to accommodate flexural strength. Submit test results, including: 1. Coarse and fine aggregate gradations and plots; 2. Combined aggregate gradation and coarseness/workability plots; 3. Coarse aggregate quality test results, including deleterious materials; 4. Fine aggregate quality test results; PSP116 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT 5. Mill certificates for cement and supplemental cementitious materials; 6. Certified test results for air entraining, water reducing, retarding, non- chloride accelerating admixtures; 7. Specified flexural strength, slump, and air content; 8. Documentation of required average CQC flexural strength, Ra; 9. Recommended proportions/volumes for proposed mixture and each of three trial water-cementitious materials ratios; 10. Individual beam and cylinder breaks; 11. Flexural and compressive strength summaries and plots; 12. Correlation ratios for acceptance testing and CQC testing; and 13. Historical record of test results documenting production standard deviation (if available) (iii) Water-Cement Ratio At least three different water-cement ratios, which will produce a range of strengths encompassing that required on the project, will be used. The maximum allowable water-cement ratio required in the text above will be the equivalent water-cement ratio. Laboratory trial mixtures will be proportioned for maximum permitted slump and air content. (2) Trial Mixture Studies Separate sets of trial mixture studies will be made for each combination of cementitious materials and each combination of admixtures proposed for use. No combination of either will be used until proven by such studies, except that, if approved in writing and otherwise permitted by these specifications, an accelerator or a retarder may be used without a separate trial mixture study. Separate trial mixture studies also will be made for concrete for each placing method (slip form, fixed form, or hand placement) proposed. The temperature of concrete in each trial batch will be reported. Each mixture will be designed to promote easy and suitable concrete placement, consolidation and finishing, and to prevent segregation and excessive bleeding. (3) Mixture Proportioning for Flexural Strength The following step-by-step procedure will be followed: 1. Fabricate all beams and cylinders for each mixture from the same batch or blend of batches. Fabricate and cure all beams and cylinders in accordance with ASTM C 192/C 192M, using 6"x 6" steel beam forms and 6" x 12" single-use cylinder forms. PSP117 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT 2. Cure test beams from each mixture for 3-, 7-, 14-, and 28-day flexural tests; six beams to be tested per age. 3. Cure test cylinders from each mixture for 3-, 7-, 14-, and 28-day compressive strength tests; six cylinders to be tested per age. 4. Test beams in accordance with ASTM C 78, cylinders in accordance with ASTM C 39/C 39M. 5. Using the average strength for each water-cement blend at each age, plot all results from each of the three mixtures on separate graphs for water-cement blend versus: (a) 3-day flexural strength (b) 7-day flexural strength (c) 14-day flexural strength (d) 28-day flexural strength (e) 3-day compressive strength (f) 7-day compressive strength (g) 14-day compressive strength (h) 28-day compressive strength 6. From these graphs, select a water-cement blend that will produce a mixture giving a 28-day flexural strength equal to the required strength determined in accordance with the next paragraph. 7. Using the above-selected water-cement blend, select from the graphs the expected 3-, 7-, 14-, and 28-day flexural strengths and the expected 3-, 7-, 14-, and 28-day compressive strengths for the mixture. 8. From the above-expected strengths for the selected mixture, determine the following Correlation Ratios: (a) Ratio of the 14-day compressive strength of the selected mixture to the 28- day flexural strength of the mixture (for acceptance). (b) Ratio of the 7-day compressive strength of the selected mixture to the 28-day flexural strength of the mixture (for Contractor process control). 9. If there is a change in materials, additional mixture design studies will be made using the new materials and new Correlation Ratios will be determined. PSP118 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT 10. No concrete pavement will be placed until the Contracting Officer has approved the Contractor's mixture proportions. The approved water-cementitious materials ratio will not exceed the maximum value specified in the next paragraph and will not be increased without the County's written approval. Subsection 412.07(b) the first paragraph shall be revised to include the following: The slip form method must be used for the majority of all mainline paving (min. 65%). Contractor's slipform paving machine must be capable of paving a minimum of 16' width. Subsection 412.13 shall be revised include the following: Transverse and untied longitudinal joints shall be sawed and sealed as shown in the following diagram for preformed compression seals. Installation shall conform to subsection 412.18, as revised for this project, and the compression seal and lubricant materials shall conform to subsection 705.01, as revised for this project. Subsection 412.13(b)(1) shall be revised to include the following: If tie bars are inserted into plastic concrete with a tie bar insertion machine, tie bar location and concrete consolidation shall be subject to the following additional requirements: Each 2500 linear feet of longitudinal weakened plane joint resulting from the procedure shall have one random location cored where the core intercepts an inserted tie bar. The core shall be six-inch diameter taken in the presence of the Engineer. If non-consolidated concrete is evident above the inserted tie bar, the Contractor shall cease paving operations and submit a corrective action plan in writing for approval. Correction of the joint and further paving shall take place only after written approval of the corrective action plan has been provided by the Engineer. Additional coring may be required, as directed by the Engineer. Coring operations, including patching, shall be at the Contractor's expense. Further failure to consolidate the concrete over the tie-bars will be justification to preclude the use of the automatic tie-bar insertion for the remainder of the project. Subsection 412.14 shall be revised to include the following: All references to "curing compound" shall be changed to "curing and sealing compound" for highway use. The "curing and sealing compound" shall be approved by Weld County 14 days prior to use. Subsection 412.18 shall be revised to include the following: Before installation of the preformed compression seal the following shall be completed: (1) Repair of defective pavement slabs and repair and proper curing of cracks or spalls in accordance with subsection 412.16. (2) Corrective work for texturing. PSP119 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT (3) Corrective work for smoothness in accordance with subsection 105.08. Air temperature at the time of installation shall be from 40 to 80 °F or as recommended by the manufacturer. The joint shall be air cleaned with oil free air at 100 psi minimum just before seal installation. The preformed compression seal shall have an uncompressed width of 11/16 inch. Installation shall be in conformance with the following diagram and shall follow the manufacturers recommendations. A machine shall be used for installation which results in proper depth of the seal without damage or twisting of the seal. Elongation during installation shall not exceed 5 percent. Subsection 412.21 shall be revised to delete the fifth paragraph and replace with the following: The lower tolerance limit (TL) for pavement thickness shall be Plan Thickness (PT). There shall be no incentive/disincentive for pavement thickness. Any pavement thicknesses found to be less than Plan Thickness (PT) shall be removed and replaced at the discretion of the Engineer. Subsection 412.23 shall be revised to delete the first paragraph and replace with the following: The quantities of Concrete Pavement to be paid for under these items will be the number of square yards completed and accepted. The width of measurement will be the width of the new pavement to the outside edge of the shoulder shown on the typical cross section of the plans, not including any additional width for pavement safety edges. The width for measurement includes additional widening as needed, or as otherwise directed by the Engineer in writing. The length will be measured horizontally along the centerline of each roadway or ramp. Subsection 412.24 shall be revised to include the following: Construction of Pavement safety edges will not be measured and paid separately but shall be included in the work for Concrete Pavement. Subsection 412.25 shall be added immediately following 412.24 and shall include the following: (a) Warranty Period and Procedures A one-year warranty period shall apply to all Portland Cement Concrete Pavement (PCCP) incorporated into the project. The warranty period shall begin on the date Final Acceptance is issued by the County. Any PCCP which does not meet the contract specifications, prior to or throughout the warranty period, or has visible deficiencies or failures, shall be removed and replaced at the Contractor's expense. The PCCP shall be inspected by County staff throughout the duration of the warranty period. If deficiencies become apparent during the warranty period, the County shall prepare a warranty letter with a detailed description of the PCCP which has to be removed and replaced. The County and Contractor will then meet to finalize the list of deficiencies to be addressed, the PSP120 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT construction methods to be utilized, and the timing of the warranty work to be completed. In such case that the Contractor refuses to participate in this procedure, after a non-responsive period of 30 day, the County shall arrange with a qualified contractor of their choosing to compete the warranty work. The Contractor shall be liable for all costs. The PCCP deficiencies include but is not limited to the following: (1) Pavement panels containing one or more cracks through the full depth of the panel resulting in separating the panel into two or more parts. (2) Pavement panels containing excessive honeycombed areas that result in spalling of the PCCP or pooling of drainage water. (3) Pavement panels which contain any voids greater in depth than one-half of the PCCP total thickness. (4) Pavement panels which do not meet the minimum smoothness testing requirements. (5) Joints which are spalled over 50% of their length. (6) Pavement panels which do not meet the specified grades in the plans or have any areas which drainage water pools on the surface to a depth of greater than 0.5 inches. Any PCCP removed shall be replaced with new PCCP meeting the original project specifications, depth, color, and finish. Any replacement panel shall be tested and verified to obtain adequate strength prior to allowing traffic on it. In the case of PCCP panel replacement associated with the one-year warranty period, a new one-year warranty period shall commence on the date which the replacement panel construction is accepted by the County. Subsection 705.01 shall include the following: (b) Preformed Compression Seals. Preformed compression seals shall conform to AASHTO M 220. The lubricant adhesive used for installation of the preformed compression seal shall conform to ASTM D2835. The Contractor shall provide the Engineer with certified test reports that indicate conformance of the preformed compression seals and lubricant adhesive with these specifications before installation begins. PSP121 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 7 REVISION OF SECTION 412 AND 705 PORTLAND CEMENT CONCRETE PAVEMENT JOINT SHAPE AND JOINT FILLER DETAILS FOR TRANSVERSE SAWED CONTRACTION JOINT AND UNTIED LONGITUDINAL CONTRACTION JOINT TOP OF 3/8"-"HI * 1/4" ;PAvEMENT '"`fit: 1 JOINT SEAL 11/16" vi UNCOMPRESSED WUIDTH 1/8" *Saw Depth T/4 for transverse sawed contraction joint T/3 for untied longitudinal contraction joint Where: T = pavement thickness Tolerances of all joint width dimensions: 0 to +1/16 inch Installation of preformed compression joint seals shall be in accordance with manufacturer's recommendations. The joint locations, spacing, and general notes on the standard for concrete pavement joints for this project shall apply. All materials and installation required for compression joint seals will be included in the work. All other joints shall be constructed in accordance with standard specifications. END OF SECTION PSP122 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Section 420 of the Standard Specifications is hereby revised for this project as follows: Subsection 420.01 shall include the following: This work includes furnishing and installing geosynthetic material over subgrade materials in accordance with these specifications and the details shown on the plans. Subsection 420.02 shall include the following: Geotextile (Reinforcement) shall meet the requirements of subsection 712.08, including Table 712- 2a. The aggregate fill to be placed over the top of the geosynthetic material shall meet all the specifications of Aggregate Base Course (Class 6). Subsection 420.10 shall include the following: Pay Item Pay Unit Geotextile (Reinforcement)(Tensar TriAx 160) Square Yard Payment will be full compensation for all work and materials required to complete the item. PSP123 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Subsection 712.08 shall include the following: TriAx TX160 Geogrid or equivalent meeting the requirements below: General 1. The geogrid is manufactured from a punched polypropylene sheet, which is then oriented in there substantially equilateral direction so that the resulting ribs shall have a high degree of molecular orientation, which continues at least in part through the mass of the integral node. 2. The properties contributing to the performance of the mechanically stabilized layer include the following: Index Properties Longitudinal/ Diagonal General Transverse Rib Pitch (2), mm (in) 40 (1.60) 40 (1.60) -- Mid-rib depth (2), mm (in) 1.4 (0.06) 1.6 (0.06) -- Mid-rib width (2), mm (in) 1.2 (0.05) 1.0 (0.04) -- Rib shape Rectangular Aperture shape Triangular Structural Integrity General Junction efficiency (3), % 93 Isotropic Stiffness Ratio (4) 0.6 Radial stiffness at low strain (5), kN/m @ 0.5% strain 300 (lb/ft @ 0.5% strain) (20,580) Durability General Resistance to chemical degradation (6) 100% Resistance to ultra-violet light and weathering (7) 70% Dimension and Delivery The Tx Geogrid shall be delivered to the jobsite in roll form with each roll individually identified. Rolls are shipped with nominal measurements: Equal to 4.0 meters (13.1 feet) in width and 75 meters (246 feet) in length or 4.87 (16 feet) in width by 100 meters (328 feet) in length. Notes 1. Unless indicated otherwise, values shown are minimum average roll values determined in accordance with ASTM D4759-02. Brief descriptions of test procedures are given in the following notes. 2. Nominal dimensions. PSP124 ATTACHMENT A 35th AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS 3. Load transfer capability determined in accordance with ASTM D6637 and ASTM D7737-11 and expressed as a percentage of ultimate tensile strength. 4. The ratio between the minimum and maximum observed values of radial stiffness at 0.5% strain, measured on rib and midway between rib directions. 5. Radial stiffness is determined from tensile stiffness measured in any in-plane axis from testing in accordance with ASTM D6637-10. 6. Resistance to loss of load capacity or structural integrity when subjected to chemically aggressive environments in accordance with EPA 9090 immersion testing. 7. Resistance to loss of load capacity of structural integrity when subjected to 500 hours of ultraviolet light and aggressive weathering in accordance with ASTM 04355-05. Minimum overlap shall be 18". All overlaps will not be paid for separately but shall be considered subsidiary to the flat surface and edge areas. END OF SECTION PSP125 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows: Section 506.05 shall be revised as follows: Payment will be made under: Pay Item Unit Riprap (9 Inch) Cubic Yard Riprap (12 Inch) Cubic Yard The filter fabric shall be Mirafi FW300 or approved equivalent and shall be considered subsidiary to the Riprap pay item. Prior to delivering this material to the jobsite the Contractor shall supply laboratory testing data from the supplier of the filter fabric, for approval by the Project Engineer. Mirafi FW300 has a CBR puncture strength per ASTM D6241 of 1,250 pounds. Any equivalent proposed material shall meet or exceed this puncture strength value, in addition to meeting or exceeding all other associated specification values. The filter material (Class A) shall be considered subsidiary to the Riprap pay item. Prior to delivering this material to the jobsite, the Contractor shall supply a gradation test result from the supplier, for approval by the Project Engineer. END OF SECTION PSP 126 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete subsections 601.01 thru 601.07 and replace with the following: 601.01 This work consists of furnishing and placing Portland cement concrete in accordance with these specifications and in conformity with the lines, grades and dimensions as shown on the plans or established. This work includes preparing concrete surfaces designated in the Contract and applying an approved colored Structural Concrete Coating to them. The use of ACI 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. 601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in the Contract. Table 601-1 CONCRETE TABLE Cementitious Material Air Required Field Content: Content: % Water/Cementitious Concrete Compressive Minimum or Range Material Ratio: Class Strength (psi) Range (Total) Maximum or Range (lbs/yd3) B 4500 at 28 days N/A 5- 8 0.45 BZ 4000 at 28 days 610 N/A 0.45 D 4500 at 28 days 615 to 660 5-8 0.45 DT 4500 at 28 days 700 5—8 0.44 E 4500 at 28 days 520 4-8 0.44 G 4500 at 28 days N/A 5—8 0.45 H 4500 at 56 days 500 to 640 5-8 0.42-0.44 HT 4500 at 56 days 500 to 640 5—8 0.42 - 0.44 P 4500 at 28 days 520 4-8 0.44. S35 5000 at 28 days 615 to 720 5—8 0.42 S40 5800 at 28 days 615 to 760 5-8 0.40 S50 7250 at 28 days 615 to 800 5—8 0.38 Shotcrete 4500 at 28 days N/A 7-10* 0.45 * Prior to pumping for wet process. Class B concrete is an air entrained concrete for general use. Class D, H or P concrete may be substituted for Class B concrete. Additional requirements are: (1) The coarse aggregate shall have a nominal maximum size of 1% inches or smaller. PSP 127 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE (2) Class B Concrete for slope and ditch paving shall be macro-fiber reinforced. Class BZ concrete is concrete for drilled shafts. Additional requirements are: (1) Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5 to 8 percent. (2) Slump shall be a minimum of 6 inches and a maximum of 9 inches. A minimum of 6 inches slump shall be maintained during the anticipated pour period. The use of retarders and mid- range water reducers is allowed to extend the slump life of the concrete. When the Contractor elects to use SCC, the slump requirement for Class BZ Concrete does not apply. (3) The coarse aggregate size shall be AASHTO M43 size#8 unless otherwise approved by the Engineer. Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class D concrete. Additional requirements are: (1) An approved water reducing admixture shall be incorporated in the mix. (2) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, or No. 67 coarse aggregate. (3) When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for Class DT concrete. Additional requirements are: (1) An approved water reducing admixture shall be incorporated into the mix. (2) The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Class E concrete is used for fast-track pavements needing early strength in order to open a pavement to service soon after placement. Class E concrete shall meet the requirements of Class P concrete. ASTM C150 Type Ill or ASTM C1157 Type HE cement may be used. Accelerating admixtures may be used. Class G concrete is a low shrinkage macro fiber-reinforced structural concrete. Class G concrete may be substituted for Class B or Class D concrete. Additional requirements are: (1) The concrete shall include a minimum of 4 pounds per cubic yard of Macro Fiber- Reinforcement. (2) Shrinkage reducing admixtures may be incorporated into the mix. (3) The unrestraried shrinkage shall be less than 0.030 percent when tested by CP-L 4103. PSP 128 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE (4) The permeability of the mix shall not exceed 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202. (5) The mix may contain more than 30 percent fly ash by weight of the total cementitious material. (6) The mix may use an optimized gradation with a nominal aggregate size of at least 3 inch. The mix shall have a nominal maximum aggregate size of 3/ inch if an optimized gradation is not used. (7) An expansive cement additive may be added to an ASTM C150 Type I/II cement and fly ash to produce an ASTM C845 Type K cement. Approximately 15 to 20 percent by weight of the cementitious content of the concrete will be the expansive cement additive. The proportion of the expansive cement additive will be determined by testing the cementitious material blend in accordance with ASTM C806. The blended material shall have an expansion of 0.04 to 0.10 percent at 7 days when tested in accordance with ASTM C806. When an expansive cement is used the w/cm ratio shall be 0.45 to 0.55, and the expansion of the laboratory trial mix shall be 0.05 to 0.09 percent at 7 days when tested in accordance with ASTM C878. Class H concrete is used for bare concrete bridge decks. Additional requirements are: (1) Type A or dual rated Type A and F chemical admixtures may be used. (2) Set retarding and accelerating admixtures shall not be used. These include Type B, C, D, E, and G chemical admixtures. (3) The concrete mix shall consist of a minimum of 55 percent sizes No. 57, No. 6, or No. 67 coarse aggregate by weight of total aggregate. (4) The permeability of the laboratory trial mix shall not exceed 2000 coulombs at 56 days when tested in accordance with ASTM C1202. (5) The cracking tendency of the laboratory trial mix shall not exhibit a crack before 15 days when tested in accordance with AASHTO T334. (6) Class H concrete shall contain a minimum of 20 percent pozzolan by weight of total cementitious material. (7) The sulfate exposure is Class 0 except when substituted for Class B or D concrete. Class HT concrete is used for deck resurfacing and repairs on bare concrete bridge decks. Additional requirements are: (1) Type A or dual rated Type A and F chemical admixtures may be used. (2) Set retarding and accelerating admixtures shall not be used. These include Type B, C, D, E, and G chemical admixtures. (3) The concrete mix shall consist of a minimum of 50 percent size No. 7 or No. 8 coarse aggregate by weight of total aggregate. PSP 129 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 4 REVISION OF SECTION 601 STRUCTURAL CONCRETE (4) The permeability of the laboratory trial mix shall not exceed 2000 coulombs at 56 days when tested in accordance with ASTM C1202. (5) The cracking tendency of the laboratory trial mix shall not exhibit a crack before 15 days when tested in accordance with AASHTO T334. (6) Class HT concrete shall contain a minimum of 20 percent pozzolan by weight of total cementitious material. (7) The sulfate exposure is Class 0. Class P concrete is used in pavements. Additional requirements are: (1) The Required Field Flexural Strength shall be 650 psi when flexural strength acceptance is specified. The laboratory trial mix shall produce a minimum average 28 day flexural strength of 700 psi. (2) The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. (3) If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. (4) Class P concrete pavement shall utilize an optimized graded concrete pavement (OGCP) design. (5) The contractor shall show the mix design with reference to the 0.45 Power Maximum Density Curve. Class PS concrete is used for prestressed concrete members. Requirements for Class PS concrete are specified in subsection 618.11. ASTM C150 Type III and ASTM C1157 Type HE cements may be used. Class S35 concrete is a dense high strength structural concrete. Additional requirements are: (1) An approved water reducing admixture shall be incorporated in the mix. (2) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. (3) When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class S40 concrete is a dense high strength structural concrete. Additional requirements are: (1) An approved water reducing admixture shall be incorporated in the mix. (2) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 PSP 130 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 5 REVISION OF SECTION 601 STRUCTURAL CONCRETE coarse aggregate. (3) When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate. Class S50 concrete is a dense high strength structural concrete. Additional requirements are: (1) An approved water reducing admixture shall be incorporated in the mix. (2) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. (3) When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. (4) The laboratory trial mix shall not exhibit a crack before 15 days in the cracking tendency test (AASHTO T334). Deviations from the Standard Class B, Class BZ, Class D, Class DT, Class E, and Class P concrete may be made under the following conditions: (1) The minimum cement content may be reduced from that specified in Table 601-1 if lab test results show that the permeability of the mix does not exceed 2,500 Coulombs at an age of not more than 56 days as determined by ASTM C1202. The maximum cement content may be increased from that specified in Table 601-1 if lab test results show that the unrestrained shrinkage is less than 0.050 percent when tested by CP-L 4103. (2) The maximum amount of fly ash substituted for ASTM C150 cement or the maximum pozzolan content when ASTM C595 or C1157 cement is used may exceed the limits in subsection 601.05 if lab test results show that the permeability of the mix does not exceed 2,500 Coulombs at an age of not more than 56 days as determined by ASTM C1202. (3) Except for Class DT, the concrete mix may use an Optimized Gradation (OG). When an OG is used aggregate proportions must be a result of an optimized combined aggregate gradation (CAG) developed by an approved mix design technique such as Shilstone or KU Mix. The amount of aggregate in the CAG passing the 19 mm (% inch) sieve and retained on the12.5 mm (% inch) sieve shall be a minimum of 8 percent for the trial mix design. The coarseness factor (CF) and workability factor (WF) must plot within the workability box (ABCD) depicted graphically by the following 4 coordinate points: (i) Point A: (CF,WF) 72, 31 (ii) Point B: (CF,WF) 44.5, 35 (iii) Point C: (CF,WF) 44.5, 43.5 (iv) Point D: (CF,WF) 72, 40 CF = (S /T) x100 Where: S = Percent Cumulative Retained on 9.5 mm (% inch) Sieve T = Percent Cumulative retained on 2.36 mm (No. 8) Sieve PSP 131 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 6 REVISION OF SECTION 601 STRUCTURAL CONCRETE WF is the percent passing the 2.36 mm (No. 8) sieve. Increase workability factor by 2.5 percentage points for every 94 pounds per cubic yard of cementitious material used in excess of 564 pounds per cubic yard in the mix design. Decrease workability factor by 2.5 percentage points for every 94 pounds per cubic yard of cementitious material used below 564 pounds per cubic yard in the mix design. The Contractor shall not adjust the workability factor if the amount of cementitious material is 564 pounds per cubic yard. (4) Aggregate gradings not obtained through an OG may be used if lab test results show that the unrestrained shrinkage is less than 0.050 percent when tested by CP-L 4103. Figure 601-1 Workability Box 50 r 4s c c 2 40 { — a 35 B A 30 25 20 80 70 60 50 40 30 Coarseness Factor Concrete with any of the above deviations shall be known as Class (J Non-Standard Concrete (Class_-NS concrete). For example, Class B-NS. Non-standard concrete may be substituted for the equivalent standard concrete. Non-standard concrete shall be tested, accepted, measured and paid for as standard concrete or the pay item specifying standard concrete. The Contractor may elect to modify Class B, Class BZ, Class D, S35, S40 and S50 concrete to be Self Consolidating Concrete (SCC) with the following requirements: (1) SCC shall have a slump flow of 20 to 26 inches when tested in accordance with ASTM C1611 using an inverted slump cone. (2) SCC shall have a maximum blocking assessment of 2.0 inches when tested in accordance with ASTM C1621. (3) SCC shall have a maximum static segregation of 10 percent when tested in accordance with ASTM C1610. (4) For SCC, deviations from the Standard Class B, Class BZ, Class D, S35, S40 and S50 concrete requirements may be made as long as the non-standard concrete requirements are met. ASTM C672 testing is not required for SCC that exceeds the maximum pozzolan substitution in subsection 601.05. PSP 132 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 7 REVISION OF SECTION 601 STRUCTURAL CONCRETE 601.03 Materials shall meet the requirements specified in the following subsections: Fine Aggregate 703.01 Coarse Aggregate 703.02 Portland Cement 701.01 Slag Cement 701.05 Fly Ash 701.02 Silica Fume Admixture 701.03 Water 712.01 Air Entraining Admixture 711.02 Chemical Admixtures 711.03 Curing Materials 711.01 Preformed Joint Material 705.01 Reinforcing Steel 709.01 Bearing Materials 705.06 Epoxy 712.10 Structural Concrete Coating 708.08 High-reactivity Pozzolans 701.04 Pozzolans shall consist of fly ash, silica fume, and high-reactivity pozzolan. Prestressing steel shall meet the requirements of subsection 714.01 except as noted on the plans. Calcium Chloride shall not be used in reinforced concrete. Calcium Chloride shall be used in non- reinforced concrete only when specified. Where Fiber-Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved polyolefin fibers. Unless otherwise specified, a minimum of 3.5 pounds per cubic yard of polyolefin fiber reinforcement shall be evenly distributed into the mix. Mixing shall be as recommended by the manufacturer such that the fibers do not ball up. Polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. Where Macro Fiber-Reinforced Concrete is specified or designated in the plans, the concrete mix shall include approved macro polyolefin fibers. A minimum of 4.0 pounds per cubic yard of macro polyolefin fiber reinforcement shall be evenly distributed into the mix. If less than 4.0 pounds per cubic yard of macro polyolefin fiber reinforcement is used in the mix, the Contractor shall provide test results showing the mix design has a residual strength of 170 psi as determined in accordance with ASTM C1609. Mixing shall be as recommended by the manufacturer such that the fibers do not ball up. Macro polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508 with the following exceptions: (1) Tensile strength shall be a minimum of 65 ksi (2) Modulus of Elasticity shall be a minimum of 1,000 ksi (3) Cut length shall be 1.5 to 2.2 inches (4) Aspect Ratio shall be 50 to 100 PSP 133 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 8 REVISION OF SECTION 601 STRUCTURAL CONCRETE 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured according to the requirements of Table 601-2. The sulfate exposure for all concrete shall be Class 2 unless otherwise specified on the plans. A higher level of requirements may be used for a lower level of exposure. If the Contractor provides test reports that show another class of exposure exists at a structure location, then the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection requirements. Table 601-2 REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE Maximum Cementitious Severity of Water-Soluble Sulfate Sulfate (SO4) Sulfate (SO4) Water to Material Exposure in Dry Soil, (%) in Water, ppm Cementitious Requirement Material Ratio s Class 0 0.00 to"0.10 0 to 150 0.45 Class 0 Class 1 0.11 to 0.20 151 to 1500 0.45 Class 1 Class 2 021 to ZOO 1501 lo 10.000 0.45 Class 2 Class 3 2.01 or greater 10,001 or 0.40 Class 3 greater Cementitious material requirements are as follows: Class 0 requirements for sulfate resistance shall be one of the following: (1) ASTM C150 Type I, II orV (2) ASTM C595 Type IL, IP, IP(MS), IP(HS) or IT (3) ASTM C1157 Type GU, MS or HS (4) ASTM C150 Type III cement if it is allowed, as in Class E concrete Class 1 requirements for sulfate resistance shall be one of the following: (1) ASTM C150 Type II or V; Class C fly ash shall not be substituted for cement. (2) ASTM C595 Type IP(MS) or IP(HS). (3) ASTM C1157 Type MS or HS; Class C fly ash shall not be substituted for cement. (4) When ASTM C150 Type III cement is allowed, as in Class E concrete, it shall have no more than 8 percent C3A. Class C fly ash shall not be substituted for cement. (5) ASTM C595 Type IL(MS), IL(HS), IT(MS) or (HS); Class C fly ash shall not be substituted for PSP 134 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 9 REVISION OF SECTION 601 STRUCTURAL CONCRETE cement. Class 2 requirements for sulfate resistance shall be one of the following: (1) ASTM C150 Type V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight (2) ASTM C150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C452 (3) ASTM C1157 Type HS; Class C fly ash shall not be substituted for cement. (4) ASTM C150 Type II, Ill, or V plus High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (5) ASTM C1157 Type MS plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (6) A blend of Portland cement meeting ASTM C150 Type II or III with a minimum of 20 percent Class F fly ash or slag cement by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012. (7) ASTM C595 Type IP(HS), IL(HS) or IT(HS). Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for Type IL cement. Class C fly ash shall not be substituted for cement. (8) ASTM C595 Type IL(MS) or IT(MS) plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 Class 3 requirements for sulfate resistance shall be one of the following: (1) A blend of Portland cement meeting ASTM C150 Type II, Ill, or V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. (2) ASTM C1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for cement. Class C fly ash shall not be substituted for cement. (3) ASTM C1157 Type MS or HS plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. (4) ASTM C150 Type II, Ill, or V plus High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. PSP 135 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 10 REVISION OF SECTION 601 STRUCTURAL CONCRETE (5) ASTM C595 Type IL(MS) or IT(MS) plus High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. (6) ASTM C595 Type IP(HS), IL(HS) or IT(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High- Reactivity Pozzolan may be substituted for Type IL cement. Class C fly ash shall not be substituted for cement. (7) ASTM C595 Type IL with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. (8) ASTM C150 Type I, II, Ill or V plus a minimum of 20% Class F fly ash when the R factor of the fly ash is less than 0.75. R factor is determined using the following from the chemical composition of the fly ash. R = CaO- 5 Fe2Os When fly ash or high-reactivity pozzolan is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, shall be the same source and it shall have a calcium oxide content no more than 2.0 percent greater than the fly ash or high-reactivity pozzolan tested according to ASTM C1012. ASTM C1012 test results are acceptable for up to two years from the completion date of the test. 601.05 Proportioning. The Contractor shall submit a Concrete mix design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete Mix Design Report has been reviewed and approved by the Engineer. The Concrete mix design will be reviewed and approved following the procedures of CP 62. The Concrete mix design will not be approved when the laboratory trial mix data are the results from tests performed more than two years in the past or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all ingredients including cement, pozzolan, aggregates, water, additives and the water to cementitious material ratio (w/cm). When determining the w/cm, the weight of cementitious material (cm) shall be the sum of the weights of the cement, slag cement, fly ash, silica fume, and high reactivity pozzolan. The laboratory trial mix data shall include results of the following: (1) AASHTO T 119 (ASTM C143) Slump of Hydraulic Cement Concrete. (2) AASHTO T 121 (ASTM C138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete. (3) AASHTO T 152 (ASTM C231) Air Content of Freshly Mixed Concrete by the Pressure Method. (4) ASTM C39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. Three additional specimens PSP 136 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 11 REVISION OF SECTION 601 STRUCTURAL CONCRETE tested at 56 days shall be required for Class H and HT concrete. (5) Class H and HT concrete shall include a measurement of permeability by ASTM C1202 Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration. (6) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO T334 Standard Practice for Estimating the Cracking Tendency of Concrete. The sample shall be cured at a temperature of 65 to 75°F and relative humidity not exceeding 40 percent. (7) Class E and P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. (8) Concrete with an OG shall indicate the gradation proportions that results in a combined aggregate gradation corresponding to compliance within the specified CF and WF box and shall include the following charts used to perform aggregate gradation analysis: (i) Coarseness Factor. (ii) Workability Factor. (iii) 0.45 power. (iv) Combined gradation. (9) SCC concrete shall include ASTM C1611 Standard Test Method for Slump Flow of Self- Consolidating Concrete. Slump flow shall be measured using an inverted slump cone. (10) SCC concrete shall include ASTM C1621 Standard Test Method for Passing Ability of Self- Consolidating Concrete by J-Ring. (11) SCC concrete shall include ASTM C1610 Standard Test Method for Static Segregation of Self-Consolidating Concrete Using Column Technique. (12) For air entrained concrete, the SAM number according to AASHTO TP118, Characterization of the Air-Void System of Freshly Mixed Concrete by the Sequential Pressure Method (Super Air Meter) shall be reported. The SAM meter readings for each step shall be included. A SAM leak test shall be performed prior to the SAM testing. Results of the leak test shall be included in the SAM data. Concrete for bridge sidewalk shall be Macro Fiber-Reinforced Class D Concrete. Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. Placement shall be as directed by the Engineer. Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inches. PSP 137 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 12 REVISION OF SECTION 601 STRUCTURAL CONCRETE The laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, the trial mix shall be run with the required air content. The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete Pavement is paid with a volumetric pay quantity, the relative yield of the concrete produced on the project shall be 0.99 to 1.02. If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease, and the Contractor shall present a plan to correct the relative yield to the Engineer. Aggregate data shall include the results of the following: (1) AASHTO T 11 (ASTM C117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing. (2) AASHTO T 19 (ASTM C29) Unit Weight and Voids in Aggregate. (3) AASHTO T 21 (ASTM C40) Organic Impurities in Fine Aggregate for Concrete. (4) AASHTO T 27 (ASTM C136) Sieve Analysis of Fine and Coarse Aggregates. (5) AASHTO T 84 (ASTM C128) Specific Gravity and Absorption of Fine Aggregate. (6) AASHTO T 85 (ASTM C127) Specific Gravity and Absorption of Coarse Aggregate. (7) AASHTO T 96 (ASTM C131) Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (8) AASHTO T 104 (ASTM C88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate. (9) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test. (10) ASTM C535 Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (11) ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar- Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results. Any aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Test results from ASTM C1293 Standard Test Method for Determination of Length Change of Concrete Due to Alkali-Silica Reaction may be substituted for ASTM C1260 test results. The ASTM C1293 test PSP 138 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 13 REVISION OF SECTION 601 STRUCTURAL CONCRETE shall be run on an individual source of aggregate. The ASTM C1293 test shall not use pozzolan as part of the cementitious material content. Any aggregate source tested by ASTM C1293 with an expansion greater than or equal to 0.04 percent at one year shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates, cement and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. The Concrete Mix Design Report shall include certified test reports showing that the cement, fly ash, slag cement, high-reactivity pozzolan, and silica fume meet the specification requirements and shall support this statement with actual test results. The certification for silica fume shall state the solids content if the silica fume admixture is furnished as slurry. For all concrete mix designs with ASTM C150 cements, up to a maximum of 20 percent Class C fly ash, 30 percent Class F fly ash, or 30 percent high-reactivity pozzolan by weight of total cementitious material may be substituted for cement. Up to a maximum of 50 percent slag cement by weight of total cementitious material may be substituted for cement. When slag cement and pozzolans are substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C595 Type IL cements, up to a maximum of 20 percent Class C fly ash, 30 percent Class F fly ash, or 30 percent high-reactivity pozzolan by weight of total cementitious material may be substituted for cement. Up to a maximum of 50 percent slag cement by weight of total cementitious material may be substituted for cement. When slag cement and pozzolans are substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS) or IT cements: fly ash or high- reactivity pozzolan shall not be substituted for cement. For all concrete mix designs with ASTM C595 IT cements: slag cement shall not be substituted for cement. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS) cements, when slag cement is substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C1157 cements, the total pozzolan content including pozzolan in cement shall not exceed 30 percent by weight of the cementitious material content. Up to a PSP 139 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 14 REVISION OF SECTION 601 STRUCTURAL CONCRETE maximum of 30 percent slag cement by weight of total cementitious material may be substituted for cement. The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high-reactivity pozzolan, silica fume, or aggregate. When a change occurs in the source of approved admixtures, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change shall be approved by the Engineer prior to use. The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be permitted at the discretion of the Engineer when documentation includes the following: (1) Manufacturer's recommended dosage of the admixture (2) A letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. When Fiber-Reinforced Concrete is specified in the Contract, polyolefin fibers may be added to an approved mix design except when Macro Fiber-Reinforced Concrete is specified. If Macro Fiber- Reinforced Concrete is specified a new trial mix will be required. When polyolefin fibers are added to an approved concrete mix design, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes. The stamped letter shall include the following, and the change must be approved by the Engineer prior to use: (1) The mix design number, both the CDOT mix ID number and the suppliers mix ID number. (2) The brand and type of polyolefin fibers. (3) The dosage of polyolefin fibers in pounds per cubic yard. (4) Adjustment to the fine aggregate batch weight. Review and approval of the concrete mix design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. 601.06 Batching. Measuring and batching of materials shall be done at a batching plant in accordance with AASHTO M 157. The Contractor shall furnish a batch ticket (delivery ticket) with each load for all classes of concrete. Concrete delivered without a batch ticket containing complete information as specified shall be rejected. The Contractor shall collect and complete the batch ticket at the placement site and deliver all batch tickets to the Engineer on a daily basis. The Engineer shall have access to the batch tickets at any time during the placement. The following information shall be provided on each batch ticket: (1) Supplier's name and date. PSP 140 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 15 REVISION OF SECTION 601 STRUCTURAL CONCRETE (2) Truck number. (3) Project number and location. (4) Concrete class designation and item number. (5) Cubic yards batched. (6) Time batched. (7) CDOT mix design number. (8) Type, brand, and amount of each admixture. (9) Type, brand, and amount of cement, fly ash, and high-reactivity pozzolan. (10) Weights of fine and coarse aggregates or combined weight when an OG is pre-blended. (11) Moisture of fine and coarse aggregates or combined moisture when an OG is pre-blended. (12) Gallons (Pounds) of batch water (including ice). The Contractor shall add the following information to the batch ticket at the placement site: (13) Gallons of water added by truck operator, the time the water was added, and the quantity of concrete in the truck each time water is added. (14) Number of revolutions of drum at mixing speed (for truck mixed concrete). (15) Discharge time. (16) Location of batch in placement. (17) Water to cementitious material ratio. (18) Weight of polyolefin fiber reinforcement. The drum on each truck mixer shall be reversed prior to charging to eliminate any wash water remaining in the mixer. (a) Portland Cement, Fly Ash, High-Reactivity Pozzolan and Silica Fume. These materials may be sacked or bulk. No fraction of a sack shall be used in a batch of concrete unless the material is weighed. All bulk cement shall be weighed on an approved weighing device. The bulk cement weighing hopper shall be sealed and vented to preclude dusting during operation. The discharge chute shall be so arranged that cement will not lodge in it or leak from it. PSP 141 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 16 REVISION OF SECTION 601 STRUCTURAL CONCRETE Separate storage and handling equipment shall be provided for the fly ash, silica fume and high- reactivity pozzolan. The fly ash, silica fume, and high-reactivity pozzolan may be weighed in the cement hopper and discharged with the cement. (b) Water. Unless water is to be weighed, the water-measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the calibration unless other means are provided for readily and accurately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. In lieu of the volume method specified above, the Contractor will be permitted to use a water metering device that is accurate within the prescribed limits. (c) Aggregates. Aggregates from different sources and of different gradings shall not be stockpiled together. Aggregate shall be handled from stockpiles or other sources to the batching plant in such manner as to secure a uniform grading of the material. Aggregates that have become segregated, or mixed with earth or foreign material, shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipment requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. In case the aggregates contain high or non- uniform moisture content, storage or stockpile period in excess of 12 hours may be required. (d) Bins and Scales. The batching plant may include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. If cement is used in bulk, a bin, hopper, and scale for cement shall be included. A single weighing hopper with an accumulative scale will be permitted, provided a separate scale is used for weighing cement. Scales shall meet the requirements of subsection 109.01. 601.07 Mixing. Concrete may be mixed in stationary mixers, in a central-mix plant, in truck mixers, or in self-contained mobile mixers. Mixing time shall be measured from the time all materials, except water, are in the drum. If the Contractor utilizes process water from a well, it shall be tested at initial operation and every week after to ensure there are no changes that could change the concrete mix. Wells in the Project Area are known to be high in sodium, hydrogen sulfide, and nitrates. If the concentrations of sodium, hydrogen sulfide, and nitrates change, the approved concrete mix could change. For Class H and HT concrete, water shall not be added after the initial mixing. All water shall be added at the plant. Slump adjustment shall be made through the addition of an approved Type A or dual rated Type A and F water reducing admixture. Silica fume, when used, shall be added to the mix during initial batching. (a) Mixing General. The concrete shall be deposited in place within 90 minutes after batching when concrete is delivered in truck mixers or agitating trucks, and within 60 minutes when delivered in PSP 142 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 17 REVISION OF SECTION 601 STRUCTURAL CONCRETE non-agitating trucks. Except for Class H and HT concrete, the 90-minute time limit for mixer or agitating trucks may be extended to 120 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F Except for Class H and HT concrete, the 90-minute time limit for mixer or agitating trucks may be extended to 180 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. (3) The approved concrete mix contains a Type D water reducing and retarding chemical admixture. (b) Stationary Mixing. When mixed in a central mixing plant, the mixing time shall be between 50 and 90 seconds. Four seconds shall be added to the specified mixing time if timing starts the instant the skip reaches its maximum raised position. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. The volume of concrete mixed per batch may exceed the mixer's nominal capacity, as shown on the manufacturer's standard rating plate on the mixer, up to 10 per cent provided concrete test data for strength, segregation, and uniform consistency are satisfactory, and provided spillage of concrete does not occur. The batch shall be so charged into the drum that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. The timing device on stationary mixers shall be equipped with a bell or other suitable warning device adjusted to give a clearly audible signal each time the lock is released. In case of failure of the timing device, the Contractor will be permitted to operate while it is being repaired, provided the Contractor furnishes an approved timer that accurately measures minutes and seconds. If the timing device is not placed in good working order within 24 hours, further use of the mixer will be prohibited until repairs are made. (c) Truck Mixing. Truck mixed concrete shall conform with one of the following: (1) Concrete mixed entirely in a truck mixer equipped with a mechanical counter shall be partially mixed at the plant or in transit for at least 20 revolutions of the drum at mixing speed. The revolutions of the drum at charging speed shall not be counted as mixing revolutions. The concrete shall be mixed between 50 and 100 revolutions of the mixer drum at mixing speed at the delivery site before discharge of the concrete. PSP 143 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 18 REVISION OF SECTION 601 STRUCTURAL CONCRETE (2) Concrete partially mixed in a stationary central mixing plant with mixing brought to completion in a truck mixer (known as shrink mixing) shall be mixed for a minimum of 30 seconds in the stationary mixer. Mixing shall be completed in the truck mixer for at least 20 but not more than 100 revolutions of the mixer drum at mixing speed at the delivery site before discharge of the concrete. (3) Concrete mixed entirely in a stationary mixer and delivered to the job in a truck mixer shall be remixed for a minimum of 20 revolutions of the mixing drum at mixing speed at the job site prior to discharge. When water is added at the delivery site to control the consistency of the concrete as specified in subsection 601.02, the concrete shall be mixed for at least 20 revolutions of the mixer drum at mixing speed for each addition of water before discharge. These revolutions are in addition to the minimum revolutions required for mixing at the delivery site. The added water shall not cause the water/cement ratio to exceed the requirements in subsection 601.02. Water from all sources shall be documented by the ready-mix producer on the delivery slip for each load of concrete. The Contractor shall provide a Concrete Truck Mixer Certification. This certification shall show the various pick-up and throw-over configurations and wear marks so that the wear on the blades can be checked. Blades shall be replaced when any part or section is worn 1 inch or more below the original height of the manufacturer's design. A copy of the manufacturer's design, showing the dimensions and arrangement of blades, shall be available to the Engineer at all times. The Contractor shall furnish a water-measuring device in good working condition, mounted on each transit mix truck, for measuring the water added to the mix after the truck has left the charging plant. Each measuring device shall be equipped with an easy-to-read gauge. Water shall be measured to the accuracy prescribed in AASHTO M 157. (d) Self-Contained Mobile Mixer. Proportioning and mixing equipment shall be of the self-contained, mobile, continuous mixing type subject to the following: The mixer shall be self-propelled and be capable of carrying sufficient unmixed dry, bulk cement, fine aggregate, coarse aggregate, admixtures and water to produce on the site at least 6 cubic yards of concrete. The mixer shall have one bin for each size aggregate. The mixer shall be capable of positive measurement of cement being introduced into the mix. A recording meter visible at all times and equipped with a ticket printout shall indicate the quantity of total concrete mix. The mixer shall provide positive control of the flow of water into the mixing chamber. Water flow shall be indicated by flow meter and be readily adjustable to provide for minor variations in the aggregate moisture. The mixer shall be capable of being calibrated to automatically proportion and blend all components of indicated composition on a continuous or intermittent basis as required by the PSP 144 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 19 REVISION OF SECTION 601 STRUCTURAL CONCRETE finishing operation and shall discharge mixed material through a conventional chute directly in front of the finishing machine. The Contractor shall perform calibration tests according to the equipment manufacturer's recommendations at the beginning of each project, and when there is a change in the mix design proportions or source of materials. The Engineer may require a calibration test or yield check whenever a change in the characteristics of the mixture is observed. The tolerances in proportioning the various ingredients shall be according to subsection 6.8 of AASHTO M 241. In subsection 601.12(g) delete the fifth paragraph and replace with the following: When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yards of concrete shall be pumped and discarded to prime the pump. Water or admixtures shall not be added directly into the concrete pump hopper after placement has commenced. If water or admixtures are added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump shall be re-primed at the Contractor's expense. In subsection 601.15 delete the second paragraph and replace with the following: A Pre-placement Conference shall be held at a time mutually agreed upon before the initial placement of bridge deck concrete. Representatives of the ready mix producer and the Contractor shall meet with the Engineer to discuss the following topics: Subsection 601.17 shall include the following: (h) Consolidation Testing -The provisions relating to the frequency and amplitude of internal vibration will be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. If a lack of consolidation of the concrete is suspected by the Weld County Project Manager, additional referee testing will be required. Referee testing of hardened concrete will be performed by cutting cores from the finished pavement after a minimum of 24 hours for curing. Density determinations will be made based on the water content of the core as taken. ASTM C 642 will be used for the determination of core density in the saturated-surface dry condition. Referee cores will be taken at the minimum rate of one for each 500 cubic yards of pavement, or fraction thereof. The average density of the cores must be at least 97 percent of the original mix design density, with no cores having a density of less than 96 percent of the original mix design density. Failure to meet the above requirements will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions, and additional vibrating units or other means of increasing the effect of vibration will be employed so that the density of the hardened concrete as indicated by further referee testing will conform to the above-listed requirements. All failing concrete will be removed and replaced. END OF SECTION PSP 145 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 602 REINFORCING STEEL Subsection 602.02, paragraph one shall be deleted and replaced with the following: Reinforcing steel shall be epoxy coated and shall meet the requirements of subsection 709.01. Welded wire fabric that will be furnished either uncoated or coated shall meet the requirements of subsection 709.01. The coating material for epoxy coated reinforcing shall be a light-colored powdered epoxy resin which will highlight rusting of untreated bar areas. Reinforcing alternatives such as: Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing may be supplied for reinforcing steel or epoxy coated reinforcing, at the Contractor's option, at no additional cost or time to the Department as approved by the Engineer. Length of lap splices for reinforcing steel shall be in accordance with AASHTO LRFD Bridge Design Specifications, unless otherwise specified. Subsection 602.08 shall be revised as follows: Payment will be made under: Pay Item Pay Unit Reinforcing Steel (Fy = 60,000 ksi) Pound END OF SECTION PSP 146 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.02 shall be revised to include the following: Reinforced concrete pipe shall be manufactured from concrete that meets the requirements for severity of sulfate exposure specified on the plans. Subsection 603.05, delete the first sentence and replace with the following: Bedding shall be prepared in accordance with Table 603-1. Table 603-1 Pipe Bedding Materials Gradation Size Percent Passing 3/8" 80-100 #4 0-80 #200 0-4 Subsection 603.07(a), delete the second paragraph and replace with the following: Joints for all circular reinforced pipes will be made with confined rubber gaskets. Concrete collars will be required at all non-standard joints (not tongue and groove or bell and spigot) and at all connections to existing pipe. Subsection 603.13 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit 18 Inch Reinforced Concrete Pipe (Complete In Place) Linear Feet 23x14 Inch Reinforced Concrete Pipe Elliptical (Complete In Place) Linear Feet 30x19 Inch Reinforced Concrete Pipe Elliptical (Complete In Place) Linear Feet 38x24 Inch Reinforced Concrete Pipe Elliptical (Complete In Place) Linear Feet 53x24 Inch Reinforced Concrete Pipe Elliptical (Complete In Place) Linear Feet 23x14 Inch Reinforced Concrete End Section Elliptical Each 30x19 Inch Reinforced Concrete End Section Elliptical Each 38x24 Inch Reinforced Concrete End Section Elliptical Each 15 Inch Corrugated Aluminized Steel Pipe Linear Feet 15 Inch Steel Aluminized End Section Each END OF SECTION PSP 147 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 604 MANHOLES, INLETS, AND METER VAULTS Section 604 of the Standard Specifications is hereby revised for this project as follows: Subsection 604.07 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Inlet Type R (L 5) (5 Foot) Each Inlet Type R (L 10) (5 Foot) Each Manhole Box Base (5 Foot) Each Manhole Box Base (10 Foot) Each PSP 148 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.07 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Curb and Gutter Type 2 (Section I-B) Linear Foot Curb and Gutter Type 2 (Section I-M)(Special) Linear Foot Curb and Gutter Type 2 (Section II-B) Linear Foot PSP 149 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 612 DELINEATORS AND REFLECTORS Section 612 of the Standard Specifications is hereby revised for this project as follows: Subsection 612.02(a)(2) is hereby revised to include the following paragraphs: For delineators marking all culverts or other objects not actually in the roadway but are close enough to the edge of the roadway that they need a marker, use a white Shur-Flex Driveable Delineator post that is 48" in height. Top of the post shall have a 13" flat top equipped with reflective sheeting. Post bases for the delineator post shall be 2" x 24" square tubing. The delineators shall be Type III. The reflective elements will use the minimum HIP reflective sheeting (yellow). Location criteria shall follow CDOT M&S Standard S-612-1. For delineators marking the edge of road, use a green Shur-Flex Driveable Delineator post 48" in height. Top of the post shall have a 13" flat top equipped with reflective sheeting. The delineators shall be Type I. Post bases for the delineator post shall be 2" x 24" square tubing. The reflective elements will use the minimum HIP reflective sheeting (white). Spacing criteria shall follow CDOT M&S Standard S-612-1. For delineators marking the acceleration lanes including tapers, deceleration lanes including tapers, and lane transitions involving pavement width reductions in the direction of travel, use a green Shur- Flex Driveable Delineator post that is 48" in height. Post bases for the delineator post shall be 2" x 24" square tubing. Top of the post shall have a 13" flat top equipped with reflective sheeting. The delineators shall be Type II. The reflective elements will use the minimum HIP reflective sheeting (white). Spacing criteria shall follow CDOT M&S Standard S-612-1. Subsection 612.05 is hereby revised to include the following: Payment will be made under: Pay Item Pay Unit Delineator (Flexible)(Special)(Type I) Each Delineator (Flexible)(Special)(Type II) Each Delineator (Flexible)(Special)(Type III) Each Post bases shall be included in the work and shall not be measured and paid for separately. END OF SECTION PSP 150 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES (GROUND SIGNPOSTS) Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.02 is hereby revised to include the following: Steel square tube type perforated signposts and anchors shall meet or exceed the following: 1. Posts—2W x 2W square posts, 12-gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 2. Anchors—2%" x 2%" x 30" tall square tube, 12-gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 3. J-bolts or corner bolts shall be used to attach the posts to the anchors. 4. Hardware to secure traffic signs to post shall be 5/16" or 3/8" carriage bolts with 2" fender washers, lock washers, and 5/16" or 3/8" nuts. Rivets shall not be allowed in the assembly of any portion of sign construction. 5. Coating —all posts and anchors shall be galvanized to ASTM designation A653, G90, Structural Quality, Grade 50, Class 1. The steel shall also be coated with a chromate conversion coating and a clear organic polymer topcoat. 6. All stop signposts (regardless of location) and all other signposts in a roundabout shall be equipped with reflective markings on all four (4) sides of the posts. Structure signs shall be green with white lettering and shall be attached to the bridge structure wherever possible. Subsection 614.09 is hereby revised to include the following: Steel square tube type perforated signposts and anchors placed in concrete or asphalt shall be either core drilled with a 4" diameter hole, or a 4" diameter piece of PVC pipe may be placed into the concrete or asphalt full depth and flush with the surface. Subsection 614.13 is hereby revised to include the following paragraphs: Steel square tube type perforated signposts will be measured by the length in linear feet of post installed. The slip base for the steel square type signposts will not be measured separately and shall be included in the cost of the post. The reflective tape for the signposts will not be measured separately and shall be included in the cost of the post. The J-bolts or corner bolts will not be measured separately and shall be included in the cost of the post. Equipment required to mount signs to bridges shall not be paid for separately but shall be included in the cost of the work. PSP 151 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES (GROUND SIGNPOSTS) Subsection 614.14 is hereby revised to include the following: Payment will be made under: Pay Item Pay Unit Sign Panel (Class I) Square Foot Sign Panel (Class II) Square Foot Steel Signpost (Square Tubing) Lineal Foot END OF SECTION PSP 152 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 620 FIELD FACILITIES Subsection 620.02 shall include the following: The requirements for a remote communication office trailer should deliver quality communications at any location. As construction sites are often isolated and remote, this poses problems. The basic requirement of fast and reliable internet connection in a construction trailer are throughput and reliability. Services required include SSL VPN, VOIP, and other internet services. Hard wired internet connections are preferred, however cellular, radio, or satellite is acceptable if speed and signal strength requirements are met. If reliable data services are not available, data signal boosters may be required to meet the bandwidth and throughput requirements. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. Cellular 4G grants greater than 5Mbps download speeds that will allow for 2 —4 computer endpoints. Cellular boosters strengthen signals and should allow for more throughput and increased speeds. With a booster, 3G could increase up to 1.4 Mbps allowing greater usability and an additional endpoint. Additional endpoints may be connected to either scenario, however overall performance may degrade. Cable broadband and DSL are always preferred and will grant an increased number of endpoints, however in many locations this may simply not be a viable alternative. A fully inclusive list of connection alternatives includes Cable, DSL, Point to Point wireless, 4G, 3G, satellite and dialup. Field office shall be set up at the start of construction. Start of construction shall be anything other than mobilization and surveying. Set up locations shall be within '/Z mile of the construction site. Field office shall stay on site and operational until final acceptance is given by the county. If the field office is not set up, 5% of the lump sum amount of this bid item per day will be deducted from the lump sum amount until the field office becomes fully functional. Should enough time elapse and the field office is not set up and all the lump sum has been deducted, 5% each day will be deducted from the mobilization line item until the field office is set fully functional. Subsection 620.07 shall include the following: Electricity: If commercial power is available, the service shall be a minimum of 3,000-watt, 115- 125 AC facility for each field office and field laboratory. If commercial power is not available, independent generators shall be provided. Generators shall be a minimum of 25kW. Parking: The Contractor shall provide an all-weather parking area with one parking space per County employee assigned to the project plus 6 visitor parking spaces. Janitorial: The Contractor shall provide weekly janitorial services. Access: The Contractor shall provide maintenance of the exterior of the office trailer included but not limited to access to parking and snow removal. Office Supplies: One office type color laser printer/copier/scanner(a multi-purpose desktop printer will not suffice) with an 11" x 17" tray or approved equal including paper, toner, parts, service, and repairs. This device shall be capable of networking with all trailer offices. The device scanner shall be capable of scanning documents up to 11" x 17" and transmitting the scanned file to multiple email addresses. PSP 153 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 620 FIELD FACILITIES Each office shall be provided with a minimum of 2 five-gallon trash cans. The common area shall be provided with a minimum 35-gallon trash can. Subsection 620.08 is hereby revised to include the following: Payment will be made under: Pay Item Pay Unit Field Office (Class 2) Each Sanitary Facility Each END OF SECTION PSP 154 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: The first paragraph of Subsection 625.01 shall be revised to include the following: The PLS shall maintain their license in good standing through the entire Contract period. Subsection 625.01 shall be revised to include the following: If 3D modeling data is available, the Contractor may choose to perform 3D Engineered Construction Surveying (3DECS). 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. 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 manual adjustments. The Contractor may use 3DECS, but 3DECS shall be used in conjunction with traditional construction survey techniques (i.e., story stakes). If 3DECS is used by the Contractor, a GPS rover with accurate and up to date files shall be made available to the County for the duration of the project in addition to the story stakes. Delete Subsection 625.04 and replace with the following: Contractor's surveyor shall establish horizontal and vertical survey control points prior to the beginning of construction. The County must verify the accuracy of those control points before construction operations can begin. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. The establishment of the control points shall be done in accordance with the CDOT Survey Manual, Chapter 6. Prior to beginning construction, the Contractor's surveyor shall stake out 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 must be maintained throughout the project. The Contractor must 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 story stakes with offsets for the County's use. The story stakes shall include information required by the CDOT Survey Manual, Chapter 6. The Contractor shall protect and immediately re-establish any story stakes that are damaged throughout the project. If the Contractor uses 3DECS, 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 PSP 155 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Engineer approved offset line (i.e., POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual) and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. (3) Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. (4) The maximum staking interval for the project centerline shall be 100 feet on tangents and 25 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 in writing to Weld County that the accuracy of the system complies with the contract requirements. Subsection 625.13 shall be revised to include the following: All costs associated with 3DECS surveying will not be measured and paid for separately but shall be included in the work. Before final payment is made, all construction survey markers shall be removed. It is not acceptable to hammer the markers into the ground as they pose a hazard to agricultural operations. END OF SECTION PSP 156 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall be revised to include the following: Construction of a temporary access road into the work areas, and removal of the access road after construction is completed, shall be included in the Mobilization bid item. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS: The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County prior to Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The Contractor shall not park any vehicles or equipment in or disturb any areas not approved by the Engineer. The County has acquired Temporary Construction Easements (TCE) for work on the project. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCEs. All agreements made between the Contractor and the private property owners for additional TCEs shall be made in writing and a copy of all written agreements shall be furnished to the County prior to any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCEs obtained by the Contractor and shall modify the Erosion and Sediment Control Plans to include TCEs. The Contractor shall inform the property owners and the tenants at the properties prior to construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All disturbances outside the Project Limits shall be pre-approved by the County and secured by the Contractor, at Contractor's expense In addition, the Contractor will be required to secure Right of Entry for property owners' access that extend beyond the Right of Way Line. No separate payment will be made. Contractor to review the access plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry prior to entry. END OF SECTION PSP 157 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall be revised to include the following: This work includes furnishing, operating, and maintaining a portable message sign panel. The Contractor shall submit a traffic control plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. The 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 traveling public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and crossroads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. Add subsection 630.03(a) immediately following subsection 630.03 as follows: 630.03 Portable Message Sign Panel. Portable message sign panel 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. PSP 158 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. (3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble-shooting guide. (4) The portable message sign shall be capable of maintaining all required operations under Colorado mountain-winter weather conditions. (5) Each sign shall be furnished with an attached license plate and mounting bracket. (6) Each sign shall be wired with a 7-prong male electric plug for the brake light wiring system. Subsection 630.13 shall be revised to include the following: The portable message sign panel shall be on the project site at least 14 calendar days prior to the start of active roadway construction. Maintenance, storage, operation, relocation to different sites during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. Subsection 630.15 shall be revised to include the following: Portable message sign panels will be measured one of the two following ways: (1) By the actual number of days each portable message sign is used on the project as approved by the Engineer. (2) By the maximum number of approved units in use on the project at any one time. Subsection 630.18 shall include the following: Payment for the individual traffic control signs necessary to complete the work shall be full compensation for furnishing, erecting, cleaning, maintaining, resetting, repairing , replacing, moving, removing, and disposing of the signs. These items shall be covered under the pay item Traffic Control (Signage). Pay Item Pay Unit Traffic Control (Signage) Lump Sum Portable Variable Message Sign Panel Day END OF SECTION PSP 159 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 REVISION OF SECTION 709 REINFORCING STEEL AND WIRE ROPE Section 709 of the Standard Specifications is hereby revised for this project as follows: Delete the second paragraph in Subsection 709.03 and replace with the following: Dowel bars for transverse joints shall conform to ASTM A934 for fusion-bonded epoxy (FBE) coatings. Dowel bars shall be a solid carbon steel round bar and shall conform to ASTM A615, Grade 60 for the core material. Dowel bars shall be saw cut with all sharp edges removed. Dowel bars shall be fully encapsulated coated with a corrosion resistant, multi-layered FBE applied at a minimum thickness of 20 mils and purple in color. No cold or wet patching will be allowed. Bar length and diameter shall be designated on the plans. Dowel bar used in the contraction baskets shall meet requirements as above. Dowels to be used in the baskets shall be prepared for welding. The areas where the dowel will be attached to the basket frame shall be ground and cleaned prior to welding. Burning through the FBE coating on the dowels to weld the dowels to the frames shall not be permitted. After the dowels are welded into the wire frame, the entire wire basket shall be fully coated with a multi-layered FBE applied as above. Wires shall be a minimum of 3/8" thick unless otherwise specified. All wire intersections shall be resistance welded. The dowel bars shall be arc or resistance welded to the basket on alternating ends of the dowel. Tolerances are ±1/4" unless otherwise specified. Baskets shall be manufactured so the dowels are horizontal and parallel to the basket. Simplex Time Capsule dowel bars and dowel baskets meet this specification. END OF SECTION PSP 160 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the estimate for force account items included in the Contract. The estimated amounts will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. Force Account Item Quantity Amount F/A Minor Contract Revisions 1 F/A $500,000.00 F/A Erosion Control 1 F/A $ 50,000.00 F/A Minor Contract Revisions—This work consists of minor items authorized and approved by the Engineer, which is not included in the Contract drawings or specifications and is necessary to accomplish the scope of work in this Contract. F/A Erosion Control —This work consists of minor items, specifically those associated with erosion control, authorized and approved by the Engineer, which is not included in the Contract drawings or specifications and is necessary to accomplish the scope of work in this contract. END OF SECTION PSP 161 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 TRAFFIC CONTROL PLAN - GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.08. The components of the Traffic Control Plan for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications. (2) Standard Plans S-630-1 and S-630-2, Traffic Controls for Highway Construction. (3) Schedule of Construction Traffic Control Devices. (4) Signing and Striping Plans. All lane closures shall be subject to the approval of the Project Engineer. Each lane closure request shall be made at least 48 hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized continuously for the purpose for which they were set up. The Contractor shall coordinate and cooperate fully with the Department, utility owners, and other contractors, to assure adequate and proper traffic control is always provided. Traffic Control Plans shall be submitted to the Department a minimum of two weeks prior to the date which implementation is planned. The Contractor shall coordinate and cooperate fully with any others providing traffic control for other operations to assure that work or traffic control devices do not interfere with the free flow of traffic except as allowed by the Traffic Control Plan. Excavations or holes shall be filled in or fenced at the Engineers direction when unattended. During non-construction periods (nights, weekends, holidays, etc.), all work shall be adequately protected to insure the safety of vehicular and pedestrian traffic, as detailed in the Contractor's MHT. The Contactor is cautioned that all personal vehicle and construction equipment parking will be prohibited where it conflicts with safety, access, or the flow of traffic. The Contractor shall not have construction equipment nor materials in the lanes open to traffic nor parked or stored within the clear zone adjacent to active lanes of travel at any time. Materials or equipment stored within the right-of-way outside of the clear zone shall be as designated by the Contractor and approved by the Engineer. The Contractor's and employee's vehicles shall be parked in a safe place away from active traffic and shall not directly access roadways except at designated locations. If required, the Contractor shall provide suitable transportation to and from work sites for personnel. The Contractor shall submit an MHT, all appropriate Traffic Control Supervisor and Flagger certifications to the Engineer prior to approval of the setting any traffic control device. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless otherwise approved by the Engineer. All personnel vehicle parking is prohibited where it conflicts with safety, access, or flow of traffic. The Contractor shall maintain open communication with the Project Engineer about all aspects of the daily and weekly work schedule. PSP 162 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 TRAFFIC CONTROL PLAN -GENERAL All construction traffic control devices including signs installed as part of this project shall be installed, as stated in the Traffic Plans and CDOT's M & S Standards. Construction signing shall be removed unless work is in progress or devices have been left on the job site. This work shall be included in the price of the traffic control devices. The Contractor shall equip its construction vehicles with flashing amber lights. Flashing lights on vehicles shall be visible from all directions. The Contractor shall be required to perform snow removal on both the jobsite area as well as any adjacent roads which have been closed to through traffic by an approved Traffic Control Plan. The Contractor shall also provide a means for County snowplows to either turn-around or drive through the closed roads if necessary, to facilitate our County-wide snow plowing operations. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. END OF SECTION PSP 163 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 UTILITIES COORDINATION The following table includes contacts that can assist in locating and coordinating with known utilities. UTILITY OWNER/ADDRESS CONTACT/ EMAIL PHONE North Weld County Water District— Potable Water Darin Pytlik 32825 CR 39 dpvtlikprovidenceic.com (970) 290-9893 Lucerne, CO. 80646 City of Greeley Water— Potable Water Dan Moore 1001 11th Ave., 2nd Floor (970) 350-9814 Dan.Moore(a�Greeleygov.com Greeley, CO. 80631 Lumen (CenturyLink & Level 3) — Phone and Fiber Gary Crispe 3702 Automation Way gcrispena.terratechllc.net (303) 995-1456 Fort Collins, CO 80525 Atmos Energy—Gas Distribution Curtis Rau P.O. Box 272550 (970) 534-0288 Curtis.rau(a atmosenergy.com Fort Collins, CO 80527 Xcel Energy— Electric Distribution Wyatt MacEwen 1901 E. Horsetooth Road Wvatt.M.MacEwen(a�xcelenergy.com (970) 301-1030 Fort Collins, CO 80525 Xcel Energy — Electric Transmission Tyler Swanson 1123 W. 3rd Avenue Tyler.j.swanson(a�xcelenergy.com (303) 571-7294 Denver, CO 80223 Comcast— Fiber and Cable TV John Hamburg 3737 10th St John hamburqacable.comcast.com (970) 567-4797 Greeley, CO 80634 DCP Midstream—Gas/Oil Randy Reinick 1324 North 7th Avenue rreinick(a ddcpmidstream.com (970) 539-1701 Greeley, CO. 80631 The Contractor shall coordinate with the Project Engineer and any appropriate utility company to facilitate the installation, placement and relocation of all utilities impacted on this project. It is anticipated that streetlights and associated facilities will be constructed by Xcel Energy— Electric Distribution. The Contractor shall coordinate and cooperate with Xcel Energy and their work crews to facilitate the construction of the streetlights and associated facilities. The work described in these plans and specifications requires full cooperation between the Contractor and the utility owners in accordance with Subsection 105.11 in conducting their respective operations, so the utility work can be completed with minimum delay to all parties concerned. The Contractor shall coordinate the work with the owners of the utilities impacted by the work. Coordination with utility owners includes, but is not limited to, staking construction features, providing and periodically updating an accurate construction schedule which includes all utility work elements, providing written notification of upcoming required utility work elements as the construction schedule indicates, allowing the expected number of working days for utilities to complete necessary relocation PSP 164 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 2 UTILITIES COORDINATION work, conducting necessary utility coordination meetings, and all other necessary accommodations as directed by the Project Engineer. Prior to excavating or performing any earthwork operations, the Contractor shall positively locate all potential conflicts with existing underground utilities and proposed construction, as determined by the Contractor according to proposed methods and schedule of construction. The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as directed by the Project Engineer. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. END OF SECTION PSP 165 ATTACHMENT A 35TH AVE & 'O' ST ROUNDABOUT PROJECT November, 2021 IRRIGATION FACILITIES COORDINATION The work described in these plans and specifications requires coordination between the Contractor and the adjacent landowners in conducting their respective operations as necessary to complete the irrigation facilities work with minimum delay to the project. Work impacting the irrigation facilities shall not occur during irrigating season. The Contractor shall notify all affected landowners at least seven (7) days, prior to commencing work on privately-owned irrigation facilities. The locations of irrigation facilities shown on the plans and described herein were obtained from the best available information but are not to be considered complete as to location or identification of all irrigation structures that could be encountered. While performing work during the irrigation season (typically April 15th through October 1St) the Contractor will be required to construct temporary ditches, berms, pipes, diversions, and dewatering to keep the irrigation water separated from the work areas. All such work shall be coordinated with the effected landowner. In addition, any permanent irrigation features (pipes, ditches, and structures) required as part of this project shall be completed and functional prior to April 15th, 2022. Materials for irrigations facilities shall be the types called out on the Plans, or an approved equal. Prior to materials delivery the Contractor shall submit manufacture's data to the County for review and approval. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. No monetary compensation will be made to the Contractor for delays, or any other issues related to irrigation facilities conflicts. END OF SECTION PSP 166 ATTACHMENT A SSP Index 06-28-2021 [For 2019 Spec Book] COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS ♦ REVISED STANDARD SPECIAL PROVISIONS No. Name Date of Pages Revision of Section 101 —Holidays (Sept. 17,2020) 1 Revision of Section 101 —Record Set (January 20,2021) 1 Revision of Section 101 —Definitions and Terms (June 23,2021) 1 Revision of Section 102-Interpretation of Plans and Specifications (Dec. 28, 2020) 1 Revision of Section 103—Award and Execution of Contract (Sept. 18,2020) 1 Revision of Section 104-Scope of Work (January 20, 2021) 1 Revision of Section 105—Control of Work(105.02 b) (January 20,2021) 2 Revision of Section 105—Control of Work(105.02 0 (Dec. 28, 2020) 1 Revision of Section 105—Control of Work(105.03) (Dec. 28, 2020) 2 Revision of Section 105—Control of Work(105.08) (January 20, 2021) 1 Revision of Section 105—Control of Work (June 2,2021) 18 Revision of Section 105—Control of Work and Revision of 106—Control of Material (Sept. 25,2020) 2 Revision of Section 106—Conformity to the Contract of Hot Mix Asphalt (October 1, 2019) 4 (Less than 5,000 Tons with Volumetric Verification) Revision of Section 106—Control of Material(106.01) (June 23, 2021) 1 Revision of Section 106—Control of Material(106.02) (January 20,2021) 1 Revision of Section 107—Legal Relations and Responsibility to Public (January 20, 2021) 1 Revision of Section 107—Project Safety Management Plan (April 13, 2020) 1 Revision of Section 107—Water Quality Control (Dec. 29,2020) 6 Revision of Section 109—Prompt Payment(Local Agency) (October 1,2019) 2 Revision of Section 206—Excavation and Backfill for Structures (January 20, 2021) 1 Revision of Section 207—Topsoil (July 7,2020) 6 Revision of Section 212—Soil Amendments, Seeding, and Sodding (July 7,2020) 18 Revision of Section 250—Environmental Safety and Health (January 20,2021) 1 Revision of Section 401 —Composition of Mixtures—Voids Acceptance (October 1, 2019) 1 Revision of Section 412—Dowel Bar for Joints (October 19,2020) 3 Revision of Section 412—Portland Cement Concrete Pavement (September 3, 2020) 1 Revision of Section 601 -Structural Concrete (October 4, 2019) 17 Revision of Section 601 -Structural Concrete(601.05) (January 20,2021) 1 Revision of Sections 601 & 701 -Structural Concrete (Dec. 28, 2020) 3 Revision of Section 602—Reinforcing steel (September 3, 2020) 4 Revision of Section 625—Construction Surveying (October 1,2019) 1 Revision of Section 625—Construction Surveying(e-sealing) (January 20, 2021) 1 Revision of Section 629—Survey Monumentation (January 20,2021) 1 Revision of Section 630—Barrier(Temporary) (October 4, 2019) 1 Revision of Section 630—Construction Zone Traffic Control (Dec. 28,2020) 1 ATTACHMENT A Section 101 of the Standard Specifications is hereby revised for this project. Delete Subsection 101.36 and replace with the following: 101.36 Holidays. Holidays recognized by the State of Colorado are: New Year's Day Dr. Martin Luther King, Jr. Day President's Day Cesar Chavez Day Memorial Day Independence Day Labor Day Frances Xavier Cabrini Day(Cabrini Day) Veterans Day Thanksgiving Day Christmas Day When New Year's Day, Cesar Chavez Day, Independence Day, or Christmas Day falls on a Sunday, the following Monday shall be considered a holiday. When one of these days falls on a Saturday, the preceding Friday shall be considered a holiday. ATTACHMENT A Section 101 of the Standard Specifications is hereby revised for this project. Delete Subsection 101.57 and replace with the following: 101.57 Record Set.A reproduction of a drawing or set of drawings, design calculations, or other record of engineering work required to be performed by the Contractor's engineer, which is electronically sealed by the Contractor's engineer using Adobe Sign software and in accordance with the Bylaws and Rules of the State Board of Licensure for Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. ATTACHMENT A Revise Section 101 of the Standard Specifications with the following: 101.02 Definitions, add these definitions: 101.81 Subcontractor. An individual, firm, corporation, or other legal entity to whom the Contractor sublets part of the Contract. A subcontractor shall include an individual, firm, or corporation 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(1) (1) and 29 CFR 5.2(1) (2). b. Performs work that is incorporated within the Project limits. 101.81.5 Supplier. An individual, firm, or corporation who meets one or both of the following criteria: a. Fabricates or processes a material not on the site of work per 29 CFR 5.2(1) (3). b. Delivers material directly to the project. In both cases, the material shall be intended for permanent incorporation into the worksite. ATTACHMENT A Section 102 of the Standard Specifications is hereby revised with the following: 102.04 Interpretation of Plans and Specifications. Any changes to proposal forms, plans, or specifications prior to the opening of proposals will be issued by the Department through posting of the changes on the Department's Schedule Bid Openings web page, Business Management System (B2G), and the Electronic Bid System. Certain individuals are named in the project specifications who have authority to provide information, clarification or interpretation to bidders prior to opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. ATTACHMENT A Section 103 of the Standard Specifications is hereby revised for this project. Delete Subsection 103.03 and replace with the following: 103.03 Requirement of Contract Bonds.At the time of the execution of the Contract, the successful bidder shall furnish a Contract Payment Bond and a Contract Performance Bond. Each bond shall be in a penal sum equal to the nearest integral one hundred dollars in excess of the sum of the original bid items plus all force account items specified in the project special provisions to be included in the payment and performance bonds. The Contract Payment Bond and the Contract Performance Bond shall remain in full force and effect for the term of the Contract. The bonds and the security shall be acceptable to the Department. ATTACHMENT A Section 104 of the Standard Specifications is hereby revised for this project as follows: In Subsection 104.07 (b) (3) replace it with the following: (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. In Subsection 104.07 (d) 3. replace it with the following: 3. At the completion of the VECP design work, the Contractor shall furnish CDOT 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 CDOT with Professional Engineer electronically sealed Record sets, and As-Constructed plans showing the VECP work. ATTACHMENT A Section 105 of the Standard Specifications is hereby revised for this project. Delete Subsection 105.02 (b)and replace with the following: (b) Shop drawings, Working Drawings, and Other Submittals - General. All work shall be performed in accordance with the plans, reviewed shop drawings, working drawings, or other submittals. Specific requirements for the required shop drawings, working drawings, and other submittals for this project are contained in the specifications. The Contractor shall be responsible for the accuracy of all dimensions and quantities shown on the shop drawings, working drawings, and other submittals. The Contractor shall correlate all information in the Contract, in the submittals, and in all revisions at the project site to insure that there are no conflicts and that the work can be constructed as shown. The Contractor shall be responsible for all information that pertains to the fabrication processes and methods of construction. Shop drawings, working drawings, and other submittals shall be delivered to the Engineer. The Contractor shall notify the Engineer, in writing, at the time of submittal of shop drawings, working drawings, and other submittals, of any information submitted that deviates from the requirements of the plans and specifications. In addition, specific notation of the deviations or changes from the plans and specifications shall be placed on the shop drawing, working drawing, or other submittal. As defined in Table 105-1, the first sheet or page of each set of shop drawings,working drawings, and other submittals shall be stamped "Approved for Construction" and signed or electronically sealed by the Contractor. Submittals shall be made in complete packages which will allow the Engineer to properly review them for general compliance with the Contract and to effectively evaluate the proposed methods of construction. The allowed time for review shall not begin until such submittals are complete. The format of the shop drawings, working drawings, and other submittals shall be as follows: 1. Electronic shop drawings and working drawings are preferred. Computer drafted 11-inch by 17-inch drawings may be submitted. 2. All manually drafted shop drawings and working drawings shall be 34 inches long by 22 inches wide overall. There shall be a 2-inch margin on the left side of the sheet and a Y2-inch margin on the other three sides. A blank space, 6 inches long by 3 inches wide, shall be left available near the lower right- hand corner of shop drawings, for the Engineer's review stamp or seal. 3. There shall be a title block in the lower right-hand corner of each sheet. The title block shall show the project number, structure number, the location of the structure, the contents of the sheet, designer/engineer, sheet number, and revision number. 4. Design notes, calculations, lists, reports, descriptions, catalog cuts, and other non-drawing submittals shall be submitted on 8 '/2-inch by 11-inch sheets. 5. Unless otherwise specified, seven sets of shop drawings, and other submittals shall be submitted to the Engineer. One additional set of shop drawings shall be submitted for each railroad company. 6. Unless otherwise specified, two sets of working drawings shall be submitted to the Engineer. The Contractor's Engineer, shall electronically seal the shop drawings, working drawings, other submittals and all revisions when required by the specifications. CDOT will not accept nor return submittals without the required seal. Table 105-1 at the end of subsection 105.02, summarizes the minimum required submittals in one location for information and clarifies the type of submittal and whether the Contractor's Engineer shall electronically seal the submittal. Table 105-1 may not be all inclusive. The Contractor shall provide all submittals required by the Contract, including those not listed in the table. ATTACHMENT A Delete Table 105-1 and replace with the following: Table 105-1 SUMMARY OF CONTRACTOR SUBMITTALS Contractor Section No. Description Type P.E. Seal Required? 504 MSE Walls(Contractor Alternative) Shop Drawing Yes 504 MSE Walls (Default Design) Shop Drawing No 508 Timber Structures Shop Drawing No 509 Steel Structures Shop Drawing No 512 Bearing Devices Type Il Shop Drawing No 512 Bearing Devices Type Ill Shop Drawing Yes 514 Pedestrian and Bikeway Railing Working Drawing Na 518 Expansion Devices: 0-4" Working Drawing No 518 Expansion Devices: 0-6", 9", 12".. Shop Drawing Yes 601 &618 Precast Panel Deck Forms Working Drawing No 601 Permanent Steel Bridge Deck Forms Working Drawing Yes 601 Falsework Working Drawing Yes 602 Reinforcing Steel Working Drawing No 606 Bridge Railing Working Drawing No 607 Sound Barriers(Alternative) Shop Drawing Yes 607 Sound Barriers (Default Design) Working Drawing No 613 Light Standards(Low Mast) Working Drawing Yes 613 Light Standards(High Mast) Working Drawing Yes 614 Overhead Sign Structures Shop Drawing Yes* 614 Variable Message Signs (Cabinet and tilting Working Drawing Yes 614 Traffic Signal Pole(Mast Arm) Shop Drawing No 614 Traffic Signal Pedestal Pole Working Drawing Yes 614 Traffic Signal Equipment Working Drawing No 618 Prestressed Concrete (Pre-tensioned) Shop Drawing Yes* 618 Prestressed Concrete(Post-tensioned) Shop Drawing Yes* 618 Steel Diaphragms between Prestressed Working Drawing No 628 Pre-fabricated Pedestrian Bridges Shop Drawing Yes *An electronic P.E. seal is required where the Contractor has provided the design for the item, or performed engineering to modify the details shown on the plans. The P.E. seal is not required where complete details are provided on the plans. ATTACHMENT A Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.02 (f) shall include the following: The Contractor shall provide pile and caisson tip elevations and provide all refusal & restrike information, driving records and PDA information to the Engineer prior to proceeding with further construction for permanent archiving. ATTACHMENT A Section 105 of the Standard Specifications is hereby revised: Revise Section 105.03 Conformity to the Contract, 5th paragraph below the"Multiplier for HMA Price Reductions"table as shown: The Contractor will not have the option of accepting a price reduction 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 lot. (a) Retroreflectivity of High Build Acrylic Waterborne Paint and Modified Epoxy Pavement Marking. Retroreflectivity of High Build Acrylic Waterborne Paint and Modified Epoxy Pavement Marking shall be tested as follows: 1. The Contractor shall take retroreflectivity readings on all high build acrylic waterborne paint and modified epoxy pavement marking lines for each day of roadway striping work completed on the project. A test section is defined as each continuous line type (lane lines, centerlines, edge lines, channelizing lines, and others) 500 feet in length at a location that is selected by the Engineer using a Random Number Generator, which will be the representation of the work that has been completed in a single day. The Contractor shall use a Contractor-furnished retroreflectometer conforming to ASTM E1710 or AASHTO TP111. The retroreflector meter shall be calibrated, tested and operated in accordance with manufacturer recommendations. The Contractor shall take 10 retroreflectivity readings within the test section for each stripe. These 10 readings shall be taken approximately 40 feet apart, and shall be averaged to determine the retroreflectivity of that test section of striping. In cases where striping is less than 500 feet long, 10 readings shall be taken in 10 equal intervals. 2. The calibration for the retroreflector meter shall be witnessed and verified by the Engineer every day, prior to the readings being taken. The retroreflectivity readings shall be taken in the presence of the Engineer no sooner than 3 days and no later than 21 days after the marking is tack free. All scheduled readings within this timeline or beyond resulting in a reduced reading and/or failure will be at the risk of the Contractor. Initial minimum retroreflectivity reading (mcd/m2/lux) in the representative test section of pavement marking paint shall be according to the following table. The pay factor for High Build Acrylic Waterborne Paint and Modified Epoxy Pavement Marking which is allowed to remain in place at a reduced price, shall be according to the following table and shall be applied to the unit bid price for Item 627, High Build Acrylic Waterborne Paint and Modified Epoxy Pavement Marking, and applied to the work completed in the respective day. ATTACHMENT A Retroreflectivity Reading (R) in the representative test section (mcd/m2/lux) Color Pay Factor(%) Modified Epoxy High Build Acrylic Waterborne Paint R;> 350 R z 300 100 300 s R< 350 250≤R<300 75 White R < 300 R < 250 Remove and replace R>200 R 15 100 150≤R <200 1005R< 150 75 Yellow R < 150 R < 100 Remove and replace 3. Prior to taking retroreflectivity readings, the Contractor shall remove at the retroreflectivity reading locations any excess beads placed during marking application. 4. Retroreflectivity readings may be altered by chip seals, rumble strips, wet surfaces, ice treatment, snow conditions, or abnormal pavement conditions. If the Engineer determines that accurate reading cannot be taken within the specified timeline in accordance with the manufacturer's recommendations, through no fault of the Contractor, the Engineer may waive the requirements for testing and pay reduction. 5. Any and all work, including traffic control required for retroreflectivity readings, shall be included in the cost of the unit bid price for Item 627. ATTACHMENT A Section 105 of the Standard Specifications is hereby revised for this project. Delete subsection 105.08 and replace 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 scanned shall satisfy the requirement. The Department and Contractor shall use Adobe Sign software to route and sign Contract Modification Orders and change orders for 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. Adobe Sign software shall be used for electronic seals on documents and electronic seals shall comply with the requirements of the Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. The Contractor shall submit as built plans using the template provided by the Project Engineer. ATTACHMENT A Revise Section 105 of the Standard Specifications to include: Delete and replace subsections 105.22 and 105.23. In subsection 105.24, delete"(c)Audit"and replace it with"(c)Regional Transportation Director Decision", as follows: 105.22 Dispute Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties(CDOT and the Contractor)agree to resolve any issue that may result in a dispute.The intent of the process is to resolve issues early,efficiently, and as close to the project level as possible. Figure 105-1 outlines the process. Specified time frames may be extended by mutual agreement of the Engineer and the Contractor. In these subsections, when a time frame ends on a Saturday, Sunday or holiday,the time frame shall be extended to the next scheduled work day. An issue is a disagreement concerning contract price,time, interpretation of the Contract,or all three between the parties at the project level regarding or relating to the Contract. Issues include, but are not limited to,a disagreement resulting from a delay, a change order,another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, interpretations of the Contract provisions,plans, or specifications or the existence of alleged differing site conditions. The Contractor shall bring all issue(s)to the Project Engineer's attention, in writing,within 30 days of the Contractor being aware of the issue(s). Written notice must take the form of a stand-alone, non-chain e- mail or letter,addressed and delivered to the Project Engineer. If a Contractor provides written notice outside of the 30 day deadline, it shall be presumed that CDOT suffered prejudice.Where the Contractor failed to provide the required notice,the failure to provide notice may be treated as a separate and threshold dispute to be resolved before other related disputes(s)are submitted, addressed,and/or resolved. A dispute is an issue which the Contractor and CDOT have not been able to resolve and for which the Contractor submits a written formal notice of dispute in accordance with subsection 105.22(b). A claim is a dispute not resolved at the Resident Engineer level or resolved after a DRB recommendation. The term "merit"refers to the right of a party to recover on a claim or dispute, irrespective of quantum, based on the substance, elements, and grounds of that claim or dispute. The term "quantum" refers to the quantity or amount of compensation or time deserved when a claim or dispute is found to have merit. Disputes from subcontractors,material suppliers, or any other entity not party to the Contract shall be submitted through the Contractor. Review of a pass-through dispute does not create privity of Contract between CDOT and the subcontractor. An audit may be performed by the Department for any dispute. All audits will be completed within 90 days of the request for an audit,provided the Contractor allows the auditors reasonable and timely access to the contractor's books and records. If CDOT does not respond within the specified timelines,the Contractor may advance the dispute to the next level. When the Project Engineer is a Consultant Project Engineer, actions, decisions,and determinations specified herein as made by the Project Engineer shall be made by the Resident Engineer. ATTACHMENT A The dispute resolution process set forth in this subsection shall be exhausted in its entirety prior to initiation of litigation or arbitration. Failure to comply with the requirements set forth in this subsection shall bar either party from any further administrative, equitable, or legal remedy. If a deadline is missed that does not prejudice either party, further relief shall be allowed. All written notices of dispute shall be submitted within 30 days of date of the Project Engineer's Final Acceptance letter; see subsection 105.21(b). When a project has a landscape maintenance period,the Project Engineer will grant partial acceptance in accordance with subsection 105.21(a). This partial acceptance will be project acceptance of all the construction work performed prior to this partial acceptance. All disputes and claims related to the work in which this partial acceptance is granted shall be submitted within 30 days of the Project Engineer's partial acceptance. Should the Contractor's dispute use the Total Cost approach for calculating damages, damages will be determined by subtracting the contract amount from the total cost of performance. Should the Contractor's dispute use the Modified Total Cost approach for calculating damages, if the Contractor's bid was unrealistic in part,and/or some of its costs were unreasonable and/or some of its damages were caused by its own errors,those costs and damages will be deducted from the total cost of performance to arrive at the Modified Total Cost.The Total Cost or Modified Total Cost basis for calculating damages shall not be available for any disputes or claims seeking damages where the Contractor could have kept separate cost records at the time the dispute arose as described in subsection 105.22(a). (a) Document Retention. The Contractor shall keep full and complete records of the costs and additional time incurred for each dispute for a period of at least three years after the date of final payment or until dispute is resolved,whichever is more. The Contractor, subcontractors,and lower tier subcontractors shall provide adequate facilities, acceptable to the Engineer, for an audit during normal business hours. The Contractor shall permit the Engineer or Department auditor to examine and copy those records and all other records required by the Engineer to determine the facts or contentions involved in the dispute. The Contractor shall identify and segregate any documents or information that the Contractor considers particularly sensitive, such as confidential or proprietary information. Throughout the dispute,the Contractor and the Project Engineer shall keep complete daily records of extra costs and time incurred, in accordance with the following procedures: (1) Daily records shall identify each operation affected,the specific locations where work is affected, and the potential effect to the project's schedule. Such records shall also reflect all labor, material, and equipment applicable to the affected operations. (2) On the first work day of each week following the date of the written notice of dispute,the Contractor shall provide the Project Engineer with the daily records for the preceding week.If the Contractor's records indicate costs greater than those kept by the Department,the Project Engineer will meet with the Contractor and present his records to the Contractor at the meeting. The Contractor shall notify the Engineer in writing within three work days of any inaccuracies noted in, or disagreements with,the Department's records. (b) Initial Dispute Resolution Process. To initiate the dispute resolution process,the Contractor shall provide a written notice of dispute to the Project Engineer upon the failure of the Parties to resolve ATTACHMENT A the issue through negotiation. Disputes will not be considered unless the Contractor has first complied with specified issue resolution processes such as those specified in subsections 104.02, 106.05, 108.08(a), and 108.08(d). The Contractor shall supplement the written notice of dispute within 15 days with a written Request for Equitable Adjustment(REA)providing the following: (1) The date of the dispute. (2) The nature of the circumstances which caused the dispute. (3) A detailed explanation of the dispute citing specific provisions of the Contract and any basis, legal or factual,which support the dispute. (4) If any,the estimated quantum,calculated in accordance with methods set forth in subsection 105.24(b)12.,with supporting documentation. (5) An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. This analysis shall meet the requirements of subsection 108.08(d). The Contractor shall submit as much information on the quantum and impacts to the Contract time as is reasonably available with the REA and then supplement the REA as additional information becomes available. If the dispute escalates to the DRB process, neither party shall provide or present to the DRB any issue or any information that was not contained in the REA and fully submitted in writing to the Project Engineer and Resident Engineer during the subsection 105.22 process. (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 in accordance with 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 he 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 providing written notice to the Resident Engineer within seven days, according to subsection 105.22(d). (d) Resident Engineer Review. Within seven days after receipt of the Contractor's written notice to the Resident Engineer of unsatisfactory resolution of the dispute,the Project Engineer and Resident Engineer will meet with the Contractor to discuss the dispute. Meetings shall continue weekly for a period of up to 30 days and shall include a Contractor's representative with decision authority above the project level. ATTACHMENT A If these meetings result in resolution of the dispute,the resolution will be implemented in accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the dispute is resolved. If these meetings do not result in a resolution or the participants mutually agree that they have reached an impasse,the dispute shall be presented to the Dispute Review Board in accordance with subsection 105.23. 105.23 Dispute Review Board. A Dispute Review Board(DRB)is an independent third party that will provide specialized expertise in technical areas and administration of construction contracts.The DRB will assist in and facilitate the timely and equitable resolution of disputes between CDOT and the Contractor in an effort to avoid animosity and construction delays,and to resolve disputes as close to the project level as possible. The DRB shall be established and operate as provided herein and shall serve as an independent and impartial board. A DRB member shall not be called as witness for future litigation. There are two types of DRBs: the"On Demand DRB"and the"Standing DRB". The DRB shall be an "On Demand DRB"unless a"Standing DRB" is specified in the Contract. An On Demand DRB shall be established only when the Project Engineer initiates a DRB review in accordance with subsection 105.23(a). A Standing DRB,when specified in the Contract, shall be established at the beginning of the project. (a) Initiation of Dispute Review Board Review. When a dispute has not been resolved in accordance with subsection 105.22,the Project Engineer will initiate the DRB review process within five days after the period described in subsection 105.22(d). (b) Formation of Dispute Review Board. DRBs will be established in accordance with the following procedures: 1. CDOT, in conjunction with the Colorado Contractors Association,will maintain a statewide list of pre-approved DRB candidates experienced in construction processes and the interpretation of contract documents and the resolution of construction disputes. Only individuals who have completed training(currently titled DRB Administration& Practice Training)through the Dispute Resolution Board Foundation or otherwise approved by CDOT 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). 2. If the dispute has a value of$250,000 or less,the On Demand DRB shall have one member. The Contractor and CDOT shall select the DRB member and execute the Three Party Agreement within 30 days of initiating the DRB process. If the parties do not agree on the DRB member, each shall select five candidates. Each party shall numerically rank their list using a scale of one to five with one being their first choice and five being their last choice. If common candidates are listed,but the parties cannot agree,that common candidate with the lowest combined numerical ranking shall be selected. If there is no common candidate,the lists shall be combined and each party shall eliminate three candidates from the list. Each party shall then numerically rank the remaining candidates,with No. 1 being the first choice. The candidate with the lowest combined numerical ranking shall be the DRB member. The CDOT Project Engineer will be responsible for having all parties execute the agreement. 3. If the dispute has a value over$250,000,the On Demand DRB shall have three members. The Contractor and CDOT shall each select a member and those two members shall select a third. ATTACHMENT A Once the third member is approved,the three members will nominate one of them to be the Chair and execute the Three Party Agreement within 45 days of initiating the DRB process. 4. The Standing DRB shall always have three members. The Contractor and CDOT shall each select a member and those two members shall select a third member. Once the third member is approved the three members will nominate one of them to be the Chair. The Contractor and CDOT shall submit their proposed Standing DRB members within five days of execution of the Contract. The third member shall be approved before the Pre-construction Conference. The third member shall be selected within 15 days of execution of the Contract. Prior to construction starting,the parties shall execute the Three Party Agreement. The CDOT Project Engineer will be responsible for having all parties execute the agreement. The Project Engineer will invite the Standing DRB members to the Pre-construction and any Project First conferences. 5. DRB members shall not have been involved in the administration of the project under consideration. CDOT and the Contractor shall inform its selected DRB member who the major firms/people are on the project and request its selected DRB member to review the CDOT disclosure requirements and Canon of Ethics and then submit a disclosure statement which shall also be submitted to the other party. DRB candidates shall complete the DRB Disclosure Requirements& DRB Nominee Disclosure Form and disclose to the parties the following relationships: (1) Prior employment with either party (2) Prior or current financial interests or ties to either party (3) Prior or current professional relationships with either party (4) Anything else that might bring into question the impartiality or independence of the DRB member (5) Prior to agreeing to serve on a DRB,members shall notify all parties of any other CDOT DRB's they are serving or that they will be participating in another DRB. If either party objects to the selection of the chair or other DRB members based on the disclosures, or based on information not disclosed,which might bring into question the impartiality, independence,or performance of the potential member,that potential member shall not be placed on the Board. 6. There shall be no ex parte communications with the DRB at any time. 7. The service of a Board member may be terminated only by written agreement of both parties. (c) If a Board member resigns, is unable to serve, or is terminated,a new Board member shall be selected within four weeks in the same manner as the Board member who was removed was originally selected. (d) Additional Responsibilities of the Standing Disputes Review Board 1. General.No later than 10 days after the Three Party Agreement has been signed by the Chief Engineer,the DRB will coordinate with the parties on the date and location of the initial DRB meeting. (1) Obtain copies of the Contract documents and Contractor's schedules for each of the Board members. ATTACHMENT A (2) Agree on the location of future meetings,which shall be reasonably close to the project site. (3) Establish an address and telephone number for each Board member for the purposes of Board business. 2. Regular meetings. Regular meetings of the Board shall be held approximately every 120 to 180 days throughout the life of the Contract, except that this schedule may be modified to suit developments on the job as the work progresses. Regular meetings shall be attended by representatives of the Contractor and the Department. 3. The Board shall establish an agenda for each meeting which will cover all items that the Board considers necessary to keep it abreast of the project such as construction status, schedule, potential problems and solutions, status of past claims and disputes,and potential claims and disputes. Copies of each agenda shall be submitted to the Contractor and the Department at least seven days before the meeting date. Oral or written presentations or both shall be made by the Contractor and the Department as necessary to give the Board all the data the Board requires to perform its functions. The Board will prepare minutes of each meeting, circulate them to all participants for comments and approval, and issue revised minutes before the next meeting. As a part of each regular meeting, a field inspection trip of all active segments of the work at the project site may be made by the Board,the Contractor, and the Department. 4. Advisory Opinions (1) Advisory opinions are typically used soon after the parties find they have a potential dispute and have conducted preliminary negotiations but before expenditure of additional resources and hardening their positions. Advisory opinions provide quick insight into the DRB's likely assessment of the dispute. This process is quick and may be entirely oral and does not prejudice the opportunity for a DRB hearing. (2) Both parties must agree to seek an advisory opinion and so notify the chairperson.The procedure for requesting and issuing advisory opinions should be discussed with the DRB at the first meeting with the parties. (3) The DRB shall issue a one page written opinion within 5 days of the hearing. (4) The opinion is only advisory and does not require an acceptance or rejection by either party. If the dispute is not resolved and a hearing is held,the oral presentations and advisory opinion are completely disregarded and the DRB hearing procedure is followed. (5) Advisory opinions should be limited to merit issues only. (e) Arranging a Dispute Review Board Hearing. When the Project Engineer initiates the DRB review process,the Project Engineer will: 1. Contact the Contractor and the DRB to coordinate an acceptable hearing date and time. The hearing shall be held at the Resident Engineer's office unless an alternative location is agreed to by both parties. Unless otherwise agreed to by both parties an On Demand DRB hearing will be held within 30 days after the Three Party Agreement is signed by the CDOT Chief Engineer. Unless otherwise agreed to by both parties,a Standing DRB hearing will be held within 30 days after the DRB has been requested per subsection 105.23(a). 2. Ensure DRB members have copies of all documents previously prepared by the Contractor and ATTACHMENT A CDOT pertaining to the dispute,the DRB request,the Contract documents,and the special provisions at least two weeks before the hearing. (f) Pre-Hearing Submittal. All Pre-Hearing Submittals shall include only arguments, supporting documentation,quantum, and other information as previously submitted in writing and as previously disputed in the formal dispute process covered in subsection 105.22(b), (c),and(d). All Pre-Hearing Submittals planned to be used at the hearing, shall be submitted to the other party 35 days prior to the hearing for review for compliance with this requirement. If either party contends there are new arguments, supporting documents, new quantum, or any new information in a pre-Hearing Submittal, and the other party objects to this information being presented to the DRB,the objecting party shall submit its objections in writing to the other party within 10 days. The parties shall meet within five days to reconcile the objection before the submittal is submitted to the DRB. If the parties cannot reconcile the objection,but the new argument, supporting documentation, new quantum, or new information does not change either party's position on merit or quantum,the information shall be allowed in the Pre-Hearing submittal and presented to the DRB. If the parties cannot reconcile the objections within the five days allowed, each party shall submit a one page brief on their objections, but not the actual information objected to,to the DRB for a decision on the use of the documents. The DRB shall not approve any information simply because it is relevant to the dispute or referenced during the dispute. Neither party shall attempt to present anything to the DRB which they did not present to the other party during the dispute process. The dispute process shall be delayed while this determination is being made and a new hearing date set, if necessary. Pre-Hearing Submittals to the DRB are as follows: 1. Joint Statement: At least 20 days prior to the hearing the Joint Statement(s)shall be submitted to the DRB. The parties shall make every attempt to agree upon a Joint Statement of the dispute. If the parties cannot agree on the Joint Statement,each party's independent statement shall be submitted to the DRB. The Joint Statement shall summarize, in a few sentences,the nature of the dispute(s)and the scope of the desired decision. 2. Position Paper: At least 15 days prior to the hearing,CDOT and the Contractor shall submit by email to the DRB Chairperson their party's Position Paper. The DRB Chairperson shall simultaneously distribute by email the Position Papers to all parties and other DRB members, if any. The Position Paper shall contain the following: (1) The basis and justification for the party's position,with reference to specific contract language and the supporting documents of each element of the disputes. (2) A list of proposed attendees for the hearing. In the event of any objection by a party,the DRB shall make a final determination as to who attends the hearing. (3) When the scope of the hearing includes quantum, full cost details will be calculated in accordance with methods set forth in subsection 105.24(b)12. The Scope of the hearing will not include quantum if CDOT has requested an audit which has not been completed. 3. Supporting Documents: At least 15 days prior to the hearing, each party shall submit a copy of all its supporting documents to the DRB and the other party. Supporting documents include any presentations,visuals, or handouts planned to be used at the hearing. To minimize duplication and repetitiveness,the parties are encouraged to identify a common set of documents that will be referred to by both parties and submit them in a separate package to the DRB at least 20 days prior to the hearing. Common documents are communications between parties, speed memos, ATTACHMENT A change orders, schedules,request for equitable adjustment, and correspondence,and any document used in the subsection 105.22 process. CDOT shall submit the common set of documents to the Board and Contractor. 4. If relevant to the dispute and requested by the Board,the Engineer shall provide to the DRB either website links,electronic PDFs, or hard copies of pertinent contract documents such as plans, specifications, and M&S Standards. (g) Pre-Hearing Phone Conference. A pre-hearing phone conference with all Board members and the parties shall be conducted as soon as a hearing date is established,but no later than 10 days prior to the hearing. The DRB Chairperson shall explain the specifics of how the hearing will be conducted including how the two parties will present their information. (Ex. Each party makes a full presentation of their positions or presentations will be made on a"point by point"basis with each party making a presentation only on the individual dispute issue before moving onto the next issue.) If the pre-hearing position papers and documents have been received by the DRB prior to the conference call,the Chairperson shall discuss the estimated hours of review and activities for the disputes(such as time spent evaluating and preparing recommendation on specific issues presented to the DRB). If the pre-hearing position papers and documents have not been received by the Board prior to the conference call, another conference call will be scheduled during the initial conference call to discuss the estimated hours of review. The Engineer shall coordinate the conference call. (h) Dispute Review Board Hearing. The DRB shall preside over a hearing. The chairperson shall control the hearing and conduct it as follows: 1. An employee of CDOT presents a brief description of the project and the status of construction on the project. 2. The party that requested the DRB presents the dispute in detail as supported by previously submitted information and documentation in the pre-hearing position paper. No new information or disputes will be heard or addressed by the DRB. Rebuttals of the other party's arguments shall not be presented at this time. 3. The other party presents its position in detail as supported by previously submitted information and documentation. 4. The party that requested the DRB presents their rebuttals followed by the other party's rebuttals. 5. Upon completion of their presentations and rebuttals,both parties and the DRB will be provided the opportunity to exchange questions and answers. Questions from the parties shall be directed to the Chairperson. Attendees may respond only when board members request a response. 6. Employees of each party are responsible for leading presentations at the DRB hearing. 7. Attorneys shall not participate in the hearing unless the DRB specifically addresses an issue to them or unless agreed to by both parties. Should the parties disagree on attorney participation, the DRB shall decide on what, if any, participation will be permitted. Attorneys representing the parties are permitted to attend the hearing,provided their presence has been noted in the pre- hearing submittal. 8. Either party may use experts only if the expert has previously presented to the other party before the DRB process. A party intending to offer an outside expert's analysis at the hearing shall disclose such intention in the pre-hearing position paper. The expert's name and a general ATTACHMENT A statement of the area of the dispute that will be covered by his presentation shall be included in the disclosure. The other party may present an outside expert to address or respond to those issues that may be raised by the disclosing party's outside expert. 9. If both parties approve,the DRB may retain an outside expert. The DRB chairperson shall include the cost of the outside expert in the DRB's regular invoice. CDOT and the Contractor shall equally bear the cost of the services of the outside expert employed by the DRB. 10. If either party attempts to present an argument, documentation, quantum, or new information which the other party feels was not in the Pre-Hearing submittals,the chairperson shall require the party to demonstrate where in the Pre-Hearing submittal the information in question resides. 11. If either party fails to timely deliver a position paper,the DRB may reschedule the hearing one time. On the final date and time established for the hearing,the DRB shall proceed with the hearing using the information that has been submitted. 12. If a party fails to appear at the hearing,the DRB shall proceed as if all parties were in attendance. (i) Dispute Review Board Recommendation. The DRB shall issue a Recommendation in accordance with the following procedures: 1. The DRB shall not make a recommendation on the dispute at the meeting. Prior to the closure of the hearing,the DRB members and the Contractor and CDOT 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. At a minimum, the recommendation shall contain all the elements listed in Rule 35, Form of Award, of the Arbitration Regular Track Provisions listed at the end of subsection 105.24. 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. 3. The chairperson shall transmit the signed Recommendation and any supporting documents to both parties. (j) Clarification and Reconsideration of Recommendation. Either party may request in writing clarification or reconsideration of a decision within ten days following receipt of the Recommendation. Within ten days after receiving the request,the DRB shall provide written clarification or reconsideration to both parties. Requests for clarification or reconsideration shall be submitted in writing simultaneously to the DRB and to the other party. The Board shall not accept requests for reconsideration that amount to a renewal of a prior argument or additional argument based on facts available at the time of the hearing. The Board shall not consider any documents or arguments which have not been made a part of the pre-hearing submittal other than clarification and data supporting previously submitted documentation. Only one request for clarification or reconsideration per dispute from each party will be allowed. (k) Acceptance or Rejection of Recommendation. CDOT and the Contractor shall submit their written acceptance or rejection of the Recommendation, in whole or in part, concurrently to the other party and to the DRB within 14 days after receipt of the Recommendation or following receipt of responses to requests for clarification or reconsideration. ATTACHMENT A If the parties accept the Recommendation or a discreet part thereof, it will be implemented in accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the dispute is resolved. If either party rejects the Recommendation in whole or in part, it shall give written explanation to the other party and the DRB within 14 days after receiving the Recommendation. When the Recommendation is rejected in whole or in part by either party,the other party may either abandon the dispute or pursue a formal claim in accordance with subsection 105.24. If either party fails to submit its written acceptance or rejection of the Dispute Board's recommendation, according to these specifications, such failure shall constitute that party's acceptance of the Board's recommendation. (1) Admissibility of Recommendation. Recommendations of a DRB issued in accordance with subsection 105.23 are admissible in subsequent proceedings but shall be prefaced with the following paragraph: This Recommendation may be taken under consideration with the understanding that: 1. The DRB Recommendation was a proceeding based on presentations by the parties. 2. No fact or expert witnesses presented sworn testimony or were subject to cross-examination. 3. The parties to the DRB were not provided with the right to any discovery, such as production of documents or depositions. 4. There is no record of the DRB hearing other than the Recommendation. (m)Cost and Payments. 1. General Administrative Costs. The Contractor and the Department shall equally share the entire cost of the following to support the Board's operation: (1) Copies of Contract and other relevant documentation (2) Meeting space and facilities (3) Secretarial services (4) Telephone (5) Mail (6) Reproduction (7) Filing 2. The Department and the Contractor shall bear the costs and expenses of the DRB equally. Each DRB board member shall be compensated at an agreed rate of$1,200 per day if time spent on-site per meeting is greater than four hours. Each DRB board member shall be compensated at an agreed rate of$800 per day if time spent on-site per meeting is less than or equal to four hours. The time spent traveling to and from each meeting shall be reimbursed at$50 per hour if the travel distance is more than 50 miles. The agreed daily and travel time rates shall be considered full compensation for on-site time,travel expenses,transportation, lodging,time for travel of more than 50 miles and incidentals for each day,or portion thereof that the DRB member is at an authorized DRB meeting. No additional compensation will be made for time spent by DRB members in review and research activities outside the official DRB meetings unless that time, (such as time spent evaluating and preparing recommendations on specific issues presented to the DRB), has been specifically agreed to in advance by the Department and Contractor. Time away from the project that has been specifically agreed to in advance by the parties will be ATTACHMENT A compensated at an agreed rate of$125 per hour. The agreed amount of$125 per hour shall include all incidentals. Members serving on more than one DRB,regardless of the number of meetings per day, shall not be paid more than the all-inclusive rate per day or rate per hour for an individual project. 3. Payments to Board Members and General Administrative Costs. Each Board member shall submit an invoice to the Contractor for fees and applicable expenses incurred each month following a month in which the Board members participated in Board functions. Such invoices shall be in the format established by the Contractor and the Department. The Contractor shall submit to the Department copies of all invoices. No markups by the Contractor will be allowed on any DRB costs. The Department will split the cost by authorizing 50 percent payment on the next progress payment. The Contractor shall make all payments in full to Board members within seven calendar days after receiving payment from the Department for this work. ATTACHMENT A (n) Dispute Review Board Three Party Agreement. DISPUTE REVIEW BOARD THREE PARTY AGREEMENT COLORADO PROJECT NO. THIS THREE PARTY AGREEMENT,made as of the date signed by the Chief Engineer below,by and between: the Colorado Department of Transportation,hereinafter called the"Department";and hereinafter called the"Contractor";and ,and hereinafter called the"Dispute Review Board"or"Board". WHEREAS,the Department is now engaged in the construction of the [Project Name] and WHEREAS,the Contract provides for the establishment of a Board in accordance with subsections 105.22 and 105.23 of the specifications. NOW,THEREFORE,it is hereby agreed: ARTICLE I DESCRIPTION OF WORK AND SERVICES The Department and the Contractor shall form a Board in accordance with this agreement and the provisions of subsection 105.23. ARTICLE II COMMITMENT ON PART OF THE PARTIES HERETO The parties hereto shall faithfully fulfill the requirements of subsection 105.23 and the requirements of this agreement. ARTICLE III COMPENSATION The parties shall share equally in the cost of the Board,including general administrative costs(meeting space and facilities, secretarial services,telephone,mail,reproduction,filing)and the member's individual fees. Reimbursement of the Contractor's share of the Board expenses for any reason is prohibited. The Contractor shall make all payments in full to Board members.The Contractor shall submit to the Department an ATTACHMENT A itemized statement for all such payments,and the Department will split the cost by including 50 percent payment on the next progress payment. The Contractor and the Department will agree to accept invoiced costs prior to payment by the Contractor. Board members shall keep all fee records pertaining to this agreement available for inspection by representatives of the Department and the Contractor for a period of three years after the termination of the Board members' services. Payment to each Board member shall be at the fee rates established in subsection 105.23 and agreed to by each Board member,the Contractor,and the Department. In addition,reimbursement will be made for applicable expenses. Each Board member shall submit an invoice to the Contractor for fees incurred each month following a month in which the members participated in Board functions. Such invoices shall be in the format established by the Contractor and the Department. Payments shall be made to each Board member within 60 days after the Contractor and Department have received all the applicable billing data and verified the data submitted by that member.The Contractor shall make payment to the Board member within seven calendar days of receipt of payment from the Department. DISPUTE REVIEW BOARD THREE PARTY AGREEMENT PAGE 2 COLORADO PROJECT NO. ARTICLE IV ASSIGNMENT Board members shall not assign any of the work to be performed by them under this agreement. Board members shall disclose any conflicts of interest including but not limited to any dealings with either party in the previous five years other than serving as a Board member under other contracts. ARTICLE V COMMENCEMENT AND TERMINATION OF SERVICES The commencement of the services of the Board shall be in accordance with subsection 105.23 of the specifications and shall continue until all assigned disputes under the Contract which may require the Board's services have been heard and a Recommendation has been issued by the Board as specified in subsection 105.23. If a Board member is unable to fulfill his responsibilities for reasons specified in subsection 105.23(b)7,he shall be replaced as provided therein,and the Board shall fulfill its responsibilities as though there had been no change. ARTICLE VI LEGAL RELATIONS The parties hereto mutually agree that each Board member in performance of his duties on the Board is acting as an independent contractor and not as an employee of either the Department or the Contractor. Board members will guard their independence and avoid any communication about the substance of the dispute without both parties being present. The Board members are absolved of any personal liability arising from the Recommendations of the Board. The parties agree that members of the dispute review board panel are acting as mediators for purposes of C.R.S. § 13-22- 302(4)and,as such,the liability of any dispute review board member shall be limited to willful and wanton misconduct as provided for in C.R.S. § 13-22-305(6). Board members shall not be called as witness for future litigation. IN WITNESS HEREOF,the parties hereto have caused this agreement to be executed the day and year written ATTACHMENT A below. BOARD MEMBER: BY: • BOARD MEMBER: BY: BOARD MEMBER: • BY: • CONTRACTOR: BY: TITLE: COLORADO DEPARTMENT OF TRANSPORTATION BY: . DATE: TITLE: CHIEF ENGINEER 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 arbitration and litigation, can be used if agreed to by both parties. This subsection applies to any unresolved dispute or set of disputes between CDOT 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 in accordance with this subsection as a pass-through claim. Review of a pass-through claim does not create privity of Contract between CDOT 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 which must be exhausted in their entirety. Merit-binding arbitration or litigation proceedings must commence within 180-calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court ATTACHMENT A for the City and County of Denver. Non-binding Forms of alternative dispute resolution such as Mediation are available upon mutual agreement of the parties for all claims submitted in accordance with 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 merit-binding arbitration or 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 in accordance with subsection 105.23,the Contractor shall provide the Region Transportation Director(RTD)with a written notice of intent to file a claim. The Contractor shall also send a copy of this notice to the Resident Engineer. For the purpose of this subsection, Region Transportation Director shall mean the Region Transportation Director or the Region Transportation Director's designated representative. CDOT 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 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 RTD 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 CDOT. If requested by the Contractor,the 60 day period may be extended by the RTD in writing prior to 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: 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 herein 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 herein and I 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 NOTARY PUBLIC My Commission Expires: ATTACHMENT A B. For a pass-through claim: PASS-THROUGH 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 herein 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 herein and I 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 NOTARY PUBLIC My Commission Expires: Dated /s The Contractor certifies that the claim being passed through to CDOT is passed through in good faith and is accurate and complete to the best of my knowledge and belief. Dated /s/ Subscribed and sworn before me this day of 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 CDOT,Consultant,and other individuals who may be knowledgeable about facts giving rise to such claim. 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. ATTACHMENT A 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 in accordance with 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 herein is required for all such claims). (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 in accordance with 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) Region Transportation Director Decision. When the Contractor properly files a claim,the RTD will review the claim and render a written decision to the Contractor to either affirm or deny the claim,in whole or in part, in accordance with the following procedure. The RTD may consolidate all related claims on a project and issue one decision,provided that consolidation does not extend the time period within which the RTD is to render a decision. Consolidation of unrelated claims will not be made. The RTD 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 RTD: (1)will review the information in ATTACHMENT A 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. The RTD 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 RTD in reaching a decision.Once the RTD 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 RTD will provide a copy of the claim record and the written decision to the Contractor describing the information considered by the RTD in reaching a decision and the basis for that decision. If the RTD fails to render a written decision within the 90 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 Chief Engineer,as described in this subsection. If the Contractor accepts the RTD decision,the provisions of the decision shall be implemented in accordance with subsections 108.08, 109.04, 109.05,or 109.10 and the claim is resolved. If the Contractor disagrees with the RTD decision,the Contractor shall either:(1)accept the RTD decision as final,or(2)file a written appeal to the Chief Engineer within 30 days from the receipt of the RTD decision.The Contractor hereby agrees that if a written appeal is not properly filed,the RTD decision is final. ATTACHMENT A Sections 105 and 106 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 105.06 (g) and replace it with the following: (g) 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. Delete subsection 106.06 (a) 1. D. and replace it with the following: 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 in accordance with standard 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. Delete subsections 106.06 (a) 6. and 106.06 (a) 7. and replace them with the following: 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. If flexural strength criteria is indicated, then the Contractor shall provide the following equipment and supplies which will not be paid for separately but shall be included in the work: A. A separate, temperature controlled facility of at least 300 square feet usable space. This facility shall be used exclusively for the molding, storage and testing of concrete test specimens as required. This facility 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. Each storage tank shall have a continuously recording thermometer and sufficient blank charts for the project. Temperatures of each storage tank shall be recorded for the duration of the project. B. A machine for testing flexural, compressive and splitting tensile strength of concrete specimens. 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. (3) Gilson model number MC-400 with Pro Controller. ATTACHMENT A (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 T 97 and T 22. 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 prior to 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. 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 106-2 or 106-3. The Contractor shall submit examples of worksheets, test result forms and test results charts in accordance with 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 work days 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 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. ATTACHMENT A June 23, 2021 1 REVISION OF SECTION 106 CONTROL OF MATERIALS Revise Section 106 of the Standard Specifications as follows: 106.01 Control of Materials, delete and replace 106.01 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 Department's Field Materials Manual, including notifying the Engineer of the proposed sources of materials at least two weeks prior to 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. All suppliers who provide one or more of the following elements in which the cost exceeds$10,000 shall create an account in the B2GNow software system. a. Fabrication of materials b. Processing of materials c. Delivery service cost of the material delivered to the project If the supplier does not have an account created, approval of the Form 1425 may be withheld. The Contractor shall submit a completed Form 1425 for each direct supplier that meets the$10,000 criteria outlined above via the B2GNow software system. The Form 1425 shall be submitted to the Engineer prior to beginning work on the project, incorporating materials into the project or at such time that the$10,000 amount is known to be exceeded. If an individual, firm, or corporation is responsible for the installation of supplies, a Form 205 shall be required for the subcontractor. The supplier shall notify the Contractor if an individual spends more than 20%of their workweek performing actual construction work such as installation, repair or warranty work, on the site of work as that would require the submission of a Form 205 and certified payrolls. During the performance of the project, the Contractor shall submit an updated Form 1425 if information changes. Each subcontractor or supplier at any tier meeting the$10,000 requirement above shall submit a Form 1425 to the Contractor, who will then submit it to the Department. The Contractor shall submit the subcontractor's Form(s) 1425 with Form 205(if any)to the Engineer prior to the subcontractor/supplier beginning any work on the project, incorporating materials into the project, or at such time the$10,000 amount is known to be exceeded. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. ATTACHMENT A Section 106 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 106.02 (b) and replace with the following: (b) Contractor Source. Sources of sand, gravel, or borrow other than available sources will be known as contractor sources. The contractor source will be tested by the Department and approved by the Engineer prior to incorporation of the material into the project. If the submitted materials do not meet the contract specifications it will become the Contractor's responsibility to re-sample and test the material. The Contractor shall supply the Department with passing test results from an AASHTO accredited laboratory electronically sealed by a Professional Engineer. If requested by the Engineer, the Department will then re-sample and re-test the material for compliance to the contract specifications. The Contractor shall produce material which meets contract specifications throughout construction of the project. The cost of sampling, testing, and corrective action by the Contractor will not be paid for separately but shall be included in the work. The Contractor shall obtain all permits and agreements necessary to explore and remove material from a contractor source. The Contractor shall also be responsible for any costs or delays associated with obtaining these permits and agreements. For each source of imported embankment or topsoil the Contractor shall provide the following certification. The Contractor shall assure and certify that unacceptable levels of hazardous waste and substances; including but not limited to those defined in the Code of Federal Regulations,40 CFR Part 261 Subparts C and D, and the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Section 101(14) as amended; are not incorporated into the project as a result of importing embankment or topsoil materials. For each contractor source outside of the project limits, the Contractor shall submit such certification to the Engineer, signed by either a Certified Industrial Hygienist(CIH), Certified Hazardous Materials Manager(CHMM), Certified Safety Professional(CSP), or Registered Environmental Manager (REM) or electronically sealed by a registered Professional Engineer(PE). If contractor source material for embankment or topsoil, originating outside of the project limits, is placed on the project and is at any time found to be contaminated with unacceptable levels of hazardous waste or substances, the Contractor shall remove the contaminated material from the Department's right of way, dispose of it in accordance with applicable laws and regulations, and make necessary restoration. The cost of complying with these requirements, including sampling, testing, and corrective action by the Contractor, shall be included in the work. ATTACHMENT A Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 107.15 (a)4 (2) and replace with the following: (2) The Contractor's Engineer shall electronically seal plans, specifications, and submittals including but not limited to: (i) Shop drawings and working drawings as described in subsection 105.02. (ii) Mix Designs. (iii) Contractor performed design work as required by the plans and specifications. (iv) Change Orders. (v) Approved Value Engineering Change Proposals. ATTACHMENT A Section 107.25 of the Standard Specifications is hereby deleted and replaced as follows: 107.25 Water Quality Control.The project work shall be performed using practices (including but not limited to those listed below)that 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. (2) Construction Site Boundary/Limits of Construction (LOC). The project area defined by the Environmental Clearance document. (3) Discharge of Pollutants. One or more pollutants leaving the Limits of Construction (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. (b) Construction Requirements 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. If the Contractor determines construction of the project will result in a change to the activities or LDA, the Contractor shall detail the changes in a written report to the Engineer. Upon receipt of the report, the Engineer will coordinate with the Region Planning and Environmental Manager(RPEM) regarding the change. The Engineer, within five days after receipt of the report, will approve or reject in writing the request for change. If approved, the Engineer will detail a course of action including revision of existing permits or obtaining new permits. 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 project specific water quality 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) or other appropriate federal, state, or local agency to determine the need for any permit. The Contractor shall conduct the work in a manner that prevents pollution of any adjacent State waters, as defined in section 101. Erosion control work shall be performed in accordance with Section 208, this ATTACHMENT A subsection, and all other applicable parts of the Contract. Prior to construction, the Stormwater Management Plan (SWMP)Administrator, identified in Section 208, 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, as described in Section 208: (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. (8) On-site waste management practices (waste piles, dumpsters, etc.). (9) Dedicated asphalt and concrete batch plants. (10) Concrete truck and equipment washing, including 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) Other areas or procedures where spills could occur. The SWMP Administrator shall record the location of potential pollutants on the site map, if applicable. Descriptions of the potential pollutants shall be added to the SWMP. Prior to construction 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 Section 208 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. Prior to start of work, the Contractor shall submit a SPCC Form, if applicable, which has been approved by the EPA for the project. 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 ATTACHMENT A be needed from CDPHE in accordance with Section 250. 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 prior to 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: 1. 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. 2. 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. 3. The groundwater discharge does not leave the project boundary limits where construction is occurring. 4. 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. 5. 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. 6. A visible sheen is not evident in the discharge. 7. Control measures are implemented to prevent any sediment deposited during land application from being transported by stormwater runoff to surface waters or other conveyances. 8. 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: ATTACHMENT A 1. The source is identified in the SWMP and updated by the Contractor. 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. At least 15 days prior to 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. Temporary fill into wetlands or streams shall 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 flood plains unless otherwise specified in the Contract. 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 shall be allowed only as authorized by the U.S. Army Corps of Engineers 404 Permit. 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. 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 ten days prior to 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 in accordance with the manufacturer's recommended application rates, frequency, and instructions. 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. Spill prevention and containment measures conforming to Section 208 shall be used at storage, and equipment fueling and servicing areas to prevent the pollution of any State waters, including wetlands. All ATTACHMENT A 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 CCR 1002-61, spills shall be reported to the Engineer and CDPHE in writing. The Contractor shall prevent construction activities from causing grass or brush fires. The construction activities shall not impair Indian tribal rights, including, but not limited to, water rights, and treaty fishing and hunting rights. Prior to start of work, the Contractor shall certify in writing to the Engineer that construction equipment has been cleaned prior to 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 prior to being brought onto the project site. Vehicles which have been certified by the Contractor as having been cleaned prior to 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. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers. All construction site wastes shall be properly managed to prevent potential pollution of State waters. 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. Discharges from the project area 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. Stormwater Construction Permit. A Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) is not required for this project. A CDPS-SCP will be obtained from CDPHE, if any of the following activities apply: (1) Construction sites that will disturb one acre or more; or (2) Construction sites that are part of a common plan of development or sale; or (3) It is specified in the contract; or Stormwater discharges that are designated by the division as needing a stormwater permit because the discharge: 1. Contributes to a violation of a water quality standard; or 2. is a significant contributor of pollutants to State waters. Dewatering, erosion control for dewatering, and disposal of water resulting from dewatering operations, including all costs for permits, will not be measured and paid for separately, but shall be included in the work. 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 ATTACHMENT A excess. The Contractor shall 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. 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. Areas exposed to erosion by fire resulting from the Contractor's operations shall be stabilized in accordance with Section 208 by the Contractor, at the Contractor's expense. ATTACHMENT A Section 109 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 109.06(e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. 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 until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors. Delete subsection 109.06(f)5 and replace with the following: 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower-tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. Delete subsection 109.06(f)8 and replace with the following: 8. If additional quantities of a particular item of work are required at a later date after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. Delete subsection 109.06(f)9 and replace with the following: 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection 105.21(a), the Contractor shall release all subcontractors' retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor's retainage on work that has been partially accepted in accordance with subsection 105.21(a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor's retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. Delete subsection 109.06(g)and replace with the following: ATTACHMENT A (g) Good Cause Exception. If the Contractor has"good cause"to delay or withhold a subcontractor's progress payment, the Contractor shall notify the LPA and the subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. "Good cause" shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Delete subsection 109.06(h) and replace with the following: (h) Monthly Reporting. On a monthly basis, the Contractor shall submit the Form 1418, Monthly Payment Report, to the Engineer along with the project schedule updates, in accordance with subsections 108.03(g). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage from the Contractor. ATTACHMENT A Section 206 of the Standard Specifications is hereby revised for this project as follows: Delete the 2nd paragraph in Subsection 206.09 and replace with the following: When the height of shoring exceeds five feet above the base of the excavation, the Contractor shall submit working drawings in accordance with subsection 105.02. The drawings shall be submitted to the Engineer for information only. The drawings shall be electronically sealed by the Contractor's Engineer. The Contractor shall design for internal and external stability of temporary shoring such as but not limited to bearing capacity, settlement, sliding, overturning, internal compound stability, and global stability.All proof and verification testing of the shoring elements shall be the responsibility of the Contractor and results shall be reported to the Engineer the day after the testing was performed. Delete the 5th paragraph in Subsection 206.09 and replace with the following: The Contractor shall have performed and documented an independent review of their shoring design and drawings at designated areas prior to submittal. The Contractor's Engineer shall electronically seal the independent review shoring design and drawings. Delete the 11th paragraph in Subsection 206.09 and replace with the following: The Contractor's Engineer may assign an on-site representative, to perform construction field oversight, by submitting documentation of experience to the Engineer ten days prior to starting shoring construction for review and the Engineer's acceptance. Prior to placing construction or traffic loads on or immediately adjacent to the supported earth, the Contractor's Engineer for the shoring shall certify in an electronically sealed letter that shoring materials and construction have been inspected and that all shoring, materials, and construction are in conformity with the shoring drawings. A copy of this certification shall be submitted to the Engineer. ATTACHMENT A Section 207 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 207.01 This work consists of salvaging topsoil from onsite locations, stockpiling,maintaining, and preparing the subsoils for the placement of the topsoil at locations shown on the plans. It also includes creating seeding media by amending subsoils, and importing offsite topsoil when shown on the plans. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Region or Headquarters Landscape Architect. MATERIALS 207.02 General. Topsoil shall be salvaged onsite, imported, or produced as shown on the plans. Topsoil shall be free of refuse and litter along with noxious weed seed and reproductive plant parts,as listed in current State of Colorado A and B Noxious Weed List and local agency weed lists. Topsoil shall not include heavy clay,hard clods,toxic substances,pathogens, or other material,which would be detrimental to growing native vegetation. All required amendments shall be thoroughly incorporated to parent material, onsite. All amendments shall conform to Section 212. Topsoil and parent material shall be free of clods, sticks, stones, debris,concrete, and asphalt in excess of 4 inches in any dimension for all material used within the designed clear zone for the project. Topsoil outside of the clear zone may contain rock larger than 4 inches in any dimension. For slopes with no structures being used to protect areas from falling rocks the Contractor shall remove or secure any rocks deemed unstable and could pose a safety hazard. Topsoil shall be generated from one or more of the following as shown on the plans: (a) Topsoil(Onsite). Topsoil shall consist of the upper 6-inch layer of the A horizon,as defined by the Soil Science Society of America,or at the depths and locations shown on the Stormwater Management Plan (SWMP). It shall consist of loose friable soil, salvaged from onsite and stockpiled or windrowed. Litter and duff(layer of partially decomposed plant material) shall be collected as part of the salvaging of topsoil unless specified to be removed and hauled offsite on the plans. (b) Topsoil(Wetland). Wetland topsoil shall consist of moist, organic soil obtained from delineated wetlands, including any existing wetland vegetation and seeds. Wetland topsoil shall be extracted from the project site at locations shown on the plans or as directed,to a minimum depth of 12 inches or at the depths as shown on the plans. (c) Seeding Media. Seeding Media shall consist of one or all of the following approved materials: sub-soil, overburden,or material generated from rock. Contractor shall select onsite or offsite locations to generate material that meet the requirements of Table 207-1. The Contractor shall provide a Certified Test Report (CTR) in accordance with subsection 106.13, excluding lot,heat, and batch confirming that the excavated material conforms to Table 207-1. (d) Topsoil(Offsite). The Contractor shall submit a CTR for Topsoil(Offsite)for approval a minimum of 60 days prior to import in accordance with subsection 106.13. The Contractor shall include with the CTR a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from an independent laboratory that participates in the National Association for Proficiency Testing(NAPT). If topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. ATTACHMENT A The Contractor shall submit a Certificate of Compliance(COC)for Topsoil(Offsite)for approval a minimum of 60 days prior to import that the source has controlled noxious weeds in accordance with the State of Colorado Noxious Weed Act 35-5.5-115. Table 207-1 PHYSICAL PROPERTIES OF SEEDING MEDIA Property Range Test ASA Mono.#9,Part 2, Soil pH(s.u.) 5.6-7.5 Method 10-3.2.or TMECC 04.11-A! Soil Electrical Conductivity(EC) <5 0 ASA Mono.#9,Part 2, (mmhos/cm or ds/m) Method 10-3.3 ASA Mono.#9,Part 2, Soil SAR(s.u.). 0- 10 Method 10-3.4 Rock Content(%) <25 USDA NRCS Rock Fragment Modifier Usage Trace Contaminants TMECC 04.06 or Meets US EPA,40 CFR (Arsenic,Cadmium,Copper,Mercury, EPA6020/ASA(American 503 Regulations Selenium,Zinc,Nickel,and Lead) Society of Agronomy) Rock Content(%)greater than 3"diameter <25 USDA NRCS Rock Fragment Modifier Usage No more than 70%clay, ASA Monograph#9,Part 1, USDA Soil Texture silt,and sand by Method 15-4 percentage volume of or topsoil. ASA 143-5 All Particle Sizes <6 Inches Physical contaminants(man-made inerts) < 1 TMECC 03.08-C (%) C:N ratio <20 TMECC 05.02-A Fines%when manufacturing material >25%material passing ASTM D6913 from rock through#4 sieve Amendments to the base imported material shall have the quantities of material verified onsite prior to incorporation into parent material, either at the stockpiles or after placement of parent material. Topsoil amended at the stockpiles shall be distributed to the site within seven days. * Substitute this requirement for USDA Soil Texture requirement when project are approved to use material manufactured from native rock material on site. ATTACHMENT A Table 207-2 TOPSOIL(OFFSITE)PROPERTIES Property Range Test Methods ASA Mono.#9 Part 2, Soil pH(s.u) 5.6—7.5 Method 10-3.2 or TMECC 04.11-A Salt by Electrical Conductivity(EC) <2 0 ASA Mono. #9,Part 2, (mmhos/cm or ds/m) Method 10-3.3 ASA Mono.#9,Part 2, Soil SAR(s.u.) 0— 10 Method 10-3.4 Soil OM(%) 3 —5 Methods of Soil Analysis, Part 3,Method 34 Methods of Soil Analysis, >20.0Part 3. Chemical Methods. Soil N(NO3-n,ppm) Ch.38 Nitrogen--Inorganic Forms ASA Mono. #9, Part 2, Soil P(ppm) > 13.0 Method 24-5.4 or others as required based on soil pI-I ASA Mono.#9,Part 2, Soil K(ppm) >80 Method 13-3.5 Rock Content(%o)greater than 3"diameter <25 USDA NRCS Rock Fragment Modifier Usage Bioassay(seedling and relative TMECC 05.05-A or ( g emergence g >80%of control vigor) Approved Germination Test No more than 70% Soil Texture clay, silt and sand by ASA Mono. #9,Part 1, percentage volume of Method 15-4 topsoil Physical contaminants(man-made inerts)(%) < 1 TMECC 03.08-C Trace Contaminants TMECC 04.06 or Meets US EPA, 40 (Arsenic,Cadmium, Copper, Mercury, EPA6020/ASA(American Selenium,Zinc,Nickel, and Lead) CFR 503 Regulations Society of Agronomy) All Particle Sizes <6 Inches C:N ratio <20 TMECC 05.02-A The Contractor shall utilize a rod penetrometer for determining subgrade soil preparation and determining looseness of soil after ripping. The penetrometer shall have a psi pressure gage,and shall meet the following requirements: (1) Steel rod with a minimum diameter of V2 inch with graduations(tick marks)every 6 inches. (2) The rod shall be made of stainless steel or other metal that will not bend when weight is applied. (3) The end of the rod shall have a 30-degree cone tip. (4) The diameter of the cone at its tip shall be no more than 0.1 inch. (5) The top of the rod shall be a T-handled configuration. ATTACHMENT A CONSTRUCTION REQUIREMENTS 207.03 Site Pre-vegetation Conference. Prior to the start of the initial Subgrade Soil Preparation for the project, the Contractor shall request a Site Pre-vegetation Conference. The Engineer will set up the conference and will include:the Engineer or designated representative,the Superintendent or designated representative,the sub- contractor(s)performing the subgrade soil preparation and soil amendments,and the CDOT Landscape Architect representing the Region. Only one meeting is required for the project unless a new sub-contractor is brought on that did not attend the previous meeting. The Agenda of the Pre-vegetation Conference can be found in Appendix A of the Construction Manual and includes the following: (1) Final review of the Topsoil(Offsite)Amendment Protocol (2) Review of the Method Statement detailing the equipment which will be used for the subgrade soil preparation operations (3) Review of rod penetrometer which will be used to determine subgrade soil preparation of topsoil (4) Permanent Stabilization Phasing Plan(identify strategies and site management measures to protect de- compacted,topsoil amended, seeded, and blanketed areas from foot,vehicle loads, and other disturbances). (5) Seeding. See subsection 212.03 for submittal requirements. (6) Meeting attendee sign-in log 207.04 Topsoil Stockpiling. Stockpiles of topsoil shall be created as shown on the plans or as approved by the Engineer. All Stockpiles of topsoil which are scheduled to remain in place for 14 days or more shall receive interim stabilization in accordance with subsection 208.04. All topsoil stockpiles shall be identified using white pin flags with"TOPSOIL"printed in black letters and shall have their locations shown on the SWMP Plans. Each individual stockpile shall require at least one flag, and one additional flag for each 10 cubic yards of salvaged topsoil. The contractor shall provide only perimeter flags for stockpile larger than 100 cubic yards with a minimum spacing of 25 feet. Topsoil may be placed in stockpiles or windrowed at the edge of the disturbance. Windrowed topsoil shall not be used as perimeter erosion control or extensively compacted. When topsoil is windrowed,all stockpile requirements still apply. (1) Upland Topsoil. If included on the plans, stockpiles shall be treated with herbicide, in accordance with Section 217, or as directed. (2) Wetland Topsoil. Wetland stockpiles shall not be treated with herbicide. Weeds shall be hand pulled. Wetland topsoil shall be placed within 24 hours from excavation, unless otherwise approved by the Engineer. Wetland topsoil shall not be stockpiled for more than six months. 207.05 Subgrade Soil Preparation. Before placement of topsoil,the subgrade shall be ripped to a minimum depth of 14 inches. Subgrade shall be mostly dry and friable. Subgrade shall crumble without sticking together, yet not be so dry and hard that it does not break apart easily. Underground utilities shall be located prior to soil preparation. ATTACHMENT A Subgrade soil preparation equipment shall meet the requirements for either winged tip or parabolic shanks. Operation shall be performed to fracture the soil uniformly without lifting or furrowing the surface excessively. The Contractor shall submit a method statement for subgrade soil preparation other equipment will be considered. 1. Winged tip shanks(dozer equipment)shall be a minimum of 6 inches wide and have 2 inches of vertical profile change on the blade with a 40-60-degree sweep angle. The Contractor shall calibrate the subgrade soil preparation equipment using a minimum 30 linear feet of the initial pass. The Contractor shall utilize the rod penetrometer to verify that that de-compaction was successfully done. The Contractor shall take penetration measurements every 6 inches across a transect perpendicular to the direction of the tractor and spanning the width of the subgrade soil preparation. Depths of penetration shall confirm that a minimum of 12 inches can be achieved without reaching 300 psi on the rod penetrometer pressure gage(approximately 30 pounds of pressure on the T-handle). Existing subgrade shall be de-compacted to a depth of 14 inches. If multiple passes are needed,the subsequent passes shall be positioned so that the ripping equipment(subsoilers)from the previous pass are split by the subsequent pass. Following ripping,the Contractor shall remove all sticks, stones, debris,clods,and all other substances greater than 6 inches in diameter. The Contractor shall restrict motorized vehicle and foot traffic from passing over the ripped area since this would recompact the areas that received subgrade soil preparation. The first 4 feet from the edge of pavement shall be ripped to a depth of 6 inches. If the project is going to use aggregate base course or recycled asphalt as a shouldering technique,those areas will not require subgrade soil preparation. Depth of soil ripping for the subgrade soil preparation shall be checked with the rod penetrometer. The Contractor shall verify adequate de-compaction of the entire area to have topsoil placed using a rod penetrometer in the presence of the Engineer. Tests shall be performed at a minimum of ten random locations per each acre as selected by the Engineer. The Test shall verify that a depth of 12 inches of penetration into the soil can be achieved without reaching 300 psi on the rod penetrometer pressure gage(approximately 30 pounds of pressure on the T-handle). If this depth cannot be achieved for 80 percent of the penetrations,the Contractor shall re-rip the area at no additional cost to the Department. 207.06 Placement of Topsoil and Seeding Media. Topsoil and Seeding Media shall be hauled and placed at the locations disturbed and will be re-vegetated or as shown on the plans. The contractor shall place a minimum thickness of 6 inches and should only be handled when it is dry enough to work without damaging soil structure. Topsoil and Seeding Media shall be placed a minimum depth of twelve(12) inches when placed over riprap as required on the plans. No Topsoil or Seeding Media shall be placed below ordinary high water mark except as otherwise specified in bio-stabilization bank treatments. Salvaged topsoil placement deeper than 6 inches is allowed if additional approved material is on-site. Contractor shall place topsoil in a method that does not re-compact subgrade material using low ground-contact pressure equipment,or by excavators and/or backhoes operating adjacent to it. The final grade shall be free of all materials greater than 4 inches in diameter within the designed clear zone for the project. Equipment not required for revegetation work will not be permitted in the areas of placed topsoil. Soil amendments, seedbed preparation, and permanent stabilization mulching shall be accomplished within four working days of placing the topsoil on the de-compacted civil subgrades. If placed topsoil is not mulched with permanent stabilization mulch within four working days,the Contractor shall complete interim stabilization methods in accordance with subsection 208.04(e), at no additional cost to the Department. Time to perform the work may be extended for delays due to weather. ATTACHMENT A METHOD OF MEASUREMENT 207.07 Topsoil material will be measured by the actual number of cubic yards of topsoil placed and accepted. Subgrade soil preparation will be measured by the square yards of subgrade which is ripped and accepted for adequate de-compaction. BASIS OF PAYMENT 207.08 The accepted quantities measured will be paid for at the Contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Topsoil(Onsite) Cubic Yard Seeding Media Cubic Yard Topsoil(Offsite) Cubic Yard Topsoil(Wetland) Cubic Yard Subgrade Soil Preparation I Square Yard Amendments for Topsoil(Onsite)and Seeding Media will be measured and paid for in accordance with Section 212. Amendments for Topsoil(Offsite)will not be measured and paid for separately,but shall be included in the work. Noxious Weed Management will be measured and paid for in accordance with Section 217. Stockpiling or windrowing of topsoil will not be measured and paid for separately,but shall be included in the work. Testing of Seeding Medial and Topsoil(Offsite)will not be measured and paid for separately but shall be included in the work. Rod penetrometer and associated verification testing of random locations will not be measured and paid for separately, but shall be included in the work. The Site Pre-vegetation Conference will not be paid for separately,but shall be included in the work. Additional passes with the ripping equipment to achieve the desired de-compaction will not be measured and paid for separately, but shall be included in the work. Removing of clods, sticks, stones, debris,concrete,and asphalt in excess of 4 inches in any dimension for all topsoil and Seeding Media used within the designed clear zone for the project will not be measured and paid for separely, but shall be included in the work. ATTACHMENT A July 9,2020 1 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, 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 Region or Headquarters Landscape Architect. MATERIALS 212.02 Seed, Fertilizers,Soil Conditioners, Mycorrhizae,Elemental Sulfur,and Sod. (a) Seed. 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 prior to Engineer inspection will be rejected. The State required legal tags shall remain on the bag until opened and the seed is placed in either the drill or hydraulic seeders in the presence of the Engineer. The Engineer shall remove all tags after seed has been planted. Each seed tag shall clearly show the following: (1) Name and address of the supplier (2) Botanical and common name for each species (3) Lot numbers (4) Percent by weight of inert ingredients (5) Guaranteed percentage of purity and germination (6) Pounds of Pure Live Seed(PLS)of each seed species (7) Total net weight in pounds of PLS in the sealed bag (8) Calendar month and year of test date Seeds shall be free from all noxious weed seeds in accordance with Colorado Seed Act(CRS 35-17) prohibited noxious weed seed list. Weed seed content shall not exceed the requirements in part 7.2 of the Colorado Department of Agriculture's Seed Act Rules and Regulations. Seed which has become wet,moldy, or damaged in transit or in storage will not be accepted. Seed and seed labels shall conform to all current State regulations and to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. ATTACHMENT A July 9,2020 2 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING 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. Organic fertilizer formulation being submitted for use must be registered with the Colorado Department of Agriculture. Verification tests may be conducted by CDOT 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 as shown on the plans. 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 AOAC Official Method 993.13 Nitrogen(N)(%) 6- 10 Nitrogen(Total)in Fertilizers Combustion Method Phosphorus(P)(%) 1 - 8 AOAC Official Method 960.03 Phosphorus(Available) in Fertilizers Potassium(K)(%) 1 - 8 AOAC Official Method 983.02 Potassium in Fertilizers ATTACHMENT A July 9,2020 3 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING Low N organic fertilizer chemical analysis shall conform to Table 212-2. Table 212-2 Chemical Analysis for Low N Fertilizer Ingredient Range Test Method AOAC Official Method 993.13 Nitrogen(N)(%) 2 -5 Nitrogen(Total)in Fertilizers Combustion Method Phosphorus(P)(%) 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 L Moisture content by weight <6% (c) Compost(Mechanically Applied). 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 in accordance with 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(USCC) Seal of Testing Assurance(STA)program. The Department will only accept STA approved compost that is tested in accordance with the USCC Test Methods for Examining of Composting and Compost(TMECC)manual. Verification tests may be conducted by CDOT 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. Organic matter in compost shall be no more than 2 inches in length. Compost(Mechanically Applied)for permanent seeding shall meet the gradation and physical properties as shown in Table 212-4 and Table 212-5. The Contractor shall provide a written explanation for compost tested parameters not within the acceptable requirements for review and consideration. The Contractor shall provide documentation from the composting facility confirming that the material has been tested in accordance with USCC TMECC. ATTACHMENT A July 9,2020 4 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING Table 212-4 Gradation for Permanent Seeding Compost Percent Passing Sieve Size Minimum Maximum Test Method 25.0 mm(1") 100 TMECC 02.02-B,"Sample 19.0 mm (3/4") 90 100 Sieving for Aggregate Size 6.25 mm(1/4") 70 100 Classification" Note: Compost shall be from a producer that participates in the USCC STA program. Table 212-5 Properties for Permanent Seeding Compost Compost Parameters Reported as Requirements Test Method pH pH units 6.0-8.5 TMECC 04.11-A Soluble Salts (Electrical dS/m(mmhos/cm) <5.0 TMECC 04.10-A Conductivity) Moisture Content %,wet weight basis 25%-50% TMECC 03.09-A Organic Matter Content %, dry weight basis 20%- 50% TMECC 05.07-A pounds per cubic yard >240 Carbon to Nitrogen < 15;1 Ratio(C:N) Man-made Inert Contamination %,dry weight basis < 1% TMECC 03.08-A (plastic,concrete, ceramics, metal, etc.) Stability res home mg CO2-C per g TS per day f p try} 8 or below TMECC 05.08-1 mg CO2-C per g OM per day (PASS/FAIL)Limits: TMECC 07.01-B Select Pathogens and Salmonella<3 MPN/4 grams of TS, Pass Fecal Coliforms,or weed free or Coliform Bacteria< 1000 MPN/gram 07.02 Salmonella (PASS/FAIL) Limits(mg kg-1'dw basis): Arsenic(As)41,Cadmium(Cd)39, Trace Metals Pass TMECC k6 Copper(Cu)1500,Lead(Pb)300, Mercury(Hg)17,Nickel(Ni)420, Selenium(Se) 100,Zinc(Zn)2800 Maturity(Bioassay) Percent Emergence %, (average) > 80% TMECC 05.05-A Relative Seedling Vigor %, (average) > 80% Use the STA Lab bulk density Ib/cu ft as received,multiplied by organic matter%as received,multiplied by 27 to calculate pounds per cubic yard of organic matter. ATTACHMENT A July 9, 2020 5 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING 2. Compost for Erosion Log(Type 2)shall meet the gradation and physical properties as shown in Table 212-6 and Table 212-7. Table 212-6 Gradation for Erosion Log(Type 2) Compost Percent Passing Sieve Size Minimum Maximum Test Method 75.0 mm(3") 100 TMECC 02.02-B,"Sample Sieving for 25.0 mm(1") 90 100 Aggregate Size Classification" 9.5 mm(3/8") 10 50 Note: 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 Salts (Electrical dS/m (mmhos/cm) < 5.0 TMECC 04.10-A Conductivity) Moisture Content %,wet weight basis <60% TMECC 03.09-A Organic Matter Content %, dry weight basis 25% - 100% TMECC 05.07-A Man-made Inert Contamination %,dry weight basis <0.5% TMECC 03.08-A (plastic,concrete, ceramics,metal,etc.) Stability (respirometry) mg CO2-C per g TS per day N/A TMECC 05.08-B mg CO2-C per g OM per day Select Pathogens and (PASS/FAIL)Limits: TMECC 07.01-B weed free Salmonella<3 MPN/4 grams of TS,or Pass Fecal Coliforms,or Coliform Bacteria<1000 MPN/gram 07.02 Salmonella (PASS/FAIL) Limits(mg kg-l'dw basis): Trace Metals Arsenic (As)41, Cadmium (Cd)39, Pass TMECC 04.06 Copper(Cu)1500, Lead(Pb)300, Mercury (Hg) 17,Nickel(Ni)420, Selenium (Se) 100,Zinc(Zn)2800 Maturity(Bioassay) Percent Emergence °%,(average) N/A TMECC 05.05-A Relative Seedling (average) N/A (d) Biotic Soil Amendments (Hydraulically Applied). Soil amendments shall be a combination of natural fibers, growth stimulants, and other biologically active material designed to improve seed germination and vegetation establishment 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 ATTACHMENT A July 9, 2020 6 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING bags will be rejected. Biotic soil amendments shall be stored in locations not exceeding 80 °F. Acceptance of material shall be subject to the requirements of the Department's Approved Product List(APL). The application rate of the biotic soil amendments shall be in accordance with the rates shown on the plans. Use of mulch tackifier(Plantago Insularis or pre-gelatinized corn starch polymer)shall be in accordance with Section 213. It shall be used as a wetting agent at a rate of 30 pounds per acre. Biotic soil amendments shall provide a continuous and uniform cover and shall consist of one of the components in Table 212-8 and all of the performance and physical properties in Table 212-9. Table 212-8 Required Percentage Ranges of Biotic Soil Amendments Components Units Requirement Professional grade sphagnum peat moss,professional grade reed sedge peat moss or compost that meets the %,dry weight basis >`41°fa Seal of Testing Assurance Program of the US Composting Council Mechanically processed straw consisting of weed free %, thy weight basis <57% agricultural straw, flexible flax fiber or rice hulls Table 212-9 Performance and Physical Requirements of Biotic Soil Amendments Parameters Reported as Requirement Test Method pH pH units 5.0—7.5 ASTM D1293 Moisture content %, wet weight basis 10%- 50% ASTM D 2974 Organic matter content %,dry weight basis > 85% ASTM 0586 Carbon Nitrogen Ratio Ratio C:N <38:1 ASTM E1508 Man-made inert contamination %,dry weight basis < 1.0% ASTM E729- 96(2014)or Acute Toxicity (Pass/Fail) Pass (non-toxic) EPA Method 2021.0 or EPA Method 2002.0 Vegetative Minimum >400% ASTM 7322 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 in accordance with the rates shown on the plans. Product shall conform to the parameters in Table 212-10 and Table 212-11. ATTACHMENT A July 9, 2020 7 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING Table 212-10 Screened Size Requirements for Humate Seeding Method Reported as Requirement Seeding(Native)Drill,Hydraulic and inches < 1/4 Broadcast Table 212-11 Performance and Physical Requirements of Humate Parameters Reported as Requirement Test Method Organic Matter %,dry weight basis >70% Fines(material that is finer than the No.200'(75-µm) %,dry weight basis <2% ASTM D7928 sieve) pH pH units 3.0-4.5 ASTM D1293 Acute Toxicity Pass/Fail Non Toxic ASTM 7101 or EPA Method 2021 or 2002 Hummic and Fulvic Acids %,dry weight basis >70% &L Western method; total alkali extractable Carbon Content %,dry weight basis 40%- 50% Moisture Content %,dry weight basis <20% Heavy Metal/Ash Content %,dry weight basis < 15% The Contractor shall provide a CTR with independent laboratory analysis for the required parameters in accordance with 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) ATTACHMENT A July 9,2020 8 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING Table 212-12 Physical Requirements of Endo Mycorrhizae Parameters Reported as Requirement Test Method Acute Toxicity Pass or Fail Non Toxic ASTM 7101 or EPA Method 2021 or 2002 The Contractor shall provide a CTR with independent laboratory analysis has been done on the product for the required parameters in accordance with 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. (2) For Seeding(Native)Hydraulic,the mycorrhizae product shall be provided as a fine granular(<2 mm)or powdered form(particle size less than 300 microns)that will permit complete suspension and used with hydro-seeder equipment. Application rate shall be 20 pounds per acre. (3) For Seeding(Native)Broadcast,the mycorrhizae product shall be provided as a dry free-flowing granular material, suitable for application by fertilizer spreader. Application rate shall be 20 pounds per acre. (g) 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 (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. CDOT will reject all sod that was cut more than 72 hours prior to 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 prior to application of the sod. Only sod that is accompanied by the certificate from the grower will be accepted and paid for. ATTACHMENT A July 9,2020 9 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING CONSTRUCTION REQUIREMENTS 212.03 Submittals. The Contractor shall provide the name and contact information of the seeding contractor 30 days prior to start of seeding work. The Contractor shall provide two copies of items(1)-(14) listed below to the Pre-vegetation Conference in accordance with Section 207. When the Contractor provides resubmittals to meet Contract requirements,the Region or Headquarters Landscape Architect shall be copied on all correspondence. (1) Written confirmation from the registered seed supplier,on the Contractor's letterhead,that the Contract specified seed has been secured. No substitutions of the contract specified seed will be permitted unless evidence is submitted, from one of the registered seed suppliers that the Contract specified seed is not available and will not become available during the anticipated construction period. (2) Seed vendor's"seed dealer"endorsement. (3) A copy of each seed species germination report of analysis that verifies the lot has been tested by a recognized laboratory for seed testing within 13 months prior to 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 in accordance with 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, in accordance with subsection 212.05(a). ATTACHMENT A July 9,2020 10 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING 212.04 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-14. Table 212-14 Seeding Seasons Zone Spring Seeding I Fall Seeding Areas other than the Western Slope Below 6000' Spring thaw to June 1 September 15 until consistent ground freeze 6000' - 7000' Spring thaw to June 1 September 1 until consistent ground freeze 7000' -8000' Spring thaw to July 15 August 1 until consistent ground freeze Above 8000' Spring thaw to consistent ground freeze Western Slope Below 6000' Spring thaw to May 1 August 1 until consistent ground freeze 6000' - 7000' Spring thaw to June 15 September 1 until consistent ground freeze Above 7000' Spring thaw to consistent ground freeze (1) "Spring thaw" is the earliest date in a new calendar year in which seed can be buried V2 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. Seeding accomplished outside the time periods listed above will be allowed only when the Contractor's request is approved by the Engineer in writing,with coordination from the Region Landscape Architect. If requested by the Contractor,the Contractor must agree to perform the following work at no cost to the Department: 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 the Department. 212.05 Native Seeding Methods. Areas to be seeded shall be installed in accordance with SWMP Permanent Stabilization Plan. All amendments and seeding shall be applied based on the seeding method and rates specified on the plans. The Contractor shall complete the Amendments Verification Prerequisite for each of the seeding methods described herein. This shall be done by completing a Seed and Amendment Quantities Worksheet for each work area. This worksheet shall have a list of all amendments and the seed labels for each of the areas to be worked on. The State required legal tags shall remain on the bag until opened and the seed placed in either the drill or hydraulic seeders in the presence of the Engineer. Seeding work shall not begin until written approval of the worksheet has been received from the Engineer. In determining the weight of seed required for each work area,the Contractor shall use the Pure Live Seed(PLS) weight shown on each bag of seed. Calculations based on net weight will not be accepted. The Contractor shall submit a proposed Permanent Stabilization Phasing Plan to the Engineer prior to 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 ATTACHMENT A July 9, 2020 11 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING 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 in accordance with 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 Construction Manual. Multiple seeding operations shall be anticipated, based on acceptable seeding conditions. The seeding methods to be implemented shall be one or more of the following, as shown on the plans: (a) Seeding(Native) Drill. (i) Fertilizer, Compost, Humates 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 of application specified on the plans. All competitive, non-native vegetation shall be uprooted and hauled offsite prior to spreading amendments. Prior to starting incorporation of compost and elemental sulfur,the Contractor shall receive written acceptance from the Engineer on the Seed and Amendment Quantities Worksheet. Verification Prerequisite for this method also requires documentation on the Permanent Stabilization SWMP Site Maps with the approved areas outlined, signed, and dated by the Engineer to track progress. If SWMP Site Maps are not included in the Contract,the Contractor shall use the Contract grading or roadway plan sheets. Once the Quantities Verification Prerequisite is completed for an area,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 project 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. Once incorporation of compost and elemental sulfur is approved,the Contractor shall uniformly apply fertilizer and humates on the surface of the topsoil using an agricultural spreader, as shown in the Contract documents. (ii) 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 in accordance with Section 207. Areas shall be left in a rough and uncompacted condition with a surface variance of 2 to 4 inches. (iii)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 ATTACHMENT A July 9,2020 12 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING days of seedbed preparation efforts(tilling or scarifying). If a rain event occurs that compacts or erodes the seedbed prior to 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 'A 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. (1) Measure the total width(W)of the drill seeder in feet. (2) Count the number of drill rows(N)on the seeder. (3) On drill seeders that the tire drives the seeding mechanism, measure the tire circumference(C) in feet. (4) 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 (5) Reduce the amount of tire rotations by one tenth. .90R=# Tire rotations to calibrate seeder(RCS) (6) Find the seeding rate(LBS PLS/Acre)on the Stormwater Management Plan. (7) Using the information from the seed tag, convert the PLS seed rate to a bulk seeding rate using the following equations: %PLS= (%purity(in decimal form) from seed label)x(% germination(in decimal form) from seed label) (LBS PLS/Acre)from the SWMP/% PLS =Required bulk seed per acre in LBS (8) 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 (9) 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 (10) Set the drill seeder to the correct seeding rate using the manufacturer's recommendation. (11) 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. (12) Using the scale,weigh the seed in the collection cup. (13) Adjust the drill calibration until the weight of bulk seed in the collection cup equals the CBS in LBS. ATTACHMENT A July 9, 2020 13 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING 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. If mycorrhizae is called for on the plans,the granules shall be included with the seed in the drill seeder such that the mycorrhizae is placed at or below the seed. The distance between furrows produced using the drill shall not be more than 8 inches. If rows on the drill exceed 8 inches,the Contractor shall drill the areas twice(if achievable at 30-degree angles to each other)at no additional cost to the Department. 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. 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. (i) 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 prior to spreading amendments. Under no circumstances shall the ground surface be smooth and compacted. (ii) Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. The Contractor shall assemble all materials for proposed areas to hydro-seed and review quantities with area of coverage with the Engineer as the Quantities Verification Prerequisite for this method. Prior to mixing in the tank,the Contractor shall receive written acceptance from the Engineer on the Seed and Amendment Quantities Worksheet that the correct quantities are onsite. This quantities verification prerequisite also requires documentation on the Permanent Stabilization SWMP Site Maps with the approved areas outlined, signed, and dated by the Engineer to track progress. If SWMP Site Maps were not included in the Contract, grading or roadway plan sheets shall be used. For the verification process,the Contractor shall provide the Engineer ATTACHMENT A July 9,2020 14 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING with all documentation for materials in unopened packaging. After the Quantities Verification Prerequisite has been approved,the hydro-seeder shall be filled with water to 1/3 of its required volume. Following this, water and biotic soil amendments shall be added to the hydro-seeder at a consistent rate. The ratio of water to Biotic Soil Amendments shall be in accordance with manufacturer's recommendations. Fertilizer,humates and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. The tank shall then be filled with water to the required volume. Uniform slurries shall be agitated or mixed for a minimum of ten minutes after all water and materials are in the tank. 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)as shown on the plans by 1.5 times at no additional cost to the Department. 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. An appropriate curing period shall be in accordance with manufacturer's recommendations,and shall consider forecasted weather conditions. Permanent stabilization mulching shall be accomplished within 24 hours of hydraulic application of native seed. (c) Seeding(Native) Broadcast. This method utilizes hand equipment to broadcast spread amendments and seed over prepared seedbeds. (i) 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. All competitive non-native vegetation shall be uprooted and hauled offsite prior to spreading amendments. Prior to starting incorporation,the Contractor shall receive written acceptance from the Engineer on the Seed and Amendment Quantities Worksheet that the correct quantities will be applied. The Quantities Verification Prerequisite for this method also requires documentation on the Permanent Stabilization SWMP Site Maps with the approved areas outlined, signed, and dated by the Engineer to track progress. If SWMP Site Maps are not included in the Contract, the grading or roadway plan sheets shall be used. Once the Quantities Verification Prerequisite is completed for an area,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. ATTACHMENT A July 9, 2020 15 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING (ii) 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 in accordance with 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. (iii)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 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 prior to 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 1.5 times at no additional cost to the Department. After seeding,mycorrhizae shall be evenly hand-distributed across the area. Seed and mycorrhizae shall be covered by hand raking and covering with '/4 to 'h 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. 212.06 Seeding (Temporary). Areas of topsoil shall be seeded with annual grasses in accordance with SWMP Interim Site Maps or as directed by the Engineer. 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 in accordance with 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 1.5 times for hydraulic and broadcast methods at no additional cost to the Department. Seed shall meet the requirements of 212.02(a)and shall be selected from Table 212-1 based on the application time. Table 212-1 Temporary Seed Mixes Seeding Rates Planting Common Name Botanical Name Application Time (LBS PLS/Acre) Depth(inches) oats Av nasaliva .. October°I -May 1. 35 1 -2, . Foxtail Millet Setaria italica May 2 - September 30 30 1/2 - 3/4 ATTACHMENT A July 9, 2020 16 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING 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 in accordance with subsection 212.03. (a) Fertilizing and Soil Conditioning. The first application of fertilizer, soil conditioner,or both shall be incorporated into the soil immediately prior to seeding,and shall consist of a soil conditioner,commercial fertilizer, or both as designated in the Contract. Fertilizer called for on the plans shall be worked into the top 4 inches of soil at the rate specified in the Contract. Biological nutrient,culture, or humate based material called for on the plans shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. The second application of fertilizer shall consist of a fertilizer having an available nutrient analysis of 20-10-5 applied at the rate of 100 pounds per acre. It shall be uniformly broadcast over the seeded area three weeks after germination or emergence. The area shall then be thoroughly soaked with water to a depth of 1 inch. Fertilizer shall not be applied when the application will damage the new lawn. (b) Seedbed Preparation. In preparation of seeding lawn grass, irregularities in the ground surface, except the saucers for trees and shrubs, shall be removed. Measures shall be taken to prevent the formation of low places and pockets where water will stand. Immediately prior to 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. Prior to laying sod,the 4 inches of subsoil underlying the sod shall be treated by tilling in fertilizer, compost, or humates as specified on the plans. 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. Prior to 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-'/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. ATTACHMENT A July 9, 2020 17 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING,AND SODDING METHOD OF MEASUREMENT 212.09 The quantities of lawn seeding and the three native seeding types will not be measured but shall be the quantities designated in the Contract, except that measurements will be made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. The quantity of sod will be by the actual number of square feet, including soil preparation, water, fertilizer, and sod, completed and accepted. Organic Fertilizer, Compost(Mechanically Applied), Humates,Mycorrhizae soil amendments for Seeding (Native)methods drill,hydraulic, and broadcast will be measured by the actual quantity of material applied and accepted. Measurement for acres will be by slope distances. 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 Organic Fertilizer Pound Compost(Mechanically Applied) Cubic Yard Biotic Soil Amendments(Hydraulic Applied) Pound Humate Pound Mycorrhizae Mak Pound Elemental Sulfur Pound Seeding(Native)Drill Acre Seeding(Native)Hydraulic Acre Seeding(Native)Broadcast ,EM - Acre ANIU Seeding(Wetland)Drill Acre Seeding(Wetland)Hydraulic n.. Acre MEL Seeding(Wetland) Broadcast Acre Seeding(Temporary) ' Acre = ; Seeding(Lawn) Acre Sod _ _ Square Foot ,. ':., 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. No payment will be made for areas seeded using one of the seeding methods without receiving signed Seed and Amendment Quantities Worksheet from the Engineer. ATTACHMENT A July 9,2020 18 REVISION OF SECTION 212 SOIL AMENDMENTS, SEEDING, AND SODDING Additional seedbed preparation prior to 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 prior to spreading amendments will not be measured and paid for separately but shall be included in the work. ATTACHMENT A Section 250 of the Standard Specifications is hereby revised for this project as follows: In the 2nd paragraph in Subsection 250.03 (c), revise as follows: The Contractor shall submit a signed (or electronically sealed when HSO is a Professional Engineer) electronic HASP to the Engineer for acceptance. The Engineer shall have seven days to review and accept or reject the proposed HASP. Within five days after acceptance, the HSO shall distribute the accepted HASP to each emergency response agency servicing the project area, the HASP designated emergency hospital, and the Engineer. Earth or demolition work shall not occur until after the HASP is accepted and distributed. The HASP shall also be available to the Contractor's employees, their representatives, officials of OSHA, EPA, Colorado Department of Public Health and Environment(CDPHE), local government health department, Federal Highway Administration, and as determined by the Engineer. The Engineer will distribute the accepted HASP to appropriate Department personnel. The HSO shall revise and update the HASP as warranted by changes in the field conditions. ATTACHMENT A October 1, 2019 REVISION OF SECTION 401 COMPOSITION OF MIXTURES-VOIDS ACCEPTANCE Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(a) shall include the following: On projects with voids acceptance of hot mix asphalt, mix designs based on a theoretical rejection of baghouse fines may be used when necessary to meet CDOT mix design requirements if the following additional requirements are met. Written approval for use of theoretical rejection of baghouse fines mixture design shall be obtained before production of project material. (1) Price adjustment for the hot mix asphalt shall be made based on voids acceptance criteria as prescribed in the latest version of the Standard Special Provision, Revision of Sections 105 and 106, Conformity to the Contract of Hot Mix Asphalt(Voids Acceptance). All costs associated with theoretical rejection of baghouse fines mix design, production, and acceptance shall be at the Contractor's expense. The Contractor shall submit a separate Quality Control (QC) plan for handling the rejection of baghouse fines. The plan shall identify the plan, equipment, and procedures that will be used for the rejection of baghouse fines. The plan shall include detailed information on baghouse control systems and actual data demonstrating consistent system functionality. The QC plan shall be approved in writing prior to production. (2) The Contractor shall demonstrate that the material can be produced in accordance with one of the two procedures listed below. The Contractor shall supply project aggregate material for use in establishing acceptance testing equipment correction factors. Aggregate samples that have been produced according to CP-L 5117 to represent plant-produced material shall be provided by the mix design lab. (i) The Contractor shall produce a minimum of 3000 tons of material. This material shall be placed on non thru lanes or offsite in locations approved by the Engineer. A minimum of 3 samples will be tested for AC content, air voids and VMA. QL's for each element will be determined in accordance with the contract documents. If the QL is equal to or greater than 65 for VMA and Asphalt Cement Content and the QL for the element of air voids is equal to or greater than 70, full production may commence. This material may be considered a separate process, and price adjustment will be in accordance with subsection 105.05 or; (ii) The Contractor shall construct a 500-ton test strip on the main line on the project. Tonnage other than 500 tons may be produced only if approved. 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 QL's are calculated. If the QL is equal to or greater than 65 for VMA and Asphalt Cement Content and the QL for the element of air voids is equal to or greater than 70, full production may commence. If the TQL 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 the Contractor's expense. ATTACHMENT A Section 412 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 412.13 (b)2. and replace it with the following: Transverse Weakened Plane. Joints. When dowel bars are specified in the Contract, they shall be installed within the tolerances and of the size, grade, and spacing specified. Dowel bars shall be furnished in a rigid welded assembly or placed by a dowel bar insertion (DBI) machine. The center of the dowel assembly or the insertion location shall be marked on both sides of the pavement slab for reference in sawing the joint. When a DBI is used, the Contractor shall submit details and specifications of the proposed slip-form paver and DBI to the Engineer a minimum of 14 calendar days prior to the Concrete Pavement Pre- Paving Conference. The Contractor shall detail his methodology for ensuring correct marking of dowel bar insertion points and correct sawing of the joints. The Contractor shall ensure that the slip-form paver is compatible with the DBI. When a rigid assembly (dowel basket) is used, the rigid assembly shall be fabricated from number 1/0 wire or heavier with vertical support wires every 1 foot. The rigid assembly shall be securely fastened to the subbase and constructed to firmly hold all the dowel bars at T/2 depth, parallel to each other and to the pavement grade and alignment. Horizontal support wires or shipping braces shall be non-deformed bars or wires with a diameter less than or equal to 0.307 inches (gauge 0 wire). The number of horizontal support wires or shipping braces shall be limited to five per rigid assembly. Shipping braces shall not be cut. The Contractor shall perform a pull test after dowel baskets are staked. The minimum staking method will be determined using the pullout test. The pullout test shall be performed on all dowel baskets placed in a test section and one dowel basket per day thereafter when the minimum staking method is used. The test section for determining staking method shall be the first 10 joints with dowel baskets for each base type. Each dowel basket in the test section shall withstand a minimum of 25 pounds of force when pulled vertically at three equally spaced locations along the length of the dowel basket frame using a fish scale, or approved equivalent. If any dowel basket moves more than 0.5 inches, a new staking method and test section will be required. The use of the MIT Scan-2 will be used for joint acceptance. Joint acceptance or rejection will be based on the Joint Map generated by the MIT Scan software. Should the joint map show missing or misaligned bars the Contractor will have the choice of either performing additional testing using a method approved by the Engineer or perform corrective measures. Colorado Procedure 79 in the CDOT Field Materials Manual will be used to determine if dowel bars are misaligned or missing. Dowels in rigid assemblies will be inspected by the Engineer prior to concrete placement for misalignment and dowel bar depth. If misalignments and/or dowel bar depths exceeding the rejection tolerances are found, the rigid assembly shall be reset and re-inspected. The MIT Scan-2 shall be used for determining the depth of dowel bars placed by a DBI. See Standard Plan M-412-1 for schematic describing the measurement of each tolerance. Joint Rejection Criteria: (1)Any joint that does not have at least three acceptable dowel bars in each wheel path. (2) Rotational Alignment: Bars with a misalignment greater than 1.5 in. (3) Longitudinal (side)shift: Bars that are not embedded at least 6 inches on each side of the joint(saw-cut). ATTACHMENT A (4) Depth: Bars within the top 3 inches of the pavement or at a depth less than the saw-cut depth. Bars within the bottom 3 inches of the pavement. Corrective Measures: The following corrective measures will be allowed for the bars or joints that are rejected. (1) Rotational misalignment. Saw-cut the misaligned bars. Joints with less than three un-cut bars in each wheel path will require the addition of dowel bars using an approved dowel bar retrofit method. (2) Longitudinal (side) Shift and missing bars. Addition of dowel bars using an approved dowel bar retrofit method. (3) Depth. Inadequate cover above the bar—saw-cut the bar and install a replacement bar using an approved dowel bar retrofit method. Inadequate cover below the bar—Addition of dowel bars using an approved dowel bar retrofit method. Retrofitted dowel bars shall not exceed the dowel bar rejection criteria. In addition to the above procedures, the Contractor may propose removal and replacement of the affected slabs. The Contractor shall submit his method of repair to the Engineer for approval. The Contractor shall demonstrate his ability to place dowel bars in conformance with the specifications by placement of a test section. The test section shall be a minimum of 300 feet in length. Upon completion of the test section, the Contractor shall shut down paving operations. During the shutdown period, the Contractor shall evaluate all joints in the test section using the MIT-Scan-2 and CP-79 and submit the results to the Engineer. Paving operations shall not be restarted until the Engineer approves the test section results. The test section will be found acceptable if 100% of the joints are found to be acceptable. All unacceptable joints must be addressed using the above corrective measures. The Contractor may continue paving at his own risk before the test section evaluation is complete. If the Project has less than 500 linear feet of pavement, the test section will not be required. If a Project does not have sections of continuous pavement greater than 45 linear feet, the test section will not be required. Upon completion of the test section(s)and for each week of production, the Contractor shall prepare an electronic report generated using MagnoProof software and submit it to the Engineer at the start of each working week during production, for the previous week's work. The reports shall show the joint map generated by the MIT-Scan-2 and the joint pass/fail rating according to CP-79 When the test section is found to be unacceptable, the Contractor shall perform corrective actions and place a second test section. If the second test section is found to be unacceptable, the Contractor shall pave no more than 500 feet per day until an acceptable test section has been achieved. Once a test section is successfully completed, Dowel Bar Placement testing frequency shall be a minimum of one location per 1,250 linear feet of each continuous lane including climbing lanes, passing lanes, acceleration and deceleration lanes and ramps. Sections greater than 45 linear feet and less than 1,250 linear feet require a minimum one of test location. Testing locations shall be determined by a random procedure so that each area has a randomly selected transverse joint location. At each location, five consecutive joints shall be tested. ATTACHMENT A Sections of continuous pavement constructed by the project less than 45 linear feet will not require Dowel Bar Placement Testing. When any joint exceeds the rejection criteria,joints shall be tested in each direction from the rejected joint, until two consecutive joints in each direction are found to be acceptable. All delays or costs associated with equipment being rejected for use by the Engineer will not be paid for by the Department, and will be considered a Non-excusable Delay in accordance with subsection 108.08 (c)2. When concrete shoulders or widenings are constructed subsequent to the driving lanes, transverse weakened plane joints shall immediately be formed in the plastic concrete of these widenings to create an extension of the existing transverse joint. This tooled joint shall be formed in such a manner that it controls the cracking and shall be sawed and sealed in accordance with the above requirements. ATTACHMENT A Section 412 of the Standard Specifications is hereby revised for this project.Delete the first paragraph of Subsection 412.15 and replace with the following: 412.15 Cold Weather Concrete Paving.The Contractor is responsible for the strength and quality of the concrete placed during cold weather. Before starting paving operations,the Contractor shall be prepared to protect the concrete from freezing.Maturity meters,to monitor and record time and pavement temperature, shall be installed at the time of placement when the air temperature is expected to fall below 40 °F during the next three days or as requested by the Engineer when the air temperature is expected to fall below 45 °F during the next three days. The Contractor shall maintain the temperature of the pavement at or above 40 °F until the pavement has attained a compressive strength of at least 2000 psi. The compressive strength of the concrete shall be determined by the use of maturity meters.Maturity meters shall be placed in three locations for each day's concrete paving operations. One maturity meter shall be placed in the final 15 feet of paving,and the two other maturity meters shall be placed at locations designated by the Engineer. The maturity meter probes shall be located on the outside edge of the slab,at least 1 foot and not more than 2 feet from the edge and at mid depth of the slab. Each maturity meter shall be capable of recording the time and temperature. The maturity meters shall remain in place until the concrete has attained a compressive strength of 2000 psi. ATTACHMENT A Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete subsections 601.01 thru 601.07 and replace with the following: 601.01 This work consists of furnishing and placing hydraulic cement concrete in accordance with these specifications and in conformity with the lines, grades and dimensions as shown on the plans or established. This work includes preparing concrete surfaces designated in the Contract and applying an approved colored Structural Concrete Coating to them. 601.02 Classification.The classes of concrete shown in Table 601-1 shall be used when specified in the Contract. Table 601-1 CONCRETE FIELD REQUIRMENTS Required Field Air Maximum Concrete Class Compressive Content. Slump2 Water/Cementitious Strength (psi) (° Range Material Ratio: (Total) B 4500 at 28 days 5-8 _ +/-2"of Form 1373 Slump wlcm on Form 13731 BZ 4000 at 28 days N/A1 6"-9" w/cm on Form 1373 D 4500 at 28 days . 5-8 +1-2"of Form 1373.Slump w/cm on Fort-64373 DT 4500 at 28 days 5—8 +/-2" of Form 1373 Slump w/cm on Form 1373 G 4500 at 28 days 5—8 +/-2" of Form 1373 Slump w/cm on Form 1373 PS(Girders) . 8500 at 28 days , N/A, 9"maximum 0.45 PS(Deck Panels) 6000 at 28 days N/A1 9" maximum 0.45 P . 4500 at 28 days 4 78' +/ of Form 1373 Stump w/cm ort Form 1373 S35 5000 at 28 days 5—8 +/-2"of Form 1373 Slump w/cm on Form 1373 S40 5300 at 28 days 5=$ +/ 2"of Form"1373 Stump Wan on Form '1373 S50 7250 at 28 days 5—8 +/-2" of Form 1373 Slump w/cm on Form 1373 Shotcrete 4500 at 28 days 7-10 NSA 0,45 1 5-8%when specified 2 Slump shall be a maximum of 9.0 inches for all classes of concrete. Concrete may have a slump above 9.0 inches when designed as Self Consolidating Concrete (SCC). The requirements for slump flow, blocking assessment, and segregation shall apply. 3 Prior to pumping for wet process. ATTACHMENT A Class B concrete is an air entrained concrete for general use. Class D, G or P concrete may be substituted for Class B concrete. Additional requirements are: (1) The coarse aggregate shall have a nominal maximum size of 1% inches or smaller. (2) Class B Concrete for Slope and Ditch Paving shall be macro-fiber reinforced. Class BZ concrete is concrete for drilled shafts. Additional requirements are: (1) Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5 to 8 percent. (2) Slump shall be a minimum of 6 inches and a maximum of 9 inches. A minimum slump of 6 inches shall be maintained during the anticipated pour period. The use of retarders and hydration stabilizers are allowed to extend the slump life of the concrete. When the Contractor elects to use SCC, the slump requirement for Class BZ Concrete does not apply. (3) The coarse aggregate size shall be AASHTO M43 size#8 unless otherwise approved by the Engineer. (4) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (5) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. Class D concrete is a denser general use concrete. Class G may be substituted for Class D concrete. Additional requirements are: (1) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (2) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (3) The mix may use an optimized gradation (OG)with a nominal maximum aggregate size of at least% inch. (4) The mix shall have a nominal maximum aggregate size of at least' inch if an OG is not used. (5) When used in slip forming, an edge slump less than 6 mm (0.25 in.)and less than 30 percent surface voids (ranking of 2 or less) is required. The box test is described in CP 63. (6) Class D Concrete for sidewalks on bridge decks and bridge rail shall be macro-fiber reinforced. Class DT concrete is used for bridge deck resurfacing. Additional requirements are: (1) The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. (2) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (3) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. Class G concrete is a low shrinkage macro fiber-reinforced concrete. Additional requirements are: (1) The concrete mix shall include approved macro or hybrid polyolefin fibers at a minimum dosage of 4 Ibs/cy or the minimum dosage specified on the Department's Approved Product List(APL), whichever is greater. ATTACHMENT A (2) Shrinkage reducing admixtures may be incorporated into the mix. (3) The unrestrained shrinkage shall not exceed 0.030 percent at 28 days when tested by CP-L 4103. (4) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kit-cm at 28 days using AASHTO T358. (5) The mix may use an OG with a nominal maximum aggregate size of at least'/ inch. The mix shall have a nominal maximum aggregate size of 3/ inch if an OG is not used. (6) An expansive cement additive may be added to an ASTM C150 Type I/II cement and fly ash to produce an ASTM C845 Type K cement. The proportion of the expansive cement additive will be determined by testing the cementitious material blend in accordance with ASTM C806. The blended material shall have an expansion of 0.04 to 0.10 percent at 7 days when tested in accordance with ASTM C806. When an expansive cement is used, the w/cm ratio shall be 0.45 to 0.55 and the expansion of the laboratory trial mix shall be 0.05 to 0.09 percent at 7 days when tested in accordance with ASTM C878. Class P concrete is used in pavements. Additional requirements are: (1) The Required Field Flexural Strength shall be 650 psi. (2) The concrete mix shall) consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. (3) The mix may use an OG with a nominal maximum aggregate size of at least% inch. (4) ASTM C150 Type III and ASTM C1157 Type HE cements may be used for early opening. (5) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (6) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (7) When concrete is to be placed using a paver, an edge slump less than 6 mm (0.25 in.) and less than 30 percent surface voids (ranking of 2 or less) is required. The box test is described in CP 63. (8) A minimum of 20 percent Class F fly ash or 30 percent Slag cement by weight shall be used to replace any ASTM C150 cement, any ASTM C1157 cement, or ASTM C595 Type IL cement. ASTM C595 Type IT(MS), IT(HS), IP(MS) or IP(HS) cements may be used without cement substitutions. Class C fly ash may be used if the calcium oxychloride is determined to be less than 15 g CaOXY/100 g cementitious paste as determined in accordance with AASHTO T 365 for Class 0 Sulfate Exposure. Class PS Class PS concrete is used for prestressed concrete members. Requirements for Class PS concrete are specified in subsection 618.11. ASTM C150 Type III and ASTM C1157 Type HE cements may be used. Class S35, S40, and S50 concretes are dense high strength concretes. Additional requirements are: (1) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. (2) When placed in a bridge deck, the mix shall have a nominal maximum aggregate size of at least% inch. (3) The mixes may use an OG with a nominal maximum aggregate size of at least 3/4 inch. (4) For S35 and S40 concretes, the unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (5) For S50 concretes, the unrestrained shrinkage shall not exceed 0.040 percent at 28 days when tested by CP- L 4103. ATTACHMENT A (6) For S35 and S40 concretes, the mix shall either have a permeability not exceeding 2,000 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 14 1<Q-cm at 28 days using AASHTO T358. (7) For S50 concrete, the mix shall either have a permeability not exceeding 1,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 18 kU-cm at 28 days using AASHTO T358. Class Shotcrete concrete is used for shotcrete applications. Additional requirements are: (1) The required air content prior to the pump for wet process applications shall be 7-10 percent. (2) Additional requirements are listed in subsection 641.02. The Contractor may design Class B, Class BZ, Class D, Class G, Class PS, Class S35, Class S40, and Class S50 concrete to be Self Consolidating Concrete (SCC)with the following requirements: (1) SCC shall have a slump flow of 20 to 26 inches when tested in accordance with ASTM C1611 using an inverted slump cone. (2) SCC shall have a maximum blocking assessment of 2.0 inches when tested in accordance with ASTM C1621. (3) SCC shall have a maximum static segregation of 10 percent when tested in accordance with ASTM C1610. MATERIALS 601.03 Materials shall meet the requirements specified in the following subsections: Fine Aggregate 703.01 Coarse Aggregate 703.02 Portland Cement 701.01 ry Fly Ash _ 701.02 Silica Fume _ 701.03 Water 712.01 -14 Air Entraining Admixtures 711.02 07H,..,:::.;3/44.-;;;M;-,4401, -L, Pigments and Admixtures 711.03 Curing Materials 1_ ! 711.01 , Preformed Joint Material 705.01 V. Reinforcing Steel 709.01 rtaztr Bearing Materials 705.06 Epoxy 712.10 Structural Concrete Coating 708.08 High-reactivity Pozzolans 701.04 Slag Cement 701.05 Pozzolans shall consist of fly ash, silica fume, and high-reactivity pozzolan. Prestressing steel shall meet the requirements of subsection 714.01 except as noted on the plans. Calcium Chloride shall not be used in reinforced concrete. Calcium Chloride shall be used in non-reinforced concrete only when specified. ATTACHMENT A Where Fiber-Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved polyolefin fibers. Unless otherwise specified, a minimum of 1.5 pounds or the manufacturer's recommended dose per cubic yard of polyolefin fiber reinforcement shall be evenly distributed into the mix. Mixing shall be as recommended by the manufacturer such that the fibers do not ball up. Polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. Where Macro Fiber-Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved macro or hybrid polyolefin fibers at a minimum dosage of 4 Ib/cy or the minimum dosage specified on the APL, whichever is greater. The dosage of the fiber may be reduced if trial mix data shows a minimum residual strength of 150 psi as determined in accordance with ASTM C1609 using a load support apparatus compliant with the requirements of ASTM C1812, "Standard Practice for Design of Journal Bearing Supports to be Used in Fiber Reinforced Concrete Beam Tests." Mixing shall be as recommended by the manufacturer such that the fibers are evenly distributed in the mix and do not ball up. Macro or hybrid polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured according to the requirements of the specified Sulfate Exposure Class. The sulfate exposure class for all concrete except Class PS shall be Class 2 unless otherwise specified on the plans. The sulfate exposure class for Class PS shall be Class 0. The requirements for a higher sulfate exposure class may be used for lower sulfate exposure classes. The Contractor may request to test the soil and water at a structure location to change the sulfate exposure class. Testing and sampling of the location shall be at a frequency approved by the Engineer, in consultation with the Region Materials Engineer. If the Contractor provided test reports that show another class of exposure exists at a structure location, the Engineer may accept a concrete mix for that location at the changed sulfate exposure class. Cementitious material requirements for each Sulfate Exposure Class are as follows: Class 0 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: . .. (1) ASTM C150 Type I, II, Ill or V (2) ASTM C595 Type IL, IP, IP(MS), IP(HS) or IT (3) ASTM C1157 Type GU, HE, MS or HS Class 1 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following (1) ASTM C150 Type II or V (2) ASTM C595 Type IP(MS) or IP(HS) (3) ASTM C1157 Type MS or HS (4) ASTM C150 Type III. Type III shall have no more than 8 percent C3A. (5) ASTM C595 Type IL(MS), IL(HS), IT(MS) or(HS) Class 2 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the (1) ASTM C150 Type V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight ATTACHMENT A (2) ASTM C150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C452. (3) ASTM C1157 Type HS (4) ASTM C150 Type II, III, or V plus High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (5) ASTM C1157 Type HE or MS plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (6) A blend of portland cement meeting ASTM C150 Type II or III with a minimum of 20 percent Class F fly ash or slag cement by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (7) ASTM C595 Type IP(HS), IL(HS) or IT(HS). Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for Type IL cement. (8) ASTM C595 Type IL(MS) or IT(MS) plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 Class 3 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.40 and one of the following: (1) A blend of portland cement meeting ASTM C150 Type II, III, or V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (2) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for cement. (3) ASTM C1157 Type HE, MS or HS plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (4) ASTM C150 Type II, Ill, or V plus High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (5) ASTM C595 Type IL(MS) or IT(MS) plus High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (6) ASTM C595 Type IP(HS), IL(HS), or IT(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for Type IL cement. (7) ASTM C595 Type IL with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (8) ASTM C150 Type I, II, Ill, or V plus a minimum of 20 percent Class F fly ash when the R factor of the fly ash is less than 0.75. R factor is determined using the following from the chemical composition of the fly ash: CaO-5 R = Fe2O3 ASTM C150 Type III and ASTM C1157 Type HE cements may only be used in Class P or PS Concrete when approved by the Engineer. ATTACHMENT A Class C fly ash shall not be substituted for cement when Class 1, 2, or 3 sulfate resistance/exposure class is specified. The maximum Water/Cementitious Material Ratio may be exceeded when an expansive cement additive is used. When fly ash or high-reactivity pozzolan is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, shall be the same source, and shall have a calcium oxide content no more than 2.0 percent greater than the fly ash or high-reactivity pozzolan tested according to ASTM C1012. ASTM C1012 test results are acceptable for up to two years from the completion date of the test. Table 601-2 Water-Soluble Sulfate(SO4) Sulfate Sulfate(SO4) in Exposure ' pp in Water m Dry Soil, (%) Class 0.00 to 0.10 0 to 150 Class 0 0.11 to 0.20 151 to 1,500 Class 1 0.21 to 2.00 1,501 to 10,000 Class 2 2.01 or greater 10 or Class 3 great er CONSTRUCTION REQUIREMENTS 601.05 Mix Design Submittal Requirements. The Contractor shall submit a Concrete mix design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete mix design has been approved by the Engineer. The Concrete mix design will be reviewed following the procedures of CP 62. The Concrete mix design will not be approved when the laboratory trial mix data or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all ingredients including cements, pozzolans, aggregates, fibers, pigments, water, additives and the water to cementitious material ratio (w/cm). When determining the w/cm, the weight of cementitious material (cm) shall be the sum of the weights of the cement, slag cement, fly ash, silica fume, and high-reactivity pozzolan. Water from dosages of admixtures greater than 10 ounces per 100 pounds of cementitious materials shall be included in the calculation of w/cm. The laboratory trial mix data shall include results of the following: (1) AASHTO T 119 (ASTM C143) Slump of Hydraulic Cement Concrete, except when the concrete is SCC (2) AASHTO T 121 (ASTM C138)Weight per Cubic Foot, Yield, and Air Content(Gravimetric) of Concrete (3) AASHTO T 152 (ASTM C231)Air Content of Freshly Mixed Concrete by the Pressure Method (4) ASTM C39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. (5) Class P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. The lab trial mix shall produce a flexural strength at 28 days of at least 650 psi. (6) Concrete with an OG shall indicate the gradation of the blended aggregates. Optimized gradations shall be developed by an approved mix design technique such as Tarantula Curve, Shilstone, or KU mix. (7) SCC concrete shall include ASTM C1611 Standard Test Method for Slump Flow of Self-Consolidating Concrete. Slump flow shall be measured using an inverted slump cone. ATTACHMENT A (8) SCC concrete shall include ASTM C1621 Standard Test Method for Passing Ability of Self-Consolidating Concrete by J-Ring. (9) SCC concrete shall include ASTM C1610 Standard Test Method for Static Segregation of Self-Consolidating Concrete Using Column Technique. (10)When concrete is to be placed using a paver, the edge slump and surface voids shall be reported in accordance with CP 63. Prior to placement of accelerated Class P Concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. Except for Class PS concrete, the laboratory trial mix must produce an average compressive strength of at least the required field compressive strength specified in Table 601-1. For Class PS concrete, the laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, the trial mix shall be run with the required air content. The laboratory trial mix shall have a relative yield of 0.99 to 1.02. Aggregate data shall include the results of the following: (1) AASHTO T 11 (ASTM C117) Materials Finer Than 75 urn (No. 200) Sieve in Mineral Aggregates by Washing (2) AASHTO T 19 (ASTM C29) Unit Weight and Voids in Aggregate (3) AASHTO T 21 (ASTM C40) Organic Impurities in Fine Aggregate for Concrete (4) AASHTO T 27 (ASTM C136) Sieve Analysis of Fine and Coarse Aggregates (5) AASHTO T 84 (ASTM C128) Specific Gravity and Absorption of Fine Aggregate (6) AASHTO T 85 (ASTM C127) Specific Gravity and Absorption of Coarse Aggregate (7) AASHTO T 96 (ASTM C131) Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (8) AASHTO T 104 (ASTM C88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate (9) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test (10)ASTM C535 Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (11)ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates(Accelerated Mortar-Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results. Aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates, cement and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. ATTACHMENT A For all concrete mix designs with ASTM C150 and ASTM C595 Type IL cements, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS), or IT cements: fly ash or high-reactivity pozzolan shall not be substituted for cement. For all concrete mix designs with ASTM C595 IT cements, slag cement shall not be substituted for cement. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS)cements, when slag cement is substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C1157 cements, the total pozzolan content including pozzolan in cement shall not exceed 30 percent by weight of the cementitious material content. Up to a maximum of 30 percent slag cement by weight of total cementitious material may be substituted for cement. The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high-reactivity pozzolan, silica fume, or aggregate. Adjustments to aggregate weights may be made to adjust yield if the combined gradation remains constant(+/-1 percent)or within the optimized band. When a change occurs in the source or type of approved admixtures or the addition of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change shall be approved by the Engineer prior to use. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. Approval of the concrete mix design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. Once approved for a project, the mix design may be used for the duration of the project. 601.06 Batching Measuring and batching of materials shall be done in accordance with AASHTO M 157 (ASTM C94). The Contractor shall furnish a batch ticket(delivery ticket)with each load for all classes of concrete. Concrete delivered without a batch ticket containing complete information as specified shall be rejected. The Contractor shall collect and complete the batch ticket at the placement site and deliver all batch tickets to the Engineer on a daily basis. The Engineer shall have access to the batch tickets at any time during the placement. The following information shall be provided on each batch ticket: (1) Supplier's name and date (2) Truck number (3) CDOT Project number and location (4) Concrete class designation and item number (5) Cubic yards batched (6) Time batched (7) CDOT mix design number (8) Type, brand, and amount of each admixture and pigment (9) Type, brand, and amount of cement, slag cement, fly ash, and high-reactivity pozzolan ATTACHMENT A (10)Weights of fine and coarse aggregates or combined weight when an OG is pre-blended (11)Moisture of fine and coarse aggregates or combined moisture when an OG is pre-blended (12)Gallons (Pounds) of batch water(including ice) (13)Weight of polyolefin fiber reinforcement The Contractor shall add the following information to the batch ticket at the placement site: (14)Gallons of water added by truck operator, the time the water was added, and the quantity of concrete in the truck each time water is added (15)Number of revolutions of drum at mixing speed (for truck mixed concrete) (16)Discharge time (17)Location of batch in placement (18)Water to cementitious material ratio Electronic tickets are allowed as long as CDOT has access to the batch ticket and the batch ticket can be downloaded and saved by the Engineer in PDF format before placement, at any time during placement, and until the project is accepted. (a) Hydraulic Cement, Fly Ash, High-Reactivity Pozzolan, Slag Cement and Silica Fume. All cementitious material shall be measured by mass. Supplementary cementitious materials may be weighed cumulatively with cement. Cement and other cementitious material shall be weighed on a scale and in a weigh hopper, which is separate and distinct from those used for other materials. When the quantity of cementitious material exceeds 30 percent of the full capacity of the scale, the quantity of cement and the cumulative quantity of cement plus supplementary cementitious material shall be within ±1 percent of the required mass. For small batches to a minimum of 1 cubic yard, the quantity of cement and the quantity of cement plus supplementary cementitious material used shall not be less than the required amount or more than 4 percent in excess. A fraction of a bag of cement shall not be used unless weighed. (b) Water. Mixing water shall consist of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures. The added water shall be measured by mass or volume to an accuracy of 1 percent of the required total mixing water. Added ice shall be measured by weight. In the case of truck mixers, wash water retained in the drum for use in the next batch of concrete shall be accurately measured or shall be discharged prior to loading the next batch of concrete. Total water(including any wash water)shall be measured or weighed to an accuracy of±3 percent. (c) Aggregates. Aggregates from different sources and of different gradings shall not be stockpiled together. Aggregate shall be handled from stockpiles or other sources to the batching plant in such manner as to secure a uniform grading of the material. Aggregates that have become segregated, or mixed with earth or foreign material, shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipment requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. In case the aggregates contain high or non-uniform moisture content, storage or stockpile period in excess of 12 hours may be required. Aggregate shall be measured by mass. The quantity of aggregate used in any batch of concrete as indicated by the scale shall be within ±2 percent of the required mass when weighed in individual weigh batchers. In a cumulative aggregate weigh batcher, the cumulative mass after each successive weighing shall be within ±1 percent of the required cumulative amount when the scale is used in excess of 30 percent of its capacity. For cumulative mass for less than 30 percent of scale capacity, the tolerance shall be±0.3 percent of scale capacity or±3 percent of the required cumulative mass, whichever is less. ATTACHMENT A (d) Bins and Scales. The batching plant may include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. A bin, hopper, and scale for cementitious material shall be included. A single weighing hopper with an accumulative scale will be permitted, provided a separate scale is used for weighing cementitious material. Scales shall meet the requirements of subsection 109.01. 601.07 Mixing. Mixing of materials shall be done in accordance with AASHTO M 157 (ASTM C94). Concrete shall be mixed in stationary mixers, in a central-mix plant, in truck mixers, or in self-contained mobile mixers. Mixing time shall be measured from the time all materials, except water, are in the drum. Admixtures listed in the mix design, or admixtures approved in accordance with subsection 601.04, and water may be added at the project. (a) Mixing General. Concrete shall be deposited in place within 90 minutes after batching when concrete is delivered in truck mixers or agitating trucks, and within 60 minutes when delivered in non-agitating trucks. The 90 minute time limit for mixer or agitating trucks may be extended to 120 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. The 90 minute time limit for mixer or agitating trucks may be extended to 180 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. (3) The approved concrete mix contains an approved retarding admixture. The 90 minute time limit for mixer or agitating trucks may be extended longer than 180 minutes if: (1) An Extended Set Control Admixture (ESCA) is added at the time of batching. Procedures and doses shall be in accordance with manufacturer's recommendations. The ESCA shall be on the approved products list. (2) The concrete temperature prior to placement is less than 90 °F. (3) Each load of concrete shall be sampled and tested by the Contractor for air content according to CP 61. (4) The Department will cast three additional acceptance cylinders. If the acceptance cylinders tested at 28 days do not meet design strength, the additional cylinders will be tested at 56 days for acceptance. (b) Central-Mixed Concrete. Concrete that is mixed completely in a stationary mixer and transported to the point of delivery either in a truck agitator or a truck mixer operating at agitating speed, or in non-agitating equipment approved by the Engineer, shall conform to the following: (1) The mixing time shall be counted from the time all the solid materials are in the drum. (2) The batch shall be so charged into the mixer so that some water will enter in advance of the cement and aggregate. (3) All water shall be in the drum by the end of the first one fourth of the specified mixing time. (4) The volume of concrete mixed per batch may exceed the mixer's nominal capacity, as shown on the manufacturer's standard rating plate on the mixer, by up to 10 percent provided concrete test data for ATTACHMENT A strength, segregation, and uniform consistency are satisfactory, and provided spillage of concrete does not occur. (5) Where no mixer uniformity tests are made, the acceptable mixing time for mixers having capacities of 1 cubic yard or less shall be not less than 1 minute. For mixers of greater capacity, this minimum shall be increased 15 seconds for each cubic yard or fraction thereof of additional capacity. Uniformity testing shall be in accordance with AASHTO M157 (ASTM C94). (c) Truck Mixing. Truck mixed concrete shall conform with one of the following: (1) Concrete that is completely mixed in a truck mixer shall be mixed 70 to 100 revolutions at the mixing speed to produce uniform concrete. Concrete uniformity tests shall be made in accordance with AASHTO M157 (ASTM C94). Additional revolutions of the mixer beyond the number found to produce the required uniformity of concrete shall be at a designated agitating speed. (2) For concrete that is partially mixed in a stationary mixer, and then mixed completely in a truck mixer (shrink mixed concrete), the time of partial mixing shall be the minimum required to intermingle the ingredients. After transfer to a truck mixer, it shall be mixed at a speed to produce uniform concrete. Concrete uniformity tests shall be made in accordance with AASHTO M157 (ASTM C94). Additional revolutions of the mixer beyond the number found to produce the required uniformity of concrete shall be at a designated agitating speed. (3) Concrete mixed entirely in a stationary mixer and delivered to the job in a truck mixer shall be remixed for a minimum of 20 revolutions of the mixing drum at mixing speed at the job site prior to discharge. When water is added at the delivery site to control the consistency of the concrete, the concrete shall be mixed for at least 30 revolutions of the mixer drum at mixing speed for each addition of water before discharge. These revolutions are in addition to the minimum revolutions required for mixing at the delivery site. The added water shall not cause the w/cm ratio to exceed the approved mix design w/cm ratio. Water from all sources shall be documented by the Contractor on the delivery slip for each load of concrete. The Contractor shall provide a Concrete Truck Mixer Certification. This certification shall show the various pick-up and throw-over configurations and wear marks so that the wear on the blades can be checked. Blades shall be replaced when any part or section is worn 1 inch or more below the original height of the manufacturer's design. A copy of the manufacturer's design, showing the dimensions and arrangement of blades, shall be available to the Engineer at all times. The Contractor shall furnish a water-measuring device in good working condition, mounted on each transit mix truck, for measuring the water added to the mix after the truck has left the charging plant. Each measuring device shall be equipped with an easy-to-read gauge. Water shall be measured to an accuracy of ±3 percent. (d) Self Contained Mobile Mixer. Proportioning and mixing equipment shall be of the self-contained, mobile, continuous mixing type in accordance with ASTM C685 and subject to the following: (1) The mixer shall be self-propelled and capable of carrying sufficient unmixed dry, bulk cementitious materials, fine aggregate, coarse aggregate, admixtures, and water to produce on the site at least 6 cubic yards of concrete. The mixer shall have one bin for each size aggregate. (2) The mixer shall be capable of positive measurement of cementitious materials being introduced into the mix. A recording meter visible at all times and equipped with a ticket printout shall indicate the quantity of total concrete mix. (3) The mixer shall provide positive control of the flow of water into the mixing chamber. Water flow shall be indicated by flow meter and be readily adjustable to provide for minor variations in the aggregate moisture. ATTACHMENT A (4) The mixer shall be capable of calibration to automatically proportion and blend all components of indicated composition on a continuous or intermittent basis as required by the finishing operation, and shall discharge mixed material through a conventional chute directly in front of the finishing machine. (5) The Contractor shall perform calibration tests according to the equipment manufacturer's recommendations at the beginning of each project, and when there is a change in the mix design proportions or source of materials. The Engineer may require a calibration test or yield check when a change in the characteristics of the mixture is observed. The tolerances in proportioning the various ingredients shall be according to ASTM C685. Subsection 601.09(h) shall include the following: When ESCAs are used, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. In subsection 601.12(g) delete the fifth paragraph and replace with the following: When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yards of concrete shall be pumped and discarded to prime the pump. Water or admixtures shall not be added directly into the concrete pump hopper after placement has commenced. If water or admixtures are added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump shall be re-primed at the Contractor's expense. In subsection 601.15 delete the second paragraph and replace with the following: A Pre-placement Conference shall be held at a time mutually agreed upon before the initial placement of bridge deck concrete. Representatives of the ready mix producer and the Contractor shall meet with the Engineer to discuss the following topics: Delete subsection 601.15(a) and replace with the following: (a) Surface Preparation. Tops of girders, precast deck panels, pier caps, and abutments that will come into contact with bridge deck concrete shall be heated to raise the temperature above 35 °F prior to concrete placement. The proposed preheating method is subject to approval by the Engineer. Delete subsection 601.15(b). In subsection 601.15(c)delete paragraphs 3 through 8. In subsection 601.16 delete paragraphs 1 to 3 and replace with the following: The minimum curing period shall be 120 hours. The concrete surface shall be kept moist at all times by fogging with an approved atomizing nozzle or applying a monomolecular film coating to retard evaporation until the curing material is in place. Concrete bridge decks, including bridge curbs and bridge sidewalks, shall be cured as follows: Delete subsection 601.16(e). Delete subsection 601.17 and replace with the following: 601.17 Acceptance and Pay Factors.These provisions apply to all concrete. The Contractor shall sample concrete for both Process Control (PC) and Owner Acceptance (OA) in accordance with CP 61. The Engineer will ATTACHMENT A witness the sampling and take possession of the OA samples at a mutually agreed upon location. The Contractor shall be responsible for Process Control (PC)testing for concrete. PC testing shall be performed at least once per day and then once per 50 cubic yards for concrete slump, unit weight, and concrete temperature. If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease and the Contractor shall present a plan to correct the relative yield to the Engineer. When SCC is used, the Contractor shall test the first load of SCC prior to placement for Slump Flow(ASTM C1611) and Blocking Assessment(ASTM C1621). The Contractor shall take a sample from the first portion of the load and complete the slump flow and blocking assessment prior to depositing any portion of the load. The tests shall not be performed more than 15 minutes prior to placement. The slump flow shall be 20 to 26 inches. The blocking assessment shall be less than or equal to 2.0 inches. The Contractor will be allowed to make adjustments to the load with admixtures. After adjustments have been made, the slump flow and blocking assessment shall be retested. Each subsequent load of SCC shall be tested for Slump Flow. If the slump flow differs from the first load by more than 2.0 inches, the load shall be adjusted to have a slump flow within 2.0 inches of the first load, or the load may be tested for Blocking Assessment(ASTM C1621). If the load is tested for and meets the requirements for Blocking Assessment(ASTM C1621), the load's slump flow will be used for the acceptance of the following loads. When concrete placement is halted for more than 15 minutes, the slump flow and blocking assessment shall be retested prior to resuming placement. When the slump flow exceeds 26 inches, the concrete may be placed if the depth of penetration is less than 11 millimeters when tested using ASTM C1712 Test Method for Static Segregation Resistance of Self-Consolidating Concrete. If a load of concrete has a slump flow greater than 26 inches and a depth of penetration less than 11 millimeters, the next load shall be tested for slump flow and blocking assessment to establish a new slump flow target. When SCC is used, subsection 601.17(b) does not apply. When SCC is used, the test methods for fabricating specimens in accordance with subsections 601.17(a) and 601.17(c) acceptance shall be modified to use ASTM C1758, Practice for Fabricating Test Specimens with SCC, for filling the test specimens with concrete. (a) Air Content. The first three batches at the beginning of each day's production shall be tested by the Contractor's PC and CDOT's OA for air content. When the PC and OA air content measurements differ by more than 0.5 percent, both the PC and OA air meters shall be checked in accordance with ASTM C231. When air content is below the specified limit, it may be adjusted in accordance with subsection 601.08. Successive batches shall be tested by the Contractor's PC and witnessed by the Engineer until three consecutive batches are within specified limits. After the first three batches, CDOT will follow the random minimum testing schedule. After the first three batches, the Contractor shall perform PC testing at a frequency of one random sample per 50 cubic yards. Air content shall not be adjusted after a CDOT OA test. At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced price using Table 601-3. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to acceptance at reduced price, no payment, or removal as determined by the Engineer. (b) Slump. Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inches. The maximum slump shall be 9.0 inches. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that exceeds the slump of the approved concrete mix design by more than 2.0 inches will be retested. If the mix design slump is exceeded by more than 2.0 inches a second time, that load will be rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load may be adjusted by adding a water reducer or by adding water(if the w/cm allows) and retested. ATTACHMENT A Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer. (c) Strength (When Specified). The concrete will be considered acceptable when the running average of three consecutive strength tests per mix design for an individual structure is equal to or greater than the specified strength and no single test falls below the specified strength by more than 500 psi. A test is defined as the average strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions prior to testing. If the compressive strength of any one test cylinder differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two test cylinders. When the average of three consecutive strength tests is below the specified strength, the individual low tests will be used to determine the pay factor in accordance with Table 601-3. If less than three strength tests are available the individual low tests, if any, will be used to determine the pay factor in accordance with Table 601-3. The pay factor will be applied to the quantity of concrete represented by the individual low test. For concrete having a specified strength of less than 4500 psi, when the compressive strength test is below the specified strength by more than 500 psi, the concrete represented will be rejected. For concrete having specified strength of 4500 psi or greater, when the compressive strength test is below the specified strength by more than 500 psi but not more than 1000 psi, the concrete represented will be evaluated by the Department for removal, corrective action, or acceptance at a reduced price. All costs of the evaluation shall be at the Contractor's expense. When the compressive strength test is below the specified strength by more than 1000 psi, the concrete represented will be rejected. The Contractor may take cores at its own expense and in accordance with Colorado Procedure 65 within 10 working days of being notified of a price reduction or up to 45 days after placement, whichever is later, to provide an alternative determination of strength. Price reduction for strength will be based on the 28 day compressive strength of acceptance cylinders or corresponding cores strength, whichever is greater. If the core compressive strength is at least 90 percent of the specified field compressive strength, the concrete represented by the cores will be accepted with no price reduction. The Engineer may use cores to determine acceptance or rejection of a part of the structure instead of acceptance cylinders. The Engineer will notify the Contractor in writing that CDOT will core the structure. The location of the coring will be directed by the Engineer. Coring and testing will be performed at the expense of the Department regardless of the result. Cores will be taken and tested in accordance with AASHTO T24 between 28 days and 45 days after concrete placement. Cores will be a minimum of 4 inches in diameter, unless otherwise approved by the Engineer. A minimum of three cores in a two square foot area will be obtained for locations of the structure that are suspect. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. If the average core compressive strength is greater than or equal to 85 percent of the specified 28 day compressive strength, the concrete represented by the cores will be accepted. If the average core compressive strength is less than 85 percent of the specified 28 day compressive strength, the structure will be evaluated by the Department according to subsection 105.03 for removal and replacement. Pay factors will not be based on cores taken by the Engineer. If the concrete represented by the cores is accepted, all costs associated with the repair of the core holes, including preparation and submittal of the repair method, will be measured and paid for separately. After the Department performs additional core testing as described above, the Contractor may make one request that the structure be cored by the Contractor, tested and re-evaluated by the Department within 45 days after concrete placement. Coring and testing costs will be at the expense of the Contractor regardless of the result. Cores shall be taken at the same area of the structure as those obtained by the Engineer. The Engineer will approve the location of the cores prior to the Contractor coring the structure. All costs associated with the repair of these core holes, including preparation and submittal of the repair method, will not be measured and paid for separately, but shall be included in the work. ATTACHMENT A If the concrete in the structure is found to be sufficient resulting time delays will be considered excusable. If the concrete in the structure is still found to be deficient, resulting time delays will be considered non- excusable for this evaluation. Compensation for time delays will be evaluated by the Engineer in accordance with subsection 108.08. The Contractor shall submit a proposed repair method for the core holes for approval prior to coring. The method shall use an approved non-shrink concrete patching material with a minimum compressive strength of 4500 psi. The Contractor shall submit the manufacturer's recommendations along with the repair method. The Engineer will review and approve the proposed methodology prior to patching. The Engineer will distribute electronically to the concrete supplier all compressive strength Owner Acceptance (OA) data for the concrete supplied to the project. The Engineer will distribute the OA compressive strength data within two business days of the 7 day and 28 day compressive strength testing. The data will include the compressive strength and batch ticket number at a minimum. The Contractor shall not have a valid dispute or claim as a result of any action or inaction by the Department related to the distribution of test results. (d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be determined according to Table 601-3 and shall be applied to the unit price bid for the Item. If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors. Table 601-3 PAY FACTORS Percent Total Air I Strength Deviations Below Specified Below Specified From Pay Factor Strength (psi) Pay Factor Strength (psi) Specified Air (Percent) [< 4500 psi (Percent) [≥4500 psi (Percent) Concrete] Concrete] 0.0-0.2 98 1 -100 98 1 - 100 0.3-0.4 96 101 -200 96 101 -200 0.5-0.6 92 201 -300 92 201 -300 0.7-0.8 84 301 -400 84 301 -400 0.9- 1.0 75 401 -500 75 401 -500 Over 1.0 Reject Over 500 Reject 65 501 -600 601 -700 Concrete represented by out-of-spec tests will 54 only be priced reduced with the lowest pay factor, 42 701 -800 not for each pay factor. 29 801 -900 15 901 - 1000 Reject Over 1000 (e) Bonding of Bridge Deck Overlay. After the curing period for Class DT concrete has elapsed, the overlay shall be"sounded" by the Contractor in accordance with ASTM D4580 Standard Practice for Measuring Delamination in Concrete Bridge Decks by Sounding to determine if the Class DT concrete has bonded to the bridge deck. In areas where the Class DT concrete has not bonded to the bridge deck, it shall be removed and replaced at the Contractor's expense. (f) Maturity Meter Strength. When maturity meters are specified for determining strength for removing forms, removing false work, backfilling against structures, or loading the structure, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69 prior to placement of concrete. If a maturity meter fails, is tampered with, destroyed, or was not placed, the following shall apply: ATTACHMENT A The minimum curing time or waiting time for removing forms, removing false work, backfilling against structures, or loading the structure shall be 28 days. The Contractor may choose at his own expense to core the structure represented by the maturity meter. Cores shall be obtained and tested according to CP 65. Cores shall be a minimum of 4 inches in diameter. A minimum of three cores in a two square foot area shall be obtained. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. The average compressive strength of the cores shall achieve the specified compressive strength of the structure. A structure may be cored only once. (g) Water to Cementitious Material Content(w/cm) Ratio. The maximum w/cm ratio is the ratio that was used in the laboratory trial mix for the Concrete mix design. The w/cm ratio shall be determined for each batch of concrete by the Contractor and provided to the Engineer for approval prior to placement. If an adjustment to the mix is made after the Engineer's approval, the w/cm ratio shall be determined and submitted to the Engineer prior to the continuation of placement. Concrete that is placed without the Engineer's approval shall be removed and replaced at the Contractor's expense. ATTACHMENT A Section 601 of the Standard Specifications is hereby revised for this project. In Subsection 601.05 delete the last five paragraphs and replace them with the following: The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high-reactivity pozzolan, silica fume, or aggregate. When a change occurs in the source of approved admixtures, the Contractor shall submit a letter electronically sealed by the Concrete Mix Design Engineer approving the changes to the existing mix design. The Engineer shall approve the change prior to use. The Engineer may permit the use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs when documentation includes the following: (1) The manufacturer's recommended dosage of the admixture (2) A letter approving the changes to the existing mix design electronically sealed by the Concrete Mix Design Engineer. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. When Fiber-Reinforced Concrete is specified in the Contract, polyolefin fibers may be added to an approved mix design except when Macro Fiber-Reinforced Concrete is specified. If Macro Fiber-Reinforced Concrete is specified a new trial mix will be required. When polyolefin fibers are added to an approved concrete mix design, the Contractor shall submit a letter electronically sealed by the Concrete Mix Design Engineer approving the changes. The Engineer will approve the letter prior to use. The electronically sealed letter shall include the following: (1) The mix design number, both the CDOT mix ID number and the suppliers mix ID number. (2) The brand and type of polyolefin fibers. (3) The dosage of polyolefin fibers in pounds per cubic yard. (4) Adjustment to the fine aggregate batch weight. Review and approval of the concrete mix design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. Delete Subsection 601.10 (c) 8. and replace it with the following: 8. The Contractor shall submit two sets of the fabricator's shop and erection drawings to the Engineer. The drawings shall be designed and electronically sealed by the Contractor's Engineer. The drawings will not be approved or returned to the Contractor. The drawings shall indicate the grade of steel, the physical and section properties of all permanent steel bridge deck form sheets, and attachment details. Delete Subsection 601.11 (a) and replace it with the following: (a) General. The Contractor shall be responsible for designing and constructing falsework. The Contractor's Engineer shall determine whether falsework is necessary. When the Contractor's Engineer determines falsework is unnecessary, the Contractor shall submit a written statement signed by the Contractor's Engineer so stating. The Contractor's Engineer shall prepare and electronically seal all falsework drawings including revisions, which shall meet the requirements of subsection 601.11. The Contractor shall stamp the drawings"Approved for Construction" and submit to the Engineer. The Engineer will not approve the drawings. ATTACHMENT A The Standard Special Provision issued October 4, 2019 is revised as follows: Delete subsection 601.02 Class P Items(4) &(8) and replace with the following: (4) ASTM C150 Type III cement may be used for early opening. (8) A minimum of 20 percent Class F fly ash or High Reactivity Pozzolan or 30 percent Slag cement by weight shall be used to replace any ASTM C150 cement, or ASTM C595 Type IL cement. ASTM C595 Type IT(MS), IT(HS), IP(MS) or IP(HS) cements may be used without cement substitutions. Class C fly ash may be used if the calcium oxychloride is determined to be less than 15 g CaOXY/100 g cementitious paste as determined in accordance with AASHTO T 365 for Class 0 Sulfate Exposure. Delete subsection 601.02 Class PS and replace with the following: Class PS Class PS concrete is used for prestressed concrete members. Requirements for Class PS concrete are specified in subsection 618.11. ASTM C150 Type III cement may be used. Delete subsection 601.04 and replace with the following: 601.04 Sulfate Resistance.The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured according to the requirements of the specified Sulfate Exposure Class. The sulfate exposure class for all concrete except Class PS shall be Class 2 unless otherwise specified on the plans. The sulfate exposure class for Class PS shall be Class 0. The requirements for a higher sulfate exposure class may be used for lower sulfate exposure classes. The Contractor may request to test the soil and water at a structure location to change the sulfate exposure class. Testing and sampling of the location shall be at a frequency approved by the Engineer, in consultation with the Region Materials Engineer. If the Contractor provided test reports that show another class of exposure exists at a structure location, the Engineer may accept a concrete mix for that location at the changed sulfate exposure class. Cementitious material requirements for each Sulfate Exposure Class are as follows: Class 0 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type I, II, Ill or V (2) ASTM C595 Type IL, IP, IP(MS), IP(HS) or IT (3) Class 1 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type II or V (2) ASTM C595 Type IP(MS) or IP(HS) (3) ASTM C150 Type III. Type III shall have no more than 8 percent C3A. (4) ASTM C595 Type IL(MS), IL(HS), IT(MS)or(HS) ATTACHMENT A Class 2 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight (2) ASTM C150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C452. (3) ASTM C150 Type II, Ill, or V plus High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (4) A blend of portland cement meeting ASTM C150 Type II or III with a minimum of 20 percent Class F fly ash or slag cement by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (5) ASTM C595 Type IP(HS), IL(HS)or IT(HS). Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for Type IL cement. (6) ASTM C595 Type IL(MS) or IT(MS) plus Class F fly ash, slag cement, or High-Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 Class 3 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.40 and one of the following: (1) A blend of portland cement meeting ASTM C150 Type II, III, or V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (2) (3) ASTM C150 Type II, III, or V plus High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (4) ASTM C595 Type IL(MS) or IT(MS) plus High-Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (5) ASTM C595 Type IP(HS), lL(HS), or IT(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High-Reactivity Pozzolan may be substituted for Type IL cement. (6) ASTM C595 Type IL with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (7) ASTM C150 Type I, II, III, or V or ASTM C595 Type IL plus a minimum of 20 percent Class F fly ash when the R factor of the fly ash is less than 0.75. R factor is determined using the following from the chemical composition of the fly ash: CaO-5 R _ Fez 03 ATTACHMENT A ASTM C150 Type III cements may only be used in Class P or PS Concrete when approved by the Engineer. Class C fly ash shall not be substituted for cement when Class 1, 2, or 3 sulfate resistance/exposure class is specified. The maximum Water/Cementitious Material Ratio may be exceeded when an expansive cement additive is used. When fly ash or high-reactivity pozzolan is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, shall be the same source, and shall have a calcium oxide content no more than 2.0 percent greater than the fly ash or high-reactivity pozzolan tested according to ASTM C1012. ASTM C1012 test results are acceptable for up to two years from the completion date of the test. Table 601-2 Water-Soluble Sulfate(SO4) Sulfate Sulfate(SO4) in in Water, ppm Exposure Dry Soil, (%) Class 0.00 to a.40" 0 to 150 Class 0 0.11 to 0.20 151 to 1,500 Class 1 0.21 to 2.00 1,501'to10,0Q0r ' Class2 2.01 or greater 10,001 or Class 3 greater Delete subsection 601.05, fourteenth and fifteenth paragraph and replace with the following: The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high-reactivity pozzolan, silica fume, or aggregate. Addition, removal, change of source, dosage change or type of fibers to an approved mix design shall require a new mix design. Adjustments to aggregate weights may be made to adjust yield if the combined gradation remains constant(+/-1 percent) or within the optimized band. In subsection 701.01, delete ASTM C1157 Type GU, MS & HS ATTACHMENT A DESCRIPTION 602.1 This work consists of furnishing and placing reinforcing steel in accordance with these specifications and in conformity with the plans. MATERIALS 602.2 Reinforcing steel and welded wire fabric that will be furnished either uncoated or coated shall meet the requirements of subsection 709.01. The coating material for epoxy coated reinforcing_shall be a light colored powdered epoxy resin which will highlight rusting of untreated bar areas. Reinforcing steel that requires welding shall conform to ASTM A706. Welding shall be done in accordance with ANSI/AWS D1.4. All accessories, including reinforcing steel supports,ties, and splicers used in conjunction with the reinforcing steel, shall be of the same,or compatible coating as the reinforcing utilized. Reinforcing steel not identified on the plans as epoxy coated may be supplied as epoxy coated, at the Contractor's option,at no additional cost to the Department. Epoxy coated reinforcing steel may not be substituted for Stainless, Continuous Hot dipped Galvanized,Zinc Coated(Galvanized),and Chromium reinforcing alternatives, Reinforcing alternatives such as: Stainless,Continuous Hot dipped Galvanized,Zinc Coated(Galvanized), and Chromium reinforcing may be supplied for reinforcing steel or epoxy coated reinforcing,at the Contractor's option, at no additional cost or time to the Department as approved by the Engineer. Length of lap splices for reinforcing steel shall be in accordance with AASHTO LRFD Bridge Design Specifications,unless otherwise specified. CONSTRUCTION REQUIREMENTS 602.3 Bar List. Two copies of a list of all reinforcing steel and bending diagrams shall be furnished to the Engineer at the site of the work at least one week before the placing of reinforcing steel is begun. Such lists will not be reviewed for accuracy.The Contractor shall be responsible for the accuracy of the lists and for furnishing and placing all reinforcing steel in accordance with the details shown on the plans. Bar lists and bending diagrams which are included on the plans, do not have to be furnished by the Contractor. When bar lists and bending diagrams are included on the plans,they are intended for estimating approximate quantities. The Contractor shall verify the quantity, size and shape of the bar reinforcement against those shown on the plans and make all necessary corrections before ordering. 602.4 Protection of Materials.Reinforcing steel and its coating shall be protected at all times from damage. When placed in the work,the reinforcing steel shall be free from dirt,loose mill scale,paint,oil, loose rust,or other foreign substance. 602.5 Bending.Unless otherwise permitted,all reinforcing bars shall be bent cold. Bars partially embedded in concrete shall not be field bent except as shown on plans or permitted. Bars shall not be bent or straightened in a manner that will injure the material or the coating. Should the Engineer approve the application of heat for field bending reinforcing bars, precautions shall be taken to assure that the physical properties of the steel will not be materially altered. Hooks and bends shall conform to the provisions of the AASHTO LRFD Bridge Design Specifications ATTACHMENT A Bars which are shown as"hooked"on the plans shall have"standard hooks"unless otherwise indicated. The term"standard hook"as used herein shall mean one of the following: (1) A 180-degree turn plus an extension of four bar diameters but at least 2'h inches at the free end of the bar,or (2) A 90-degree turn plus an extension of 12 bar diameters at the free end of the bar,or (3) For stirrup and tie anchorage only (i) No. 5 bar and smaller, 90-degree turn plus an extension of six bar diameters at the free end of the bar. (ii) No. 6, 7, and 8 bar,90-degree turn plus an extension of 12 bar diameters at the free end of the bar. (iii)No. 8 bar and smaller, 135-degree turn plus an extension of six bar diameters at the free end of the bar The inside diameter of bend measured on the inside of the bar, other than for stirrups and ties, shall be as follows: Bar Size Grade 60 No, 3.thru'No8 6 bar dia. No. 9,No. 10, and No. 11 8 bar dia. No. 14 and No. 18 10 bar dia. The inside diameter of bend for stirrups and ties shall not be less than four bar diameters for sizes No. 5 and smaller, and five bar diameters for No. 6 to No. 8 inclusive. Inside diameter of bend in welded wire fabric, smooth or deformed, shall not be less than four wire diameters for deformed wire larger than D6 and two wire diameters for all other wires.Bends with inside diameter of less than eight wire diameters shall not be less than four wire diameters from the nearest welded intersection. 602.6 Placing and Fastening. The minimum spacing center to center of parallel bars shall be 2%2 times the diameter of the bar.However,the clear distance between the bars shall not be less than 1'/2 times the maximum size of the coarse aggregate or 1'/2 inches,whichever is greater. Bundle bars shall be tied together at not more than 6 foot centers. All reinforcement shall have a clear coverage of 2 inches, except as shown on the plans. Clear coverage shall be measured from the surface of the concrete to the outside of the reinforcement. Reinforcement used in post-tensioned concrete shall be adjusted or relocated during the installation of prestressing ducts or tendons, as required,to provide location and planned clearances to the prestressing tendons, anchorages,jacks and equipment as approved by the Engineer. All reinforcement shall be tied at all intersections except where spacing is less than 1 foot in each direction, in which case alternate intersections shall be tied. In concrete bridge decks the upper mat of bars shall be tied to the lower mat of bars at 4 foot maximum spacing in each direction. Slab bolsters for the bottom mat and high chairs for the top mat shall each be placed at a maximum spacing of 4 feet on centers. Welding on reinforcing bars will not be permitted except as noted on the plans. Reinforcement placed in any ATTACHMENT A member shall be inspected and approved before any concrete is placed. The placing, fastening, splicing and supporting of reinforcing steel and wire mesh or bar mat reinforcement shall be in accordance with the plans and the latest edition of"CRSI Recommended Practice for Placing Reinforcing Bars."In case of discrepancy between the plans and the CRSI publication stated above,the plans shall govern. Automated tie wire devices may be used. The total cross-sectional area of the automated tie wire wrap shall roughly equal the total cross-sectional area of a manually installed tie wire wrap. The tie wire shall be epoxy coated or plastic coated for use with epoxy coated reinforcing steel. All epoxy coating on the reinforcing steel that is damaged from the use of automated tie wire devices shall be repaired at the Contractor's expense. Precast concrete blocking or other approved blocking material shall be used to support footing bars and bars in slabs on grade.All other reinforcing steel shall be supported with steel chairs or precast mortar blocks. All chairs coming in contact with forms shall be CRSI Class 1 or Class 2,Type B. The location of splices, except where shown on the plans, shall be based upon using 60 foot stock length bars for No. 6 bars and larger and 40 foot stock length bars for No.4 and No. 5 bars(this does not preclude the use of 60 foot). Minimum splice lengths are as shown on the plans. Where bars of different size are spliced together,the splice length for the smaller bar will govern. Unless otherwise shown on the plans or approved, splices in adjacent lines of reinforcing bars shall be staggered.The minimum distance between staggered splices for reinforcing bars shall be the length required for a lapped splice in the bar. Lapped splices will be permitted only at locations where the concrete section is sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar.The clearance to the surface of the concrete shall not be reduced. Reinforcing bars may be continuous at locations where splices are shown on the plans. Reinforcing bars No. 14 and No. 18 shall not be spliced by lapping,but shall be joined by butt welding in accordance with AWS D1.4 in such a way as to develop at least 125 percent of the specified yield strength of the bar in both tension and compression. Alternate systems of welding or mechanical butt splices may be submitted for approval. ATTACHMENT A METHOD OF MEASUREMENT 602.7 The weight of reinforcing steel for payment will not be measured but shall be the quantities designated in the Contract; except,measurements will be made for revisions requested by the Engineer,or for an error of plus or minus 2 percent of the total weight shown on the plans for each structure. Prospective bidders shall verify the weight of reinforcing steel before submitting a proposal. Adjustment will not be made in the weight shown on the plans,other than for approved design changes or for an error as stipulated above, even though the actual weight may deviate from the plan weight. The computed weight of coated reinforcing bars will be based on the nominal weight before application of the coating.Nominal weights for various bar sizes are shown below. Weight per Weight per Bar Size Linear Foot(in Bar Size Linear Foot in Pounds Pounds 1/4 inch 0.167 No. 8 2.670 No.3 0.376 No.9 3.400 No. 4 0.668 No. 10 4.303 No. 5` 1.043 No. 11 5.313 No. 6 1.502 No. 14 7.650 No.7 2.044 Now 18 13.600 BASIS OF PAYMENT 602.8 The accepted quantities of reinforcing steel will be paid for at the contract unit price per pound.No allowance will be made for supports,clips,wire or other material used for fastening reinforcement in place. Payment will be made under: Pay Item Pay Unit Reinforcing Steel Pound Pound Reinforcing Steel(Epoxy Coated) Pound Reinforcing Steel.(Galvanized) Pound Reinforcing Steel(Stainless) Pound Reinforcing Steel(High Performance) Found ATTACHMENT A October 1, 2019 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 shall include the following: If the Revision of Section 102 Project Plans and Other Data states 3D modeling data is available, the Contractor may choose to perform 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 manual adjustments. In subsection 625.04, delete the first paragraph and replace with the following: 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. Bid items which require stakes to be set by the Contractor's Surveyor are shown on the Surveyor Tabulation Sheet of the plans and shall be in accordance with the CDOT Survey Manual Chapter 6. If the Contractor uses 3D Engineered Surveying the following shall apply: (1) All surveying shall be based on the Primary Horizontal and Vertical Control established by the Department. (2) The Contractor shall provide construction stakes for the control points of the project centerline or Engineer approved offset line (i.e. POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual)and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. (3) Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. (4) The maximum staking interval for the project centerline shall be 500 feet on tangents and 100 feet on curves or as specified on the survey tabulation sheet. All project centerline control points as shown on the plans shall be staked. (5) Within the first week of the Contractor utilizing 3DECS, the Contractor shall check their 3DECS system and verify on writing to CDOT that the accuracy of the system complies with the contract requirements. At no cost to the Department, the Contractor shall revert to traditional surveying and disband using 3DECS should the Engineer determine the existence of contractor quality or accuracy issues related to 3DECS. Subsection 625.06 shall include the following: 3D Engineered surveying accuracy and tolerances shall be the same as the staking accuracy and tolerances stated in the CDOT Survey Manual. Subsection 625.13 shall include the following: All costs associated with 3DECS surveying will not be measured and paid for separately, but shall be included in the work. ATTACHMENT A Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 shall include the following: Adobe Sign software shall be used for electronic seals by the Contractor's Engineer, a Professional Engineer, or a Professional Land Surveyor. Electronic signatures and seals shall comply with the requirements of the Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. Delete the 2nd and 3rd paragraphs in Subsection 625.11 and replace with the following: 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 6, Section 6.1.15 including stakeout data and the raw data from the actual placement of stakes. The records shall be electronically sealed by the PLS or PE in responsible charge identified in subsection 625.01. Delete the 4th paragraph in Subsection 625.13 and replace with the following: Before final payment, the Contractor's responsible P.L.S. or P.E. shall complete and electronically seal all survey records and the Project Control Diagram (supplemental or amended). Submit the survey records and the supplemental or amended Project Control Diagram to the Engineer and the Region Survey Coordinator for review. ATTACHMENT A Section 629 of the Standard Specifications is hereby revised for this project. In Subsection 629.03 revise the fifth and sixth paragraphs with the following: 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 Acceptance. All survey records are considered property of the Department. The responsible PLS or PE identified in subsection 629.01, shall electronically seal all survey records. The electronic format shall contain the information and format as required in the Survey Manual Chapter 6, Section 6.1.15 including stakeout data and the raw data from the actual placement of the monuments. In Subsection 629.05, last(4) revise with the following: Before Survey Monumentation payment is made, the Contractor's surveyor shall submit legible electronically sealed copies of the survey records in accordance with subsection 629.03. Before final Survey Monumentation payment and prior to depositing with the county, in accordance with Title 38 CRS, Property—Real and Personal, State Board Rules and Policies, MOU, and the CDOT Survey Manual, the Contractor shall complete and electronically seal all survey records, the ROW Plans, and the Project Control Diagram (new, supplemental or amended)and submit copies the Engineer. ATTACHMENT A Section 630 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 630.08 and replace with the following: 630.08 Temporary Barrier. Temporary Barrier shall comply with the crash test requirements contained in NCHRP Report 350 (for devices manufactured prior to 2020) or MASH (acceptable for all temporary barrier). Retroreflectorization is required on all temporary barrier according to Standard Plans S-612-1 and M-606-14, and shall meet material qualities in accordance with Section 713. All barrier types shall be designed to accommodate appropriate end treaments, transitions and deliniation devices. Previously damaged barrier shall not be installed and barrier damaged after installation shall be removed and replaced, or repaired (for minor damage not affecting design intent) per manufacturer. (a) Concrete Barrier. Temporary concrete barrier shall conform to precast Type 7 Concrete Barrier as detailed in Standard Plan M-606-14. (b) Non-Concrete Barrier. Temporary non-concrete barrier shall be on the Department's Approved Product List. If used, metal barrier shall be made of galvanized steel. All non-concrete barrier types shall be designed to allow for proper drainage runoff. Barrier shall be installed and maintained according to manufacturer requirements, and include all necessary components for installation. Product specific documention pertaining to installation, maintenance, repair, removal, and inspection shall be provided by the Contractor prior to installation. In subsection 630.17 delete the third paragraph and replace with the following: Traffic channelizing devices consisting of vertical panels, traffic cones, or drums will be measured by the unit. Barrier(Temporary)will be measured by the linear foot. Barricades will be measured by the number used. Barricade warning lights shall be furnished as a part of this item when required by the Traffic Control Plan (TCP). Advance Warning Flashing or Sequencing Arrow Panels will be measured by the unit according to size. In subsection 630.18 delete the following: Pay Item Pay Unit Concrete Barrier(Temporary) Linear Foot Subsection 630.18 shall include the following: Pay Item Pay Unit Barrier(Temporary) Linear Foot ATTACHMENT A Section 630 of the Standard Specifications is hereby revised: Revise Section 630.11 Traffic Control Management first and second paragraph as shown: 630.11 Traffic Control Management. The Contractor shall designate an individual, other than the superintendent, to be the Traffic Control Supervisor. The Traffic Control Supervisor shall be certified as a worksite traffic supervisor by an authorized entity and shall have a current flagger certification from an authorized entity. A copy of the Traffic Control Supervisor's certifications shall be provided to the Engineer at the Pre-construction Conference and shall be available at all times on the worksite. The Contractor's Superintendent, and all others serving in a similar supervisory capacity, shall have completed an approved Traffic Control Supervisor training as offered by the authorized entities. The certifications of completion or certifications of achievement for all appropriate staff shall be submitted to the Engineer at the Pre-construction Conference. In the third paragraph, Traffic Control Supervisor's duties, (7), revise as shown (7) Ensuring that traffic control devices are functioning as required. EXHIBIT B Rose Everett From: Paul Kim < pkim@ihcscott. com > Sent: Monday, January 10, 2022 12 :34 PM To: bids Cc: Greg Frazee; Kris Jensen Subject: RFP Submittal - B2100145 35th Ave & O St Roundabout Project Attachments: B2100145 IHC Scott Bid Documents. pdf; B2100145 IHC Scott Proposal . pdf Caution : This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. IHC Scott is pleased to submit the proposal for above referenced project . Should you have any questions, please do not hesitate to contact Greg Frazee at 970- 381- 1743 . Please confirm the receipt of the proposal . Sincerely, Paul Kim , PE /afa1 SENIOR ESTIMATOR IHC SCOTT O 303 . 790. 9100 C 720 . 651 . 1294 r � WWW . I HC_SCOTT. COM * Please note that with the integration of IHC & Scott Contracting, my email address has been changed to pkim@ihcscott.com. While I will continue to receive emails from kimp@ihcquality.comfortheforeseeablefuture, please update my contact accordingly. 1 EXHIBIT B Man) Y••, . . : -YM - •'• a • * • • a f .. • v , - '�,` v ti•~• .4. es.a. •S�• � w - I .`-s w• .�. -. [ ri •.rf'I• 'q •••• *vases, t a-\ _ _ . w t. ere 4 4:1,..4 ice' . • • • IL I ...• �• + 11 drat, PI _ _ -• -.. .1•-• Y • 'l •p 0 �, ' . ' •' . •-ow.. • • . r Ht \ / •�. T � �'j .- \ i •:r• • i• al «• il��•a� • � l yIle�- • a ■•. t •II •MM n _ �. ♦ .!•wy.A • S S--4�-�r �i�.- �:� ,- ; • _ • Y i[►M s 1 '`• �• TT• 4.• 3 5th it Ave . a O sit . Roundabout ip ro • ec B i d S ch edule B i d N umber : B 21 0 0 1 4 5 • -00-. - • •-.- AY .i..•_ -- Crier .{. .•._,.. - ., _ • • y „"'fit . -- '- ...- .. - - -is • i - •. IV.. - - - - •...r•. ... ."• ir"o!• _ at-somas- L• - `.r-__. .►. •�Y•r r 4 ...1, • P:. ....A. •••1::...i....: • �v- l• . ..-11,w?", • •' r�i.w*[•MBA • �'./�7. • its\r.: �� • 1 . V •yam „-.• ws 1 • •l• �q• ,{•,y. I ,}I✓Obi./ t.•�!r��f +L•'�� • - • • r `' • • .�` _ . ._•• , 1 , "v' \ t .• �, 1 a.' a6•► P- - [ ; •,L � vl / , • • , • ,' ` '• 1 ` )4: \ \ ` � .v • . •\\II .. ,. _•• y • ., .•."4#4 4n7dy..;iv. ; op.:•:..`-'. ir is •i . •'.'•• •II _ •• ' ,. ••, . • • /,t'f • .gre. J' " t _ - ! t - • \�� • '. • • il . s ' t : � • ` - ` . •y • ". i 4 • • J • • l\` • • a . - i 'a • '' _ ' f f' •/ I • . ��.y�re. ` • • 1 •♦ ,a • l•y•�+ke. • • • . 01 e • (toe/ xi 7/ 00111111- __. ...e.. .A ,� f. I • . .,• • i• .• •••• as 2 ' • i - e' •• .'11 . , .••• I 1 S • ,t `11. , •' •P` •` .:• ■ •• Yn f se II .. • } ,: •. i . t . ; f - , ,* .- \ ` a • \ ' 1, *1 ••yi a . 1 1 • /1://• ' te. atie tifti.,„ . . , , . , i , • ...rk .._ _ • • . - 4 IL \\ \ \ . N ,\ \ . . \ \ \ ,. 4•4 !I.I • A * 7 , 4- r -,,ifjp/ 1 , • ik . k \ N • \\I • . all • . ', .\\ i l ..„ -4, siogiatirdi if. ..„- Sr -.. . , , I I • *It% . • - . I 11/4 \,l, s, .. .14 - 1 . i - r 4. ) A, ' . - /• •• �•�,�^� / ,. .' • • �• a � _ .. • a'1 , ,, \i ` • a •\ • .40 ., it \Ili: „? ta• it% t ..... \ 1 . . ,. , ili -3. . _ . . N. • 1/41 • • • II ((// 11 • ile: ig A ii.,•1 . ... II. . ,i• . r ill 1. . ..1 • • .111w,4"- • ' • ties"• • ', i • • 4 • . . lir • ilicill ,f 0, , 44 of i III • • 6 II OP ale p ; .i.t:ir.ly x...,, f . • 4 i al i II ••• • r Lapit.H11 . . ^a li i .., . I • ti r _2•. , a pJ • . . c Sa'....-ca v \".I. Ail \ 01' r- ' 1- elk • r ,.. ley . . ..,,.. • . ll liV e Lilli • 1%,‘ . . IHC, SCOTT • el• QLINTY • . \ . 1 li I.6 tf , ... . • .... . 4 ' • •••4$4.1pok. .4•9i 1.•e 4/' fir4 /9:14:1C4 ,1%. 4% • ler 47'V f 0 • lit . + % 1 • • ' 401 .. . . I • • 411 2f,ApIcliti so 4. a • . • ,••. - YTA1Y • .[P•• ✓ • . t _ • • 1 •.} * _ '' • • • . • s )1• I' S•'.‘10 EXHIBIT B ATTACHMENT A BID SCHEDULE Item Bid Bid Schedule Item Description Unit Quantity Unit Price($) Total Price($) . No1 Clearing and Grubbing L S - 1 $222,099 66 $222 099 66 2 Removal of Structure EACH 1 $6,297 79 $6,297 79 3 Removal of Pipe LF 254 $23 61 $5,996 94 4 Removal of Delineator EACH 5 $13 91 - $69 55 5 Removal of Asphalt Mat(Planing) SY 14221 $4 02 $57,168 42 6 Removal of Ground Sign EACH 15 $80 25 $1,203 75 7 Removal of Ditch _ LF 40 $12 25 $490 00 8 Unclassified Excavation(Complete in Place) CY 3240 $6 81 $22,064 40 9 Unsuitable Material(Contingency) - - CY 5000_ - $63 02 - $315 100 00 10 Borrow(Complete in Place)(R=_40 Mm) CY 35114 524 17 - $848,705 38 11 Proof Rolling HOUR 80 $72 48 $5,798 40 12 Backhoe _ HOUR 40 $150 83 $6,033 20 13 Utility Potholing HOUR 20 $350 00 $7,000.00 14 Sweeping(With Pickup Broom) HOUR - 100 $250 00 $25,000 00 15 Structure Backfill(Flow-Fill)'(1,000 psi Weld County Mix) CY 1133 $130 67 $148 049 11 16 Topsoil - CY 3354 __ $6 69 $22,438.26 17 Stockpile Topsoil CY 17788 $0 25 $4,447 00 18 Erosion Log Type 1 (12 Inch) LF 660 $6 04 $3,986 40 19 Silt Fence LF 3981 $1 33 $5,294 73 20 Aggregate Bag LF 138 $8 14 $1,123 32 21 Concrete Washout Structure - EACH 1 $2 500 00 $2,500 00 22 Vehicle Tracking Pad EACH 4 $8,000 00 $32,000 00 23 Removal and Disposal of Sediment(Labor) HOUR 100 - $49 45 $4,945 00 24 Erosion Control Management DAY 150 $50 28 $7,542 00 25 Temporary Berms LF 4069 - $0 50 $2,034 50 26 Reset Mailbox Structure EACH 6 $514 87 $3 089.22 27 Seeding(Native) ACRE 6 3 $6,650 45 ' $41,897 84 28 Mulching(Hydraulic) ACRE 6 3 - $2 262 51 $14,253 81 , 29 Soil Retention Blanket(Coconut) SY 10426 - $3 53 $36 803 78 30 Turf Reinforcement Mat(Class 1) SY 500 $15 83 $7,915 00 31 Aggregate Base Course(Class 6)(R=69 Min) TON 8789 $26 27 $230,887 03 32 Aggregate Base Course(Special) TON _1066 $40 12 $42,767 92 33 Reconditioning(Special)(3'Depth) SY 28063 $8 94 $250,883 22 34 Hot Mix Asphalt(Grading S)(100)(PG 64-22) TON 3273 $105 57 $345,530 61 35 Hot Mix Asphalt(Grading SX)(100)(PG 64-28) TON 1091 $125 62 $137,051 42 36 Concrete Pavement(4 Inch) SY 1239 $43 89 $54,379 71 19 of 51 EXHIBIT B ATTACHMENT A Item Bid Bid Schedule Item Description Unit Quantity Unit Price($) Total Price($) 37 Concrete Pavement(8 Inch)(Special,Omaha Tan) , SY 1756 $90 56 $159,023 36 38 Concrete Pavement(9 Inch) SY 18475 $79 51 $1,468,947 25 39 Concrete Pavement(9 Inch)(Special,Davis Red) SY 730 $101 68 $74,226 40 40 Concrete Pavement(9 Inch)(Fast Track) SY 500 $99 92 $49,960 00 41 Geotextile(Reinforcement)Tensar Tri-Ax 160 SY 27493 S4 78 $131,416 54 42 Riprap(9 Inch) CY 5 $1 585 01 $7,925 05 43 Concrete Class D(4 500 psi Min) CY 66 $1 955 00 $129,030 00 44 Reinforcing Steel(Fy=60 000 ksi) LB 13585 $3 49 $47,411 65 45 18 Inch Reinforced Concrete Pipe(Complete in Place) LF 84 $162 95 $13,687 80 46 23x14 Inch Reinforced Concrete Pipe Elliptical(Complete in Place) LF 1239 $143 05 $177 238 95 47 30x19 Inch Reinforced Concrete Pipe Elliptical(Complete in Place) LF 58 $159 80 $9 268 40 48 38x24 Inch Reinforced Concrete Pipe Elliptical(Complete in Place) LF 736 $204 40 $150 438 40 49 53x34 Inch Reinforced Concrete Pipe Elliptical(Complete in Place) LF 493 $296 05 5145,952 65 50 23x14 Inch Reinforced Concrete End Section Elliptical EACH 2 $2,364 29 $4 728 58 _ 51- 30x19 Inch Reinforced Concrete End Section Elliptical EACH 1 S2,535 19 $2,535 19 52 38x24 Inch Reinforced Concrete End Section Elliptical EACH 10 S2 917 30 529,173 00, 53 15 Inch Corrugated Aluminized Steel Pipe LF 120 $115 32 $13,838 40 54 24 Inch Corrugated Aluminized Steel Pipe LF 40 $138 51 $5,540 40 55 15 Inch Steel Aluminized End Section EACH 6 $955 06 $5,730 36 56 24 Inch Steel Aluminized End Section EACH 2 $1,131 39 $2,262 78 ' 57 Inlet Type R L 5(5 Foot) EACH 6 _ $7,157 83 $42,946 98 58 Inlet Type R L 10(5 Foot) EACH 2 $9,183 97 $18,367 94 59 Manhole Box Base(5 Foot) EACH 2 $6,267 86 $12,535 72 60 Manhole Box Base(10 Foot) _ EACH 4 $12 434 39 $49 737 56 61 Curb and Gutter Type 2(Section I-B) LF 3619 $24 14 $87,362 66 62 Curb and Gutter Type 2(Section l-M)(Special) LF 478 $53 19 $25,424 82 63 Curb and Gutter Type 2(Section II-B) LF 4367 $40 65 $177,518 55 64 Delineator(Flexible)(Special)(Type I) EACH 45 $62 51 $2 812 95 65 Delineator(Flexible)(Special)(Type II) EACH 21 $60 25 $1,265 25 66 Delineator(Flexible)(Special(Type III) EACH 8 $61 47 8491 76 67 Sign Panel(Class I) SF 174 $16 34 $2,843 16 68 Sign Panel(Class II) SF 252 S26 25 $6,615 00 69 Steel Signpost(2x2 Inch Tubing) LF 676 S14 30 $9,666 80 70 Field Office(Class 2) EACH 1 $20,000 00 $20,000 00 71 Sanitary Facility EACH 2 $2,500 00 $5,000 00 72 Construction Surveying L S 1 $118,593 30 $118,593 30 73 Mobilization L S 1 S530792 89 $530 792 89 20 of 51 EXHIBIT B ATTACHMENT A Item Bid Bid Schedule Item Description Unit Quantity Unit Price($) Total Price($) 74 Epoxy Pavement Marking GAL 129 $365 99 $47 212 71 75 Preformed Thermoplastic Pavement Marking(Word-Symbol) SF 219 $26 62 $5 829 78 76 Preformed Thermoplastic Pavement Marking(Xwalk-Stop Line) SF 48 $19 96 $958 08 77 Flagging - HOUR 500 $37 56 $18,780 00 78 Traffic Control Inspection ' DAY 150 $160 50 $24,075 00 79 Traffic Control(Signage) L S 1 $30,726 72 - $30 726 72 - 80 Traffic Control Management DAY 60 _ $902 79 $54,167 40 81 Portable Message Sign Panel DAY 100 $40 12 $4 012 00 82 Concrete Barrier(Temporary) LF 100 $50 13 $5,013 00 83 F/A Minor Contract Revisions F A 1 $500 000 00 $500,000 00 84 F/A Erosion Control F A 1 $50,000 00 $50,000 00 TOTAL BID($)'$ 7,403,932 56 TOTAL BID(WRITTEN WORDS) SEVEN MILLION FOUR HUNDRED THREE THOUSAND NINE HUNDRED THIRTY TWO DOLLARS AND FIFTY SIX CENTS Total Bid amount is to be shown in both words and figures In case of discrepancy,the amount shown in words will govern The above unit pnces shall include all labor,matenals,bailing,shoring,removal,overhead,profit,insurance,etc,to cover the finished work of the several kinds called for Bidder understands that the County reserves the right to reject any or all bids and to waive any informality in the bidding The Bidder agrees that this bid shall be good and may not be withdrawn for a penod of thirty(30)calendar days after the scheduled closing time for receiving bids Upon receipt of County's wntten acceptance of this bid,Bidder will execute the formal contract attached within ten(10)days and deliver a Surety Bond or Bonds as required by the AGREEMENT 21 of 51 EXHIBIT B r. • „• ` •-*rte. • • ! • .446r 't - �:. . . a _• _r .... 6 ` . k t"1' `.-#y-ti+/. • r ♦ ',.rw _ ♦ . _ f r r • • •4. • • �-•`_. M,..-►.,f.....�.•.a4+nai...•.. -.a ♦-' , '-'�,.. .- .„,..Iri•, 14C -- (�� " �. - ••A•,4J. y f - ♦ " �. e3 Pt , • I •^�' ; aY Av. i '•' .aw' .y 4 4.�• et 4-::3�aP• f 35th Ave . a 0 stip na eu ouProject Constructi on S ch edule B i d Number : B2100145 .. et. .... .......a.,,,,......... .;...... ,...,„0,,,,,,. a _ , . , _.. .., . . . . t. ` ..., -_ - . -, .., .. .. . , , ir a . ..• ve ass v it a -.•a Mrs._>t _ -jet _ s r < • N .� �.n♦..�Ll. �-a ¢aavc^'aT. 'x a ' • . ki -�• ! f ! .ka"''Y•a f • _ ., 'z°:'s: '•' - r�k : r --z`^�` 'I • S.�a1 1+ 'tea t y i • _. '•r .+r a `ar♦> < a ',� . • �...r, M-tea - _ . • " - _ akra<x• ',. ft - . " y .@° dM�r"�+. • *♦- i'.•iY►•r- - r _ f. a?- a ,.s:: r d°L '7('t 4 ; s ` y • �, • s:' } -• � - _ >..__ r 4 `> a� -a•w ' ,irk ' .. J,~• �:a•t _r : • • r«y• 2, I�E<¢< i i aw.•. 1•'r' +, ti , c4: ' • > c I• * • .' .. r • • • • : 4.4. itgie.. pigs r . .. II r •> f • . 3d ys ft i t III • ' YY > • •. •\ • , • ra • � / . ` ' •♦ •-r! • • ar • Jr. ••z s _ rase � if rf k . . y f' $Y \R ., ''$ • e o f • •• s !• • • `� • €(IT . F ♦`C z 'g • 111 • ! ikiiiiikeit.* J H_ -' : ' . •.� z s # -. . jd`°' - t * • `• •f • .a - t • r •r 2. • _ ♦ ` es. , ,•� i f -- 1Zilt s • �� - �E. 1 "\ �.. I • 31 ti ;i \ i • Ir e..'" -4 la. it 4 1. w k • •• .4 • . • •,• •• 4 • , P- /I/ / .. • • 4\ \ • • a lilt - - t ' / . 1 * . • ‘ ., \ , AL. . - , . , \ ,,,, ,,,,, • . _ . . ,, ,.,...- . \ i„, . .. ..., . .. ....h, ` _ ► 4 4 liss: li . .7._ s'i. i*. 1 ialAPPIP . . •. \ • ‘ \, 100 _ 1,•If ith.„3/4. , / .. ./,./ . ..e.,. - = f � ' tip! •• m it: • 4• / »l fj • 3 1N5 k; • a • 11 r <• .. rY I''. :• .�• • , ..rr/as 1• . •�t1 s�+, a� a ` '$ s • '.` •i • • d " j • •S •• °♦ 3 '' •� �� - ` ` f�� `• ( • I • <-• '1� rya\at II4 • ...r'iltb ... • ;',I ,,, , I•' -, -, )it. 1 14 it ift ie • ••• • % s ' • " y•Y.. ♦ !k J s� Ir yam. rr<,Y'i�. 4 S 1 ... - • e r, .; _ _ ,1 J'.' ` \ k f '‘«t - •is f , ikt Z •r. / .Y2: /, a I ••a- • ♦ • r R frie lt4 • .>)1 i ser } of ''F .' .I £ y - _ .' .: •ter • - _ .. y `�• �Y + w t r r ! • • •• 1 t . . %f,, 4*, ',t °A . ' ..A. a ♦ _ r ' - s 4••q•/�.•♦•I'•'" i < f •I�t ` priePd it,1,'/ r •' _ - F .mss - • + . _ •• w •! 4 . A . cii 4711‘� • r R , , „, ,-. ,.. . a V.-- .... • , - . • • A • 4 Y - ter prb r ' , 1, _ , .e„ % ' i Alit ilk be i lb .' _ • _ x-• f J {� I r a + <A.A. ! I. • ♦ ' ,i. . *Slab it airaingaillir2r F t ill a 471a44.14 ictir.m.""r"...m...fros . . Or * i ki, , r, -, ii r pit . '' 1 . IHC SCOTT • C i v 14 I s • � a M pr r ��el • f • . • t -. i - « S -w f • - •f as t � • •,• .. J • ..-� .fr' :."'.: ' EXHIBIT B 35th Ave. & O St. Roundabout Project AQ.,tb ACM,h me °fra'S4s4 1S lair 1l WIZ OI»De� Ant 7I ' 0i n ._17LO � ' 77 t 7 (7. 77 ' I ' 0 I :7 If • Q1■ J4 1 T • 17 74 f1 0711 ] j. 1574717;l$I J I it pn?eh] I% i CO - 35th Ave 8 O st Roundabout • " rsan-: Iass•a-:: - % Project Management lw 31.Jan-I: :-.,rvQa2 19 he. PM-1003 Cones dAword (1/-1l?7) 0 31Jan•22 0 ♦ Camsd.telted(io1221 w-- Ce PM-1010 Contract:205s 9 31-Jan-22 08-Feb-22 0 aefIls47 Geettset'2054 Pie PM-1020 Nofx b Proceed(2S22) 0 09-Fob-22 0 r feats rApeell00271 G PM-1030 Pro)ad Ctu aton(200 Calendar Ceys) 195 09-Feb-22 25-Aug-22 I st, .911sIrdCllsilaw falndaeCMywr tlra Pµ-1040 Ste IConstudon 0 0244ar-:7 a s'10 4b4C4aatucl4. Q PM-1050 hobo Completion(4115/22) 0 14-Apr-7?' 0 —• Isgsb n catraaellee(&'1$27) /J PM-1060 Stan Phase 2(15 Cloy()nure) 0 19-Jul-22 0 r 5iiahubs 2(AI thy*run) Q PM-1070 Full Inbrsedion (lasurn (45 De Al 38 19.Ju422 25-Aug-22 1 nneefeitytalbertecteof(Jaen(45Oly, ✓ PM-1080 End Phase 2 tRoadvayOpen) 0 25-Aug-22 $4 'y Phase 21Neta fwyC1<snl Q PM ICAO Constusbn Comp4Con W23/22) 0 25-Aug-22' = y X11 C4nvi lrwl 1117/711 iii 9ubrrtll'ds 67 31,Jan 06-Apt-22 St r S-1000 CI PS-SCP Pevnd RC'n.•w 30 31Jan-22 02-Mar-22 0 Th,vpiasiiit CMPS-.;C;P(+.r.Olke of A. r S-1010 P>peh+ieISubtneals 14 09-Feb-22 23-Feb-22 0 •t'f.,' Pro WebsM•ita4 — 5-1020 l'avng Submits k 14 09-Fe 6-22 23-Feb.22 ''Q-1 ' sevei atrS I 5-1030 PpefileISubmeIRevt+ew 10 23-Feb-22 09-Mar-22 r.o IselicAre St*aeon« 0,- -, S-1040 PavingSubnutIRo+ne-w 10 23-Feb-27 09-Mal-7? el -tild.- S Pang A.;ewr„ ,ter S-1050 Pyelnlel Prow rentenl 30 10-Mar-27 05-Ap--72 0 ' ,S• ..31. ?POP" v5-1060 PavtgProw/enrnl 30 IQ-Mar-22 08-Ap'-22 `6 /Wanner( lb Utiles 140 31-.Mn-72 18-Aug-22 IS ra U-1000 4M lreenera 4n equcatsn :YSIst 15 31-Jan-22 18-Feb-22 l 5 II AiIlwwnesere ,k -*Soft r3 511t. Q U-I010 XalO Alb utcn (Pole Raloaban) 15 31-Jan-22 18-Feb-22 7 9 el YseiOstalsluf044bpbn) Q U-1070 Contrast Nndo-ground E of 35) 0 31Jan-?J 31-Jan-77 '3% a Cana tl3i ste rnttarl101$4 0 (1-1030 CCPMedstream(NcImpart, 0 31-Jan-22 31-Jan-22 I$1 COI n,lr!{e1r.Pad) - t CI 1-1040 Mros Gas (Lower n place) 10 02-Ma r-2216-Mar-22 1 r --ii , n` '!T�Q � wl•1 i e:. U-1053 lumen (Centtryl.•nk A Level 3)1LP) 10 02-Mar-22 76-Mar-22 it a('3. 17 St.,"roe ratykapillassrI, y 1-10ti0 Xcnl-CnndtMCrosa.ng (A4suming Trenching) 13 31-Mar-22 17-May-72 II e6 a ra4 CatdwIOn af/Ayiwrfl Aentlr00t r✓ U-1070 North Weld County Vista'tastrd(Gonnecton Ccmpbnons) 5 19Ju-27 25-Jul-72 3 : 'MY 1freth Attif Clove; ✓1Yr DUNI Fente.ftrl Contaetnnt i ,.• 1-1090 ;,t,of Greeley Water(East OCtossrng) I5 19-Jul-77 0rl-Aug-2? IS - Sr t;.rt/�I tie 1brYlainjingo rc+vy. U-1090 Zeal-GondureAlong Roo dvwy,Wke Pules. 23 19-Jul-22 18-Aug-22 I stosempiNJ tc0.ce#al.tNen. .CM).t** e"ekt ilb Construction 108 Dude,-22 O0Sep-22 0 G C-PV1l 1000 :neap'Pintas, 6 01-Sep-22 D9-Sep-22 0 itiee ' ;nevi, so 4 Phase 1 1 ,r o2avlar22 ia-kr-22 0 C-Pt-1000 Traffic Canto'instal-non 2 02-Mar-22 04-Mar-22 3 441 Ttsf c( son ye C-f'1-1010 EtostonContolhsMu5on S 02-Mar-22 09-Mar-22 MdtiV r.w>� �.atebMn Nrv-Lf.a.a ;re :* a .-:; 1:-). 6 : I 0 V GPI 44.4450002 tinsel Rain sl $ 1#4."2 2 4Mlatll CV ryp4th..e;nl p C-P1-RAB-1010 Stunt Roe &Sauainr instaleinn 9 24-Mey-22 07Jun-22 a ^_trmrye A. rautArraMaM'Se„ G r-P1-RAB-1020 ErrbankmantCull-its 14 07-Jun-22 27,:un-22 0 s{y i[nitall *rn4(;yt/8t t . G C-Pt-R38-10J0 Gene u e6C1 0AFY; 1 27-Jun-22 28-Jun-72 0 Goslr hats atA83 - y C.PI-RA&-1040 PCCPPavernont5Truc*Apton 3 28JI,n-27 01Ju-22 0 1+CCZr'h tjm/Nl l Lpck Ay a1 © C-P1-RAS-1050 PavemeniCure S COJu-22 07-Jul-22 0 Nraetr+tNC>41e i7 C-PI-RA8-10e0 Gut& (Juba 3 07Ju-22 12-Jul-22 0 toss p G?laaAl}1070 End SocsonsdRpRap 3 12Ju-22 IS-Jul-22 I f nil 6aA0rtNaltil flan p GPI-RAS-1060 Medan Cover 4 12-Jul-22 18-Jul-22 s'Ci~it Yeden:o4e. 0 t - Paw 1of3 EXHIBIT B 35th Ave. & O St. Roundabout Project try ► • up* (oA -•••• f1. :LILTDtr7lelt tTt,tl Teb_ay Ilan A[*t MayAte Y J.T If 3104874,• 1341404 Ti7.arrs++ ` U iC,:' - fcJtilG;Wti: WWU•LL0101 .1 1 LOWUJK1 al LW US W1241&kUlUJWWLLltk1 '' CJtt WLJE•1WOJ t ► .' Lay I:21 own:: I lto.1:, i ��p� .�-•�� I 1i GPt4:1 t000 �W.Menw-n4 4 0140441 ISL.aa,ll 0 ar ' tar sar C:P1-c1 lot 0 Sad Rotor.decnng 12 I5-Met-17 II-Mar-22 G on- 7 G GPI-EL10Z0 bryaoon Easnsan 4 08-Ap'-72 14-Apr•22 0 • - tes sod = p C-PI-EL 1010 CtHm Pica 6 5tvctu-o trxtatalan 5 14-Apr-22 21-Apr-22 I .--• a ssu R a t.7 GP1-EL1040 Enba Nun onl cl.tFlis 5 0J-k4ay22 t2-Ma1r22 0 { • G C-P1-EL1050 Go ohs ills RCI6ARC 3 12-May-22 17•#4y-22 t2 (late ial ,.d G-PI-EL1060 PCCPPavernent 4 17-May-22 23•Alay-22 t: POCPPaned • G O-PI-EL1070 Paveman1Cunn 5 24-May-22 28-May-22 .• .I• PiM11tae4(irea i G C-PI-EL1090 Club tl;Guest 4 31-May-22 03-Jun-22 19is; ( Ica r (al GPI-EL1090 NAA Pavement- 13p aBobm ;Adjusl for botm) 2 31May-22 01-kin-27 23 ♦ .1 4 .fWi4 t .. ; t% b,b.l p C-Pt-EL 1100 End Seamans IL Rip Rap 2 C6-Jon-22 07-Jun-22 19 4 41ao • C GP1t11110 Madan Uovnr 2 06-Jun-22 O/vun-22 27 .• Waal!.' i y G-P1-EL$120 Skins aShouldomg 6 77-Jun•2: 0744.22 S t appy ei' • G C:P1{11130 TopaoIPlaoernen1 2 07-Ju1-17 11-Jul-22 1 'ea, 1 ePNtniernd I 'Int1.4q 1 4:; 'Inn:: ' 1;J)a/:l 4e, Q C.Pl4tl•1000 %lam /Ma•.m„►t 2 31-Var-22 04-Apt-72 0 *roe a G CP1-NL-1010 Sol Rerandtonmg 2 04-Apr-22 06-Apr•22 0 ` be1Rt 7 G C-Pl-NL-1020 PawmrnlRnlnoval-HMA 2 06•Apt-22 0d-Apt-22 I •PHA eC-PI-NL-I030 Sbrm Pipe d Sauttun Instet►ban 3 06-Apr-17 11-Apr-?2 0 Wut1In tvltikIlan . 1p G-P1at-1040 ErnbankrnenlCutfles 2 11-Apr-22 13-Atu-22 0 t. nii, °SSW p C-P1-M-1050 Ga ole x* 6 Cc 6 ABC 2 13-Apr-22 15-Ap•-22 44 .ra+ ffill • Cl a Oar Cis O-P1-N1-1060 PrcPPavement 4 15-Apr-22 21-Apt-?) 41 . • a• wwraiN G C-PI-NL-1070 PavernenlC+.m 5 22-Apr-22 26-Apr-22 42 e:. reryWe • • .. . . . , - p GPI-M-1080 Curb it GIs 4 26-Apt-22 02-May-27 44 nt t Cars , nl p GPI-hi-1090 HVAPavenw • "op alfcb Apm 1 26-Ap:-72 27- -22 S: '� Carses i Pf noel•kip b$ptn. ; p C-P1-41tl.-I I0O End Se dons 6 Rip Ra0 5 02-May-22 09-May-22 N i1iii*2, fn.ta m 4 So Rao • • e C-P1441-1110 Madan Cover 2 02-May-22 04-May-22 50 ••J• C.erw► r C_P14C-1120 Sbpesa;hotldemp 1 CB-May-22 10-May-22 e4 s' Sista>hMu61rq v C-PI-11L-1130 Tipaniflacamenl 2 10-Ma y22 12-May-22 44 I .• ' Irrl114tw Won.41 II)JC.: aim:: i :ra.t,-:2 I IA v oat 4.i01a0 topsoil elorno-ai 4 06-Apr-22 12-Apr-22 i laity 1 • w/ e C-P14•r1-1010 Sol Re cond1k0nng 11 13-Apr-22 26-It. 0 r ; ercilMwab* G C-PI-VA-1020 Jess WI WIagaSubTratfctoFat, 0 2&-Apr-27 lai . . Wallin A Oa balk et ~ p C•PI-Wt-1030 Paanran4Remo••3I-NVA 2 26-Apr-?2 U:-Mayr : •: wrryullMree.A!•MIA • p C-11144..-1040 SubdMyon Road•Embankment 2 02-May-22 04-May-22 -. a. 3AollIot SINS. O C-P1-VA.-1050 Subdtvisan Road-Cade Se aQ 6ABC 1 04-May22 05-May-22 ` 3 e S440 irq ►j l-{Jarrgb a$A41_ G C-P1-V'A-1060 ZosaVLbs,trpA5u6 Trott:ItV;es' 0 24-May-22 0 4 OHO V4iiins bilk',Viers v GPI-wt•1070 Sbnn Pipe ESlrucltrotrsblakn 2 28•Apr-22 02-May-21 4 .•' . OlgaAPI 11A11014 I r G-P1-VJL-1050 Embankment Cut is 6 I2-Mny-72 )O4.lay77 t? etir•ig tneeliallqCatf i G GPI-V&-1090 Goobi*&CA. 5AB': 2 70-May?? 24-4ay-12 0 "@aa4Nt ed.aa.• G C-Pi-VA-IMO PCCPPuvomeM 6 24-May-22 02-Jun-12 11 ttQP V GPI-V`JL-1110 PavementC urn 5 03-Jun-22 07-Jun-22 IS etzcSI !ha:: I p C-Pt-rit-1120 Dub a Gully 7 07-Jun-22 16-Jun-22 I1 • -G'S_.51 Caro Ciao, 0C-P1-W--1130 End Sea°rsa Rip R.ip 2 16-Jun-72 20-dun-22 11 t t .etO1Ni A p C-P1-Wt-1140 Med.anCovnr 2 16Jtm-22 2O-Jun-22 IS 'ar•.� ...3/44 1.41 . r C-PI-VVW -1150 HMAI'aysmanl-Bohm I 16v`un-?2 17-Jun-22 tI ' 7 t�SA 4wnr M.e.ans • - 1 i Page 2 al 3 EXHIBIT B 36th Ave. & O St. Roundabout Project 4404 Ats frhors !iut"GN figtMl Icyi / ] :or7 16� OvslM Itra, artso 10;41 611 1 01171 3 Tamil jCrsji�h7214l05j►J�1!� 03(1 7t74t3$101 Tigr :�j I[[lh14�wj ME2J M2311304 II 6,4 CoP144.-1100 Skap.•&sispid.np I • 204,41 74,An►JJ 11 1r •'t'J t;•P1.1rL•1170 Sspa•I$1sca.r.•r I :•,.��-1J )04.4,-12 „ Please* a nt..2 ws 8.y C lotauh ss I o-.a.+:: :sAwrll t •- C4111.'444. :,, :s.3 1:: I , '.•.4 I SO . O GPM 1.-1000 OswnwaMsr..r al•M/A 1 It slot 72.4.2 • .^'} v!► r..p /• 4) C.P741.•1010 Wan(Pin a E«3 14 mt.•. 4 111.4.421 213/4.4.423 4 .BIA gi GPI-EL-1020 EmbantoroMastFis 2 O2•' -n M s, 2: S t O.srw 40 G?2•£L-1030 Caobris &CL BABC 2 O.Ase?,21 t4•A.4`JJ i. s Ct tAEC .� C.P2�L-1040 MAA:•s.a+..-r Y t 4elr++. D►.�a►I• I 11,44.3-12 IS-Awn ,• •: 2 •--..n-tea Orw.MI• %,,,, C.-PI-EL-1050 Unit%Ath>.Al••r4 2 ft 4.441 17•Avo•71 s i r •a ShwWtt•0 P,sr Welds ( I ,s 014.11 •1ST•?:1 I 1 4,6 GP14'YAt 000 NU P•so•..stst•top 9E elk Writ a':ws+lot s ,to -n 1844.22 s • CP2�V1if010 P•vemsMtlaAdnp�wtstrr 1 � 1 � ►A1 vs.�.N•>r/ artYlAvtlMr+ALN! 44-12 21•. 942 1 1 a 0 r.••.r,t ua..4. III GP2• -1020 San friSokfoes s t B A.q.11 2314,0.21 I • ' •• h•,•tsfan Go C.P2•PW-1030 0.bie.brs I S-Assiyl: 17-km02 • • . `rte 1.••r 1.• J : 15I1'4A422 1:x.:2 t I • Q COMA000 Piiwn011*wi el•III A : t O.A,4:: 3804.E?2 0 � DDIA 4a CP2.6L.1010 I1rw •.a 4ItsvoI t 21%4422 11.14.4•12 0 :L1rir • ' SI CPP2.01.1020 M t* rt Plne 2 2n.,...)-:: ZtrA112 t! 's1 1 p GP9.81-1030 ErnbenkrnenteulF6 1 li4411 n4412 rt C4• -P2d1-1040 Sblm Rpo&Stu:h+r 1+M,f4lcn(Ouse In RotlndbaoulPtt 1) 0 7S.rJfl 8-3321 0 . _ -- • - _ -- — - Wafts rl�rwdebgAPh 11 Sj C.P2-GL-1050 Ohs>k.S.11O *ABC 3 IS-44441 01-Aug-22 n .s 6ABC p 092-SL-1000 ; Headwl8 R4 Rep $ fl-A.ttr 04-Aug-2? s Q CP2St-1070 IPCCPPavement 4 02.144142 05-Au 0-22 u s a , CSc•ws-s4•-ioeo :Ammo nlCon f a06-41/4443 .1041044442 1 1 '. . .1Cut. Cj GP2-SL-1090 HIM rase s..rN=6ebrn&Top ) Cb+.q•21 '0-Au0-22 1 i Ann•eo.n,A U. ' Ce GP2SL-1 I00 Curb 8 Guilt 4 1 tstiq,ll IS-Aug-22 , 4 Ga, a C-P2S L-1110 M.?0••CS,.t J t sa .J7 I S-Atq-22 g • G►+r V, CP2St-1120 ' Slopes&Shoufdsrnt 2 141.1.442 1B-A1R-22 I . •4& ysa C.P2SL-1130 Topsoil Pis tement 1 tbAg42 ' 22-Au4•22 7 • Assral Pep 3 of 9 EXHIBIT B • kara aril'' Y `a•Q�«w4 .. �.w. .` _ ••••• - .-+► ,:::.►+,rte' ,'.wie Y ►.Je - _ • - ,� .�.. .++ • /. _ s • sw:w Jilt-I 'ik� w► wn -yam. • = '•�bat. • - '�.,.1 •. ' 'y �.. .1 � • • _ r`J. • • •, - "'� s • _ - .. ,�• e f __ s • ... 1 .. . `�}' .- ^ �p.i1/4.04.',.• • •. • •s. ♦ ••w �w•1aSI�!=#/ • x .1♦ } % - 'te s ar is v' . " `- « f t •`JR'' ''"i• R .-`+r . _yam .•�e�l/\ - - Ill� ^Illr • - , - et��r - a .. - ,n ♦ • �M, w;, • . , - ♦ a•••R• •• . • ... ,i `yy .•• • Seta. ' •_. T,p'� r _ ! _ •r/1�•..+ • __. ,Q I,f, - • Y. `-•- w .• - 1� iI�M/ lir �•.•� gar*. 4 - .-. - - .• — • t f s 35th ve . oun a ouProject Bid Forms B i d N umber : B2100145 •. - `- � r .11s-z : ,¢ .«mw_c_ .. ,�• ,.,ac.... ,mss°. J : ' -gyp �° r -"°. .. r - '" °1w - s, -.bT <' -4............ .................. am• ._ ; ` •: - .. < ,..• _. „.F. - X .•• ,... ..__ 'o„----••"'"' F_,. tea- '. / i _•--. - •ws-•Aea.. - • �•r,•6 'pw,p _ lea t- I r _y. G. - ≥ _ 4.n•.Y— _ _ .'#rte a+' • '.„'•ft 4•441F.Y" j.e.-•S 1 ��' r s"�►'� .f 1 It *- . '•,3. f o.••� _ s s atip I of' f;f�` , !!� - f • . - - • 1 t•. T •. s•g.r _ - sa`frL} fy` �•Jl� �1 ` � `y_ • s LI! LR.. • lailift• F -'1'C` , .4.. 4 g' ''•1, , .,,. . fi / ' • l - • 1 I iith , ! • , s 'I s i • 4t se %• ' i j sue" x' , - . . :la' `i' -. +ql: a +� a. -•�� w •• e I.• - a• . • • f • Stat , •- '' err , J _ s t?s • €�, i a�s. , 1,• of 1F. e .A• S y` S • • i.y. (; - T-/V_ CP . �a . r , - fE Y`' •� - '•"!• If, te ! .'t 1:::9frs':". '.-• • • Oa i • • 1 •' •, r I• '. s• • /./ • } - • ]e s .: }. �� • *r ` • s �i `T . Pd ' s•• Et•\ el, f s. . • I • 444 A y a 4 ri • } • f :• _ r r' '/ tz 111 -. ♦ ',. • < •• • - i• y� 11 '• •a ' u J •. ` +d`'4 J s s •- _ \ -.7 - • .?1. •` s ; •• • - i 11• • �• • • • L "1, \ • W • • r ,/ • \ice t- I s • //4 /1 t 4. ••• * .. r • 4 41°/I .• • •� ♦ ' f i f;I = YEF -1*# ' • - w _&'- �• .14:4° 0.... , ' + j Jilt • •b , ` �t• `` • S' •_ '1\\ ml-If 1 • • i ' • . r . a... w. 1 . - - , - - - = 4 * ' • Ca' \\•\:\‘'. • t • at /Ai i - I • 44C-. e. re' aze. - I 401'4 • • * • • i . ... • . ' ID : 9 ,i, . _ • fit • I 4 .44.1 dr•li° i. 01, I .$ % .., --a. . s .4:4::. 4 f. %I e• 4• 0 r 4. lk I , .4 . el 111• \\14% *I1 IP -N. -*, \ ; • S. , f • j ' • %% 9:4'41°44> tit y . pihr / • . '.,„ •. • , i _ .. • le //1 41 1 s •••• ..,.. % ' • • II\ . re Is 1 Ilk or . , . ,iii . , • itt ,, ' • ' •4. Wi • i Off d ,► ₹,, f . .- ' ; 14 1 _ - ° _ .. - - - - - - ' mo •• ` -/ / ' .�„8• ¢J,"vw •al j • s `q"�h a.:: . �r rw.-:- ` 7 ' •s 9 i • • 1jry�"• •X a •' . X- � . • • a •• s } , •` 1• . .t J' - - '1 A Pin i - 1 I 1 •-: ._.4,if: .iiii'l, • i ___,. ...,:, i . \••••.....? '101*, . 's , ''a •:Dr sit it' . _ . ' • C .illr • • # C...neTh ": 11 ..:t if" y . ‘ * * C. • • •. . 1NI \ \linAffr i r q , . , • IHC SCOTT .. , • lb `. .. I t et•a . _.4/$%1 4 • t ' 1 /Aj`�_� ♦ .rte . _ t. II , ,I�1���;• •. i sizote 4 ! • }+ • Y - .. . ii. 1St* �' •/ it • 7 .s • � ;, ' •.T�- • • 'ti �� '• q • • • , _ •I • . •e it 4 • _ - ' • - • • ♦ EXHIBIT B ATTACHMENT A I The bid security attached is to become the property of the County in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to ttwoCamaty caused thereby iti*ott 7 AL , " G...Z..:, .,P�'pR '.lic r Respectively submitted, O �`� By Cory Allington (SEAL if tit iS bye cQrp ation) Title Vice President 41/61,10P"d' `' -4nm Address 7135 S Tucson Way,Centennial,_CO 80112 _ NOTE' The following are items of work to be completed by Weld County. o Materials Owner Acceptance and Independent Assurance Testing o Construction Inspection RECEIPT OF ADDENDA - The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents i 11/18/21 (Received dunng RFQ) y gton No 1 : Date. B C.Alli ion Date:Addendum No 2 12/20/21 (Received during RFP) By C Allinoton Addendum No _3_ _ Date. 01/07/2022 By C Allington , Addendum No - Date __ __ - By. Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation'which has been completed or the actual quantities furnished, installed or constructed The undersigned, by his/her signature, hereby acknowledges and represents that: 1 Performance of each and every portion of the Work is included as part of the Contractor's Pnce. 2 All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents(including all Work, Warranties, equipment, matenals, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work)are included as part of the Contractor's Price 3 The cost of obtaining all Governmental Approvals(except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price 4 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Pnce 5 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, matenals, labor, or services included therein are included a part of the Contractor's Pnce 22 of 51 EXHIBIT B ATTACHMENT A 6 . All fines , penalties , and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price . 7 . The Contractor' s Price proposed herein meets all the conditions , specifications and special provisions set forth in the request for proposal for Request No . #B2100145 8 . The signatory is authorized to bind the below-named contractor for the amount shown on the accompanying bid tabulation . 9 . The signed bid submitted , all the documents of the Request for Proposal contained herein (including , but not limited to , product specifications and scope of services ) , and the formal acceptance of the bid by Weld County , together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County . 10 . Weld County reserves the right to reject any and all bids , to waive any informality in the bids , and to accept the bid that, in the opinion of the Board of County Commissioners , is to the best interests of Weld County. The bid ( s ) may be awarded to more than one vendor. FIRM IHC Scott, Inc. BY Cory Allington ( Please print) BUSINESS ADDRESS 7135 S. Tucson Way DATE 1 /10/2022 CITY , STATE , ZIP CODE Centennial, CO 80112 TELEPHONE NO 303-790-9100 FAX 303-279-0901 TAX ID # 38- 1504686 SIGNATURE e-2* E-MAIL estimating@ihcscott.com **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID . FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES . THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551 -0000 . YOU DO NOT NEED TO SEND BACK PAGES 1 - 16 . 23 of 51 EXHIBIT B ATTACHMENT A BID BOND PROJECT: 35TH AVE. & O ST. ROUNDABOUT KNOW ALL MEN BY THESE PRESENTS , that we , INC Scott 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 Federal Insurance Company [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety , hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent of Accompanying Bid Dollars ($ 5% of Bid ) , 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 January 10 , 2022 for the 35TH AVE. & O ST. ROUNDABOUT, 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 10th day of January . 2022 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 . r Principal : IHC Scott In6 ill R0 AJ `,! `.,! t j '�y� � Signature: fr `�� ri 't N/ -, � ', /4• , 11 , , 9 ICJ,-,► � c_ , r^ f � ` . a,.f�14 Ali " • - -:li Title: \ I IA ‘b*c f '-'*-- 66O4,423, w �' s ATTEST: \ e..kkr1sEA1 '� C ti p i fit• 4 oil \N?1/2%\ttki\ 1/4N1/4%.s.� �. ~4 ...._ 4. /chic? , _ -- - es. , Surety Federal Inyrancecompany Witness : `\ _, / I Signature: ' C4Ib' i lit,Ns, } . 1'lily � Y Printed Name: Kattyn Si elow Title: Attorney- in -Fact ATTEST: By: Cvve -.\--7.` 24 of 51 EXHIBIT B Power of Attorney Federal Insurance Company I Vigilant insurance Company I Pacific Indemnity Company Westchester Fii e Insurance Company I ACE American Insurance Company Know All by These Presents that FEDERAL INSURANCE COMPANY an Indiana corporation VIGILANT INSURANCE COMPANY a New York corporation PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania do each hereby constitute and appoint Danielle Marchant,Adam Snow,W Douglas Snow,Vicki Sorensen and Brady Thorn of Salt Lake City,Utah each as their true and lawful Attorney in Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business and any Instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations In Witness Whereat said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANNCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 100,day of January,2021 4`JW-+-rte-7 U 1 ei `'�aou`2^ l)ivn \II Ohs tr. 1eI'.iuu'saxuiry "uythulAIIIlinty 1it(Ptm"idult.4* •:AO b' N STATE OF NEW JERSEY County of Hunterdon SS On this 10th day of January,2021 before me a Notary Public of New Jersey,personally came Dawn M.Chloros and Stephen M Haney to me known to be Assistant Secretary and Vice President respectively of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY the companies which executed the foregoing Power of Attorney and the said Dawn M Chloros and Stephen M Haney being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President respectively,of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY PACIFIC INDEMNITY COMPANY WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies,and that their signatures as such officers were duly affixed and subscribed by like authority Notarial Seal i5'° A . KATHERINE J ADELAAR NOTARY PUBLIC OF NEW JERSEY PODIA No 2316885 Commigsfon Expuee July 18 2024 hoary NNie ARS CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY on August 30 2016 WESTCHESTER FIRE INSURANCE COMPANY on December 11 2006 and ACE AMERICAN INSURANCE COMPANY on March 20 2009 RESOLVED that the following authorizations relate to the execution for and on behalf of the Company of bonds undertakings recognizences contracts and other written commitments of the Company entered Into In the ordinary course of business(each a Written Commitment) (1) Each of the Chairman the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company under the seal of the Company or otherwise (2) Each duly appointed attorney in fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company under the seal of the Company or otherwise to the extent that such action is authorized by the grant of powers provided for In such persons written appointment as such attorney in fact. (3) Each of the Chairman the President and the Vice Presidents of the Company is hereby authorized for and on behalf of the Company to appoint in wntmg any person the attorney in fact of the Company with full power and authority to execute for and on behalf ofthe Company under the seal of the Company or otherwise such Written Commitments of the Company as may be specified in such written appointment.which specification may he by general type or class of Written Commitments or by specification of one or more particular Written Commitments (4) Each of the Chairman the President and the Vice Presidents of the Company is hereby authorized for and on behalf of the Company to delegate in writing to any other officer of the Company the authority to execute for and on behalf of the Company under the Company s seal or otherwise such Written Commitments of the Company as are specified in such written delegation which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to thus Resolution and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation FU RfliCR RESOLVED that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers employees and other persons to act for and on behalf of the Company and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested 1,Dawn M Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect (LI) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this January 10th, 2022 ) _) • NC) Th \I �r Rio it\1 I lilt itts.hu.4hiniw ill WY IN TILE EVENT YOU WISII TO VERIFY ME AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PI EASE CONTACT US AT Teleptene(90R)903 3493 Fax 19013)-403 1656 e'mall sureiyichubb.cem - -- Combined FED VIG PI YvFIC AAIC(rev 11 19) EXHIBIT B Request for Taxpayer Give Form to the Form W-9 (Rev. October 2018 Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. I Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. IHC Scott, Inc. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of theperson whose name is entered on line 1 . Check only one of the 4 Exemptions (codes apply only to a) P PP Y O) following seven boxes. certain entities, not individuals; see a instructions on page 3): p I Individual/sole proprietor or Q C Corporation IN S Corporation I Partnership I Trust/estate single-member LLC Exempt payee code (if any) vU Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► o rb Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting sn LLC t the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code (.f any) 'c another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that � a o is disregarded from the owner should check the appropriate box for the tax classification of Its owner_ I J Other (see instructions) , (Applies to accounts maintained outside the U.S.) 0 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) m 7135 South Tucson Way vJ . 6 City, state, and ZIP code Centennial, Colorado 80112 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriateSocial security number box. The TIN provided must match the name given on line 1 to avoid I ' backup withholding. For indivicuals, 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. or Note. if the account is in more than one name, see the instructions for line 1 . Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 3 8 -- 1 5 0 4 6 8 6 Part II Certification Under penalties of perjury, I certify that: 1 . The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) i am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (iRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that i am no longer subject to backupwithholding; and 3 . I am a U .S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contribcttions10 andividual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not require • sign the certifi on, but you mast provide your correct TIN. See the instructions for Part II, later_ Sign Signature of Here u.s. person ► /oeti: y.. Date ► /16 Z General Instructions Form 1099-DIV (dividends, including th se from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise • Form 1099-MISC (various types of income, prizes, awards, or gross noted . proceeds) Future developments. For the latest information about developments • Form 1099-B (stock or mutual fund sales and certain other related to Form W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www. irs.gov/FormW9. • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W- 9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-1 (tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), individual taxpayer identification number (FUN), adoption taxpayer identification number (ATIN), or employer identification number • Form 1099-A (acquisition or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U .S. person (including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN . returns include, but are not limited to, the following. if you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) EXHIBIT B ATTACHMENT A TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Proposer, each Major Participant) The undersigned , under penalty of perjury , certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • Is not currently under suspension , debarment, voluntary exclusion , or determination of ineligibility by any federal agency . • Has not been suspended , debarred , voluntarily excluded , or determined ineligible by any federal agency within the past 3 years . • Does not have a proposed debarment pending . • Has not been indicted , convicted , or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years . • Has not within the past 3 years had one or more public transactions (federal , state or local ) terminated for cause or default. If there are any exceptions to this certification , insert the exceptions in the following space . Exceptions will not necessarily result in denial of Award but will be considered in determining bidder responsibility . For any exception noted above , indicate below to whom it applies , initiating agency , and dates of action . Note : Providing false information may result in criminal pro ecuti or administrative sanctions . Date : 1 /10/2022 Signatur ling ton Vice President Title 26 of 51 EXHIBIT B ATTACHMENT A *CERTIFICATION OF COMPLIANCE WITH EQUAL OPPORTUNITY CLAUSE REQUIREMENTS (To be signed by authorized signatories of Proposer and each Major Participant (except as excluded below)) The Proposer certifies that ( 1 ) jit/he/she] has X has not developed affirmative action programs on Me at each establishment pursuant to 41 CFR § 60-4 and (2 ) [it/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 , jit/he/shel 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 : 01 /10 , 2022 Proposer/Subcontractor Name : INC Scott, Inc. Signature : Allington Title : Vice President Note : The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor C41 CFR 60- 1 . 7(b )( 1 ) ) and must be submitted by Proposers and proposed subcontractors only in connection with contracts and subcontracts , which are subject to the equal opportunity clause . Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60- 1 . 5 . (Generally only contracts or subcontracts of $ 10 , 000 or under are exempt. ) Currently , Standard Form 100 ( EEO- 1 ) is the only report required by the Executive Orders or their implementing regulations . Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60- 1 . 7( b )( 1 ) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance , U . S . Department of Labor. [Duplicate and modify this form as necessary for use by Proposer and each Subcontractor described above.] 27 of 51 EXHIBIT B ATTACHMENT A PRCLIECT NO. COLORADO DEPARTMENT OF TRANSPORTATION B2100145 35th Ave & O St Roundabout ANTI-COLLUSION AFFIDAVIT LOCATiON Weld County I hereby attest that I ern the person responstiie wihn my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, encilbsed 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 primes) nor the amount of thbe bid have been discbosed to any other firm or person who is a bidder or potential prime bidder on this project and will nut be so disclosed prior to bid opening. 28_ 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 dtteau$Jt lies been made to solicit, MuMe at 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- competrtive bid or other form of cort7plementary bid_ 3B_ No agreement has been promised sed 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 oompfemerirtary 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 aa#e 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 intenlionalty high, noncompetitive or other four of complementary bid or agreeing or promising to do so on this project. fi_ My firm has not aocepled or been promised any subcontract or agreement regarding the sate of materials or services to any firm or person, and has net been promised or paid cash or anything of value by any fine or person, whether in connection with this or any other project, in consideration for my firm's submitting any inlentioneHy high, noncompetitive or other Iorm of complementary bid, or agreeing or promising to do so, on this project_ 7_ I have made a diligent inquiry of all mentors, officers, employees, and agents of my firm with respcnititlties 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 represertations made in this affidavit. B. 1 understand and my firm understands that any misstatement in this affidavit is and shalt be treated as a frauduient concealment from the Colorado Department of Transportation, of the true facts relating to submission of bide for this s 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 Cat sn tarn a acrepw p rwma By Did Ci Cory Allington 1 /10/2022 IHC Scott, Inc. ` rata �f 214 csv VIc$gfl lam ,u curial hxrrw if out grata t I Ow, N/A rik Shorn to before me this 10th day of, January 2022 i 1 N[nt�Y ikeic _ \\ o Pity � KYMBERLY J METCALF tn"'n'• , ° 61a NOTARY PUBLIC 09/06/2023 State of Colorado Notary ID # 20194034257 NOTE: This document must be signed in Ink. My Commission Expires 09/0612023 ' CBOT Form fillt18 LO2 Page 28 of 52 EXHIBIT B ATTACHMENT A COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST I r Project Name/Description Project Number Prot Cade SubAictount Proposal Date 35th Ave & 0 St Roundabout B2100145 1 /10/2022 _ , Contractor IHC Scott, Inc. Region 4 1 SubconiractorsiS uppllersVendors: The bidder must list all firms seeking to participate on the contract_ This information is usad by the Colorado Department of Transportation (COOT) to determine overall goals for tfie Disadvantaged etusirioss Edit}9 pnse Pror tarn. Fa aura to submit this form may.msAAAt In the proposal being rejected . Work Proposed DBE Selected Firm Name Email ( Select ail that appty) (YiN ) (YIN ) Alpha Milling syoung@alphamilling . com Asphalt Milling N Y American Highway mark. bnnkman@americanhighway. co Concrete Embed Supply N Y Arnold's Ag Group, LLC dhill@arnoldsaggroup. com Erosion Control/Seeding N Y I a Area Wide Protective dbertke@awptime .com Traffic Control/Signs N Y A Boral tracy.eaton@boral .com Flyash Supply N Y . Bowman ryan@bowmanconstructionsupply. co i Geosynthetic Supply N Y I A Burnco bill . schell@burnco.com Aggregates/Ready Mix N V , Core and Main Jason .verkler@coreandmain . com Pipe Supply N Y Dalco mikea@dalcoind .com Const . Material Supply N N Environmental Logistics emike@envlogistics .com Erosion Control/Seeding Y .N Euclid jkstevens@euclidchemical .com Concrete Admixtures N Y Forterra josh . deningt@forterrabp.com i RCP & Precast . N Y GCC Adgray@gcc.com ,Cement Supply N V Hanes Geo ben .oloughlin@hanescompanies.com Geosynthetic Sypply N N Holcim roger. iverson@lafargeholcim .com Cement Supply N N J-2 Contracting chrisleone@j2contracting . com Aggregate/Borrow Supply N Y r q w Martin Marietta gary. pearcy@martinmarietta .com Aggregate/Ready Mix N y I Martin Marietta jimmy.jones@martinmarietta . com Asphalt Paving N Y Oldcastle clint. noe@oldcastle.com RCP & Precast N N Powell rbryan . wiliiams@powellenviro.com Erosion Control/Seeding Y N PWSI Land Surveyors rick@pwsi .net Survey N N Rinker mark .walter@rinkerpipe .com RCP & Precast N N Roadsafe mhagen@roadsafetraffic.com Traffic Control/Signs N N f Striping and Si9na9e _ spencer@stripingandsignage . com • Striping and Signing N N I certify that the Information provided herein fit true and correct to the best of my knowledge. Name Signature/'Initials Title Date Cory Allington Vice Pre ' en )t - 1 /10/2022 Work Proposed Categories: 1 $ Struatitiai 1e& tr4 Steel F{e)ritcu ement 21 C4eonnQ. Orr 1,rt�Ci_i clivabon J 1 Aifotonais and Sup ('es 12 . 'iprap and Anchored Retain ng ' e!?s Eetrti utirk 2 Fiskinaliand TraMc Coit&-ei 13. Lentiscatv aid Eios'1on Gone V 22 EItgin '8oftg 91K)' StI/VOYMQ .96►Vrces 3 lrt,cking do') rite riv U &nova anti Brtdtya Deck Coasrnicit Jra 23 Ptt!}lrc Refations and trnst(r!rniont 4 PieCeS1 Concrete. FoRu'rxt onsi and 15 Mali Paying 24 Pries and Nwo Fourtde0ons F et tr }s 16 Road and Parf,tr. ' Lot .A$,rkrA) 25 Waite rt.lanagernent and Racyc(rrug 5. Compete Paving Flatmork and Repair 0 7 Chip Sea?, Crack Seat. Joint Seal erg 28 Size glean Up 6 Ughttnij and Ersctrrc-a; Crack Rl H 2. 7 ti t chsmcad and t-tYAC 7 wins, Sigma/ tnstaltanon and Cvarh'rorl 18 Bridge Parnung and Cia&ng 28 Tunnel Constructtan 8 flex` ng f 9. Stems' iy erg Oman?entnt Mew 29 Proiltinq onxl Ganthm? 9 Burkhp and Vertkal Structures 20 Parking LOIS and Commercial Svlev a/ks 30 . Errr'YrorimePtai Health and Safe to U!m(tly. WaWr and Seale Lines phis form must be submitted by the proposal deadline , ForCDOT projects, aubmitto cdat_hq_dbeforrnsitatate .co. us. COOT Form # 1413 12/ 16 Page 29 of 52 EXHIBIT B ATTACHMENT A COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST ProOct Name/Description Prat Nurnbitir Proiect Cope/ SubAccount proposal Date 35th Ave & O St Roundabout 1 B2100145 1 /10/2022 . Contractor IHC Scott, Inc. Ramon 4 • SubcontractotslSuppll Nartdors: The bidder must list all firms soaking to participate on the contract This information is used by the Colorado Department of Transportation (COOT) to determine over al I goals for the Disadvantaged Business Enterprise Program. Fsiturn to submit this form may.msult In the proposal being injected Waal Proposed DBE Selected Firm Name Email ( Select ail that apply) (VA ) (YIN ) Smalley p .coy@smalleyandcompany.com , PCC Seal Supply N Y Smith Environmental colinmarshall@smithdelivers . com I Erosion Control/Seeding N N Tensar scampbell@tensarcorp . com Geosythentic Supply N Y Triton Environmental , LLC adam@tritonenviro. com Erosion Control Supply N N , US Transport steve. hochmiller@us-transport. com i Cement/Flyash Haul N y , Varra Companies dcompton@varracompanies. com Aggregate/Borrow Supply N N All Cowboy Erosion Control _ ailcoyboyestimating@gmail . com Erosion Control/Seeding Y N . L . G . Everist tjcheever@Igeverist.com . Aggregate Supply N N , American Striping Company tony@americanstripingcompany.corn Pavement Marking y y , . • , 1 4- S. 4 i 4 r I ♦ 4 I r 1 I certify that the Information provided herein Is true and correct to the best of my knowledge. ,,, Name Sig n a tune/lnrtial s Title 6/r Date Cory Allington Vice Pr ai en - 1 /10/2022 Wark Proposed Ca a:Yes; f I Strum/list Steel and Suer Re}ntcwement 21 Cteonng Pen c&t ' n Excavation and t A,tetenats and Su'ppfies 12 Riprsp and Anchored Reteinrnq 'Wat?s Ea,rm«aek 2 Flagging and. Trar)lc Cott?. lt 13. LanWcsp9 alga Ems'on Cciatrof 22 Eftgifteetit9 and Swb'ayJrto So:wctc 3 Tatel mg an ii Harting N. Soto e anti 8nclr Dew:* Coastrtvr:4ion 23 POIrr Porattons and invoNgemone 4. Precast Concrete Foundations, anti / 5 Asptian Pasting 24 Pl1as and £die Foundations Foolir gs f 6 Road and Ratak-Og Lot A/ee king 25 Waite A-fan-agernen! and Rocg(rng 5. Concrete Paving Ftatwnrk and Repa)r 17 ChAp Sea?, Crack Seat. .,brnt Seal and 26 Site CJaan Up 6 Ugtihn and Electrical Crack hit 27 ti #echaric a) anti HYAC; 7 Signs, Signal tnntaHabon And C.uardrar! 18 Rndg9 ParrNrrgg anti C a3bng 28 Ttforte.) enstiuction a Perlo f 9. SfauWeV aril Ornarnentot Miele? 29 finding and &n fink ). Burkiirxis and Verticatt Stnziures 20 Parkurtq Lois and Cornrn5anal S%dewalks 30 . Er►ti?martrantal Health and Sa(ety to LAN. Water and Se'vev1' Vitus This form must be submitted by the proposal deadline . For C D OT p raj ects., submit to cd at_hq d b eform adstate .co. u s, COOT Form # 103 12116 Page 29 of 52 EXHIBIT B . ai ; _. . 4 a - :e:tt1' z .••lad .%., _ ..-!4" .s .Y >.. . r '•:i `_ - 'i .. � ,....,., ,_ ` 4 ..«w:, s_ ;�r.:I, .ter - - �;.'y- / r..'+••.��"' 0 ::t 1►' b "" "' .1. S 'i*a: i•ts i .t ;,,y �%.., q �I'+ s.. 4 Y '• .. +r' a`_ • . j•Y I• • ,' :e_vw' a- ... , .,i �, .. -�IF +IEf• w• -t •'+*• r < *.. ...�+r I.>� • bM♦.. s a'I nF . . .�1111f....la- Lew 'e.,...C, .•...432."•' 09►:r.,1*a ot " ... _ .., lies ra..M' ,s r. «..»y... . . y 'SIw• Iw..w .i+ik ., •7. „tr:. w_.. .► 4 tg* Project 35th Ave . St . Roundabout Project Proposal Bid Number: B2100145 r - <i` ...I�• " - -. , :a... � -. 11.Et_:____ I . _ • •' ' y s. .G.,. "... +'--�""""'""'r/n'.t'. '•"` F"^ ` .+M�an"vD`'`z ""`"b - Y :. , _ " _ • - ._ ♦. ,y,. _<,w Y.'ww ".Y•" ....,. ..-..y 4 i ' M' s tii"Y•- �• .--.w_�eP�leeWa—"-s' w.�-., s •r.,. .. — .�,+►s•nI--.. n�„•,.,•r se* +nMs ••«.w.... M a.."3K"j E>P'ry'Mk a48ae s w• ... • • •.. di r «.•. ".r14:.::>mays,^B' ,zs. r '- _.. _ .,..5 I - ! V - .�. •°44.„k. 4:441*44444644***Wrnaii 441001044 444 , A. ' s 'IV 13. �'. i - « +,... i I - - - .- - ♦ :.yY "4:;au .y. t Y•�-. J 4s-M H: 4 A.: - s. _ -s5/' 1a••1Y I ;r. :>". "L -'e+ '�" '/•'b..7F.' • .,age'�M - .:.- - , ,! _ r(.. i3& gam` ' a�> a„yt -z _ _ .. ♦ ig� _ YE ,e• ttyp�E r• • - ,>, .<t > - s • Y 1 • • ♦ �1./\ ant • a . a •..< »` i • !• < ••,If ge "`r i sr� t"kx hcret zt ii � ai _ Y : • ,I' 8 �<.,E . �Q , f � :_ ati'. - s �il�' 'r •s ; :. :sr- 14tipialtw„.,„:„.•• r r 5 ,,1,� .r e•Fa` _ - k y :y, -. t ! �" . _ ��Y ♦• - rt'\ a � ' t <5 ,'' lc •. ir •♦i°•v' .- P :.t �� � E �fl 'a.. .• ' Ssa 2. Is'� , t •• • i.^• _ + .-�.'r '\ , .< •. . y • • * • s t I. ! .E t ,• `� • `. - 4k• .. a � *k,. 'Y < ses. IP " "I f` � Y >w+a } a L• 1 - i , , •, t> I♦ �' i ' , Q4• \ * wrg �F • ' v :1. \air• • k • + • •• • • < a^ „;: ♦ zF •� � \ S. " x T4 ,s � •44 I6 ft ' s t 4). / / i if 'ifa i , •' r<. / • • p°. ' l •c �"' • ♦. • J / 'i .1 • r � -k •. t / t a; 3 !nk• a • *. f f • s i �or • ., f • 5•'♦ • • ^ �y ' C. - W i.N , W. ''‘ N \ • • . 1 e• . r• Y. �.. ..... : • t/�. k ..3 ' • , ♦'! • Y - • a / •• �r- Sgn r .. * -. \ 4 '�' ., iF Y A 4 414 • { I r) .r ! f[ i i e a l; \ 4a - { a \ . M aa, ti•• • Jr >. ♦ r •.s l •.. " / • r! 3 ` _ s'E• r Syrr< •1 '1� °* ,r •z<. ♦yr, " y a- a 4•I- • • •!• • ° a y et•. A .•` -• t a\, i .4 "� , / .� \ r e i Z ' !• • • It y �» \if t •_ I • s r s ' 'p' dl .i ` ` • r - " • '.l fit } \•, �•. • `t 0 4 s.' I • \csil'IN:ii1/44: •1/4 A •tY • yl f s I Sl - I t it isix , i` kt w `` d ) q •iti40 ) \ c V �kir It dd �r ! } ' � 4:::•• • "; ` +' ti•- • • • e\\ \ fir` - 7s. e * '"• �'• yr/ a..r ` >F ! A y, �� " vieik4it, I t� �^ I. E s ',ya a �• i t ! , r F. jal •IT F x A. - - _- ' - -n x 4 -' __ •,, _ • x.»-b •r • E. at t 1b ,< .,•e _ 1 " yr of I ii. 1( I ' w 1 . xt :114.: i 47:1).8k.tk A %N yak a i f l • •Ilit % i,> " . ♦ a - ♦ ry ( I , f !• �♦"i t k - 5 a i � ! ' 1 , s • J ,ei?riirya 4 •7 l �, ,,,. - a i i >.n., :^ 'I el - ..I r i • tik • E r e. a I.` 1 tar " . / Avg �. "• __ .. pp f • I •? ♦ f �5 i Af • i f } I €' .'I• 1 is II 1 ' � • �/ a etthi I filiN‘ ) .._ • )"..,...oarriltC..... ,......, , • ft Leksi , ii$ • • ii, ii, $ \1 , ' - IIHC scion vt.. . Y � i VI TA r . ti__ , . _ " • , ,M . i, I .1 L ' „ a 44 a •L i ...x f 1' „ I �1b ♦ ► •,f , • L •F a ;" it �� ` r ‘,.. a t , • )"��,, se ak•. e EXHIBIT B 35th Ave. & 0 St. Roundabout MOM' TABLE OF CONTENTS Bid #B2100145 _ is !:,: Project Scope and Goals 2 Understanding the Project Objectives and Goals 2 Schedule 2 Coordination with Stakeholders 3 Past Performance and Project References 3 Methodology 7 Earthwork and Reconditioning 7 Full Closure 7 Paving Plan 8 Critical Issues and Resolutions 9 Utility Relocations 9 Critical Supply Chain Issues 9 Unsuitable Soils 10 Accommodate Farming Activities and Irrigation 10 Traffic Control and Detour Routes 10 Our Commitment 10 Project Control . . 11 Construction Cost Control 11 Subcontractor Cost Control 11 State and Federal Procedures 11 Quality Control 12 Work Location and Familiarity 74 Cost and Schedule 15 * The Bid Schedule of Values, Construction Schedule and Bid Forms are submitted under a different file name. The file name is "82100145 IHC Scott Bid Documents. pdf": SAW IHC SCOTT EXHIBIT B 35th Ave. & 0 St. Roundabout ', . r� ,� '— PROJECT SCOPE AND GOALS Bid #B2100145 UNDERSTANDING THE PROJECT OBJECTIVES AND GOALS Weld County and the City of Greeley have identified 0 Street and 35th Avenue as the next location to replace a 4 way stop intersection with a roundabout . This project will increase the safety of the intersection and improve the traffic flow along 0 Street, a major intersection for the City of Greeley . IHC Scott has worked with Weld County on many projects in the past including the most recent Roundabout at WCR 17 and 54 . Given our successful of working together, IHC Scott understands the needs of the County and the goals of this project . The goals include : • On -Time Completion while minimizing disruption to Weld County residents . • Outstanding quality with a pavement that will last in excess of the 30 year design life with minimal maintenance . • A commitment to complete the project for our proposed price . Our goal is to have no change orders . • A true partnership that is more than just an agreement that benefits the contractor . • Deliver a project that will further enhance the County's legacy of outstanding construction projects . The following proposal section documents our understanding of the project, construction methods we will employ, issue identification and resolution , our cost and schedule approach and how we will administer the project . IHC Scott brings the best value to the County as evidenced in our past successes together . We truly bring a partnering approach to our projects and look forward to successfully completing this roundabout project. SCHEDULE A main goal of this project is completion within 200 calendar days and also completion of the intersection shutdown in 45 days . IHC Scott has developed the attached schedule to meet these goals . We have thoroughly vetted our proposed methodology and sequencing to give us an opportunity to not only meet the schedule days, but also beat them . We have accounted for all the activities and have applied appropriate durations and logic to properly identify the long lead items , critical path and any potential hurdles to timely completion . Key details included in the schedule are : • Utility Relocation timing . • Long Lead Time Material Procurement . • Analysis of crew structure to eliminate maximize efficiency. • Logical sequence to complete each leg of the roundabout. • Sequence to complete the 45 day closure in 40 days . • A near continuous paving operation that reduces mobilizations and increases efficiency of the crews . • IHC Scott will set an on site concrete batch plant so we can control material deliveries and eliminate possible delays . • We are self- performing approximately 90% of the scope eliminating possible delays from subcontractors . EiHC SCOTT ) EXHIBIT B 35th Ave . & 0 St. Roundabout !' '} f { -- Bid #B2100145 - �,� . 4 .' '= �� PROJECT SCOPE AND GOALS COORDINATION WITH STAKEHOLDERS There are a number of key stakeholders on the project in addition to Weld County and all its residents . Key stakeholders include , the City of Greeley, the neighborhood on the Southwest corner of 35th Avenue and 0 Street and local businesses that will be impacted by this construction . The City of Greeley is not only a financial contributor to the project, the work also impacts traffic flow on a major access to the city, as well as upcoming City intersection work. IHC Scott has developed plans to limit the impacts to 0 Street at the West Tie in as well has developed a schedule to complete the tie in of the new roundabout within the 45 day allotment for the closure of the old intersection . The neighborhood at the Southwest Corner only has one access in and out of the neighborhood . Our plan will keep the west leg of 0 Street open to maintain this access. We will engage the residents to keep them informed of the schedule and potential impacts to their access . We have also included temporary access to the area should it be required . Timely notice will be given to the neighborhood and emergency services prior to implementation . As we have done in the past, we will coordinate with local businesses to minimize disruption while also sourcing construction products and materials from these same local businesses . This will help to minimize the potential impacts from our work and keep these businesses operating smoothly. PAST PERFORMANCE AND PROJECT REFERENCES IHC Scott has provided a multitude of successful and timely projects to Weld County over the years . Our success in large part is due to our staff and their success in partnering with the County. As per our RFQ, our management staff is comprised of individuals that have completed various projects for the county. This includes roadways, interchanges, utility relocations, drainage improvements and bridge construction along WCR 49 and WCR 47, the WCR 47 and SH 392 Intersection and the WCR 49/22 Intersection . Our team will bring the same culture, work effort and partnering to this project. Our team's familiarity with Weld County, project requirements and the area will ensure the project is completed smoothly, timely, safely and as cost effective as our previous projects with Weld County have been . The following pages detail out some of these projects and the roles our staff played in the completion of each of them . "If we had any other contractor, we would „Greg has outstanding communication not have succeeded in keeping the project skills and has provided solutions to help to such a constrained timeline. INC is the best contractor in Colorado, and you � the project stay on schedule and avoid y costly changes. " can quote me on that. Cameron Parrott, P. E. Don Dunker, Public Works Project Engineer Weld CountyWeld County Public Works Department e �.. AIMS 3 IHC SCOTT) EXHIBIT B Roundabout 1,101 -14.91A)35th Ave. & O St. 'Bid #B2't 4 ' L 1p1 PROJECTSCOPE AND GOALS 04 ` ri;: ;� . .. �' -._.._._._..T_.-_ -- -- -__- WELD COUNTY ROAD 22/49 INTERSECTION IMPROVEMENTS WELD COUNTY, CO Owner: The WCR 22/49 Intersection project in general consisted of construction of a Weld County concrete roadway and intersection with asphalt transitions to tie back to existing asphalt roadways . Specific major work items included : removals, Project Duration : excavation /embankment, aggregate base course, concrete pavement, Aug. 2014 - Nov. 2014 drainage pipes, driveways/accesses, cattle guards, fencing, roadway signage, erosion control , and traffic control . Total Contract Amou tit: $5.4 Million The project team overcame the potential of substantial delays to the project due to lagging utility relocates and ROW acquisition by working with Weld Major Items of Work: County to develop and innovate VE solution that re - phased the work to mitigate these delays and ultimately resulted in 71 ,350 CY Earthwork g Y a substantial credit to Weld 39, 700 SY PCCP County. 24,500 TNS Aggregates During the construction of the project IHC Scott developed a strong and 6,300 TNS HMA cooperative relationship with Weld County Public Works Staff. This team 256 LF of RCP effort helped to overcome the potential delays to deliver the project as 400 LF of CMP promised and turned what could have been a delay claim into a credit for the County, demonstrating the ability to deliver a scope similar to the 35th Ave . & O St. Roundabout project at a high level of quality and the ability to deliver on time . 1,.N'. Project staff from this project that will be assigned to 35th Avenue and O Street " g ._ include : ' y• Ste. -=+emu 1 ! llia -di 4 \ • Greg Frazee Area Manager - '' :.44- • i.tg s • r .► : .Y ,ii . •• tL.... _ y ..,• ti,,1, rcrai wW .w , .w .fit .•r. LI ♦f� _. _'�,,'m ',, , if ' •. - it Wit 1iii ►j.' __.. +'i i., •• • . ,kir': 4: .•1: ‘ :- 2 „A 4450? ._ :4414:4 e‘'ICA:44R-4 ! r., r • i a.% •� et .y•� `7_.._ •)�¢��� `°{ • t '♦ I am, .•.i . - �. w 1•,, .L tn. - •.. Ca -t i:t.•.-.�4 11 -.w P°'` ' . .V .4 �f.. ` 'a .i "!NC was very good ro work with and made good conscious efforts to comply with all the contract requirements. When changes were proposed, they were always done as negotiations with the owner, with results that worked for both sides. " Cameron Parrott, P. E. yield County Public Works Department _ ._µ ._ _____ iiin7 4 IHC SCOTT) , EXHIBIT B 35th Ave. & O St. Roundabout \ I; .1 , _ PROJECT SCOPE AND GOALS Bid #B2100145 -91 • WELD COUNTY ROAD 47 - CHANGE ORDER TO WCR 49 DESiGN-BUILD WELD COUNTY, CO Reconstruction of Weld County Road 47 was the 3rd and final phase in Owner: completion of the County's Weld County Road 49 Corridor, providing a north Weld County -south alternate to 1 -25 and US85 . Completing the roadway section that connects 1 -76 to State Highway 392 via WCR 49, this was the largest project Project Duration : designed completely in -house by the County. Nov. 2017 - June 2018 Over the course of the more than 11 , 000 feet of irri ation ditches project, g were relocated into pipe . 40 new concrete structures were placed, while Total Contract Amount: approximately 150, 000 CY of dirt were moved and 167 , 135 SY of concrete $21 Million pp y were paved . Major Items of Work : Public traffic was detoured , allowing the road to be completely closed for 236, 600 CY Earthwork construction . This provided a safe construction zone , while expediting the 167, 135 SY PCCP project schedule . County Road 47 reopened in July, five months ahead of 93,000 INS Aggregates schedule. 9, 500 INS HMA Challenges Overcame: 4,500 LF of RCP 1 , 650 LF of CMP • Large areas of soft subgrade were discovered . INC Scott worked with the 350 LF of CBC county to develop a plan to mitigate the issue . In addition , we coordinated with local irrigation companies to get the oversized rock . required to fill in the soft spots . ' - `" � N • Coordination with the City of Greeley Water department _ . -- . • to * w,, �- r7 ,' - - -- - - protect in place numerous valves along the work area . •. * ,,,two ;. "'.�! .,._ -- Coordination with Xcel Electric and Gas allowing all parties to ^fir .: :. a , efficiently complete the work . =� ... ?s I eta 04 41"....lirMar amamea" ....M. ••••mprini. ,, _ .. sst, . ...,,, _ r a _ Project staff from this project that will be R t nit te a. assigned to 35th Avenue and O Street - - P �, . .. _ .�--�-- -•----- include : Yom.• - ..nnt;.. • . . + -to,- - - Greg Frazee Area Manager ' : a� I, w 1'riar-: ,g,. `` - ._- . ag L.�.r ' • Cory Boliman Project Manager Ad Bd P . E .—Quality .. n rep e oya , Manager ^. -. T - f'. t• e.M id• r t 9. D i r .i CAI �! r-1** t "t i eases 5 IHC SCOTT EXHIBIT B 35th Ave. & O St. Roundabout 3, { , � '• :� '� Sri ; i ;i ?...► ,,�; rf I Bid #821QQ '145 •t - ` r --; PR�?,� ECT' SCOPE AND GALS � 0 , .- mow, .^^`•+..+i1..sm..ns•.•ess+. '.:Sam.4,,,Y_./l.<.�_ s' M... 6.._.-,.-•-••--.,:... ---------- - aw<::%w:.w.:.w.wu..:�.n......wa.:wve.s.v:wew»«..:a:�o....:.u: - -A...••• •i•"....awa+r**aware, - WELD COUNTY ROAD 47 / SH392 INTERSECTION IMPROVEMENTS WELD COUNTY, CO Consisting of roadway widening and improvements to existing roadways, owner: this project encountered both schedule and soils challenges . Due to the irrigation season, irrigation crossings installation had to be completed by Weld County April 1 , and IHC Scott met that key deliverable deadline . The 2-lane tie- in locations on SH 392 had to be completed under weekend closures, and we Project Duration : implemented an accelerated construction schedule to complete that scope . Feb 2017 - June 2017 An unforeseen condition was extremely soft subgrade under the existing roadway due to water infiltration , which was successfully mitigated with CTS Total Contract Amount: to prevent costly overruns for muck excavation . $3 .5 Million Challenges Overcame: • Installed irrigation crossings by April 1st. Major Items of Work : • Reconstructing the 2-lane tie-in locations on SH 392 under weekend 8,000 CY Earthwork closures . 19, 631 SY PCCP Extremely ub rade under the existing roadway due to water • soft s g 15, 700 TNS Aggregates infiltration s discovered . The tea used CTS to overcome issue and 6,900 TNS HMA was m 256 LF of RCP prevent costly overruns with muck excavation . 400 LF of CM P The excellence in workmanship was acknowledged by the Colorado/ Wyoming chapter of the American Concrete Pavement Association (ACPA), as recipient of the 2017 Best Concrete Pavement Project Award . t __ r r.. .ss"- fee - japi1/4 ,. , ? ::. )4,, c :;m.. w.cit'v' F w fit r Project staff from this project that will be assigned to 35th Avenue and O Street .. .. 4, :z, M1..„,, .y r " \ ., include : _r- \ w r:/ Q y dY swore Ns SI— ; e" . • Greg Frazee Area Manager } , • ----- � �`>es , , 4 1.doo .�..r- '• Vii, . '"' '"< o • Cory Bollman Project Manager �, , .- 1Q _ • Andrei Bedoya , P . E .-Quality Manager y � i "Cory and the crew from SEMA were able to be flexible and cooperative and got through these issues and com- pleted the project on time. The general feeling here at the County is that this was a successful project and we appreciate all the hard work that went into it. " -Mike Bedell, Weld County Public Works Department __10.40,7. 6 IHC SCOTT EXHIBIT B 35th Ave. & O St. Roundabout `. ';c; ri r ::: - h . PROJECT SCOPE AND GOALS Bid #B2100145 ,� � ,�r � 1- METHODOLOGY EARTH WORKAND RECONDITIONING Per the geotechnical report, this area exhibits collapsible soils which represent a geologic hazard . As such , the area must receive soil reconditioning to a depth of 3 feet . This will be achieved utilizing our fleet of scrapers, dozers and compactors . After stripping of the topsoil , we will utilize scrapers to remove the material to the 3 foot depth . The subgrade will be ripped with our tractor and disc, moisture conditioned and compacted . Once the material has achieved optimum moisture and density, the material previously removed will be replaced using the scrapers and dozers in per the specifications . Per the plans, the material under the existing roadways does not receive soil reconditioning. Based on our previous experience in Weld County, IHC Scott is concerned this may cause differential settlement in the subgrade . Therefore, we have included the cost in our proposal to recondition this area to the same 3 foot depth as required outside of the existing roadway to provide a consistent subgrade under the new roadway. The added value of this approach far outweighs the minimal additional cost. Once the existing grade is reconditioned , R-40 embankment material will be supplied to complete the embankments . This material is in short supply in Northern Colorado, however IHC Scott has identified a local source within hauling distance of the project. The R-40 embankment material will be hauled utilizing tractor trailers and placed with our dozers and compacted to optimum moisture and density. In addition , as phasing allows, IHC Scott will utilize the asphalt removals in the base of the fill , where possible . This approach will reduce cost and provide more efficiency as less R-40 material will be required . Our processes and approach to completing the earthwork will provide a stable subgrade to ensure a long lasting pavement. FULL CLOSURE Our approach to expedite the full closure of 35th prepare the grade in a more timely fashion . Avenue and O Street begins with working both the Our HMA subcontractor will then mobilize one East Leg and South Leg Tie In simultaneously. We time to complete all the paving in the intersection . are able to stagger our crews , with our sufficient Focusing on one mobilization will allow our manpower, at each location to keep activity on subcontractor flexibility to better schedule their each leg active throughout the closure time frame . crews and ensure they are on site when needed We will begin with the removals of each leg, then for completion of the full closure ahead of move into the pipe work on the East leg while the schedule . soil reconditioning and earthwork are completed Our schedule accounts for the fact that the bulk of on the South Leg. We have also identified that the the utility relocates happen during this closure . pipe work needed on the South leg of the tie in We will coordinate our schedules to ensure there can be completed within the first phase of the are no delays . project prior to beginning the full closure of the intersection . Once this preliminary work is completed on both � IHC Scott will complete legs we will focus on the base preparation . By the intersection ahead of completing all the preliminary work early, this the allotted 45 day activity will be more efficient and will allow us to closure window. ,.'ICI 7 IHC SCOTT ! ira EXHIBIT B tads 35th Ave. & O St. Roundabout 1/4 PROJECT SCOPE AND GOALS Bid #B2100145 , it , PAVING PLAN IHC Scott will utilize the area on the Northeast corner of 35th Avenue and O Street to set up our batch plant for the concrete paving activities . This will create a short haul for the project, which will reduce cost, maintain mixture consistency and quality, and eliminate the potential for delays . Our plan is to slipform the majority of the concrete for the project . A snapshot of our current approach is shown below. IHC Scott will utilize a Guntert Zimmmerman 850 or 600 slipform paver for the areas in blue and pink. This approach will be mirrored on all four corners of the intersection as well . The paver will be setup at 24 foot widths for the blue sections and 16 foot widths for the pink . Paving roundabouts with a slipform paver presents challenges in paver setup , joint layout and execution . Our work in the WCR 54/ 17 Roundabout has given us the experience to fully optimize our setup and provide a quality product for the County and the end users of the roadway. Because of our heavy involvement in land development work, IHC Scott now has some of the best curb and gutter and flatwork crews in the region , as well as the required equipment . We intend to slip the majority of the curb and gutter on this project with our specialized pavers to eliminate the problems ADJUST SPACING OF TRANSVERSE JOINTS TO /,W. REDUCE THE AMOUNT OF JOINTS TERMINATING rd AT A `TEE' OR LONGITUDINAL JOINTS FROM THE ROUNDABOUT INTERNAL CIRCULATING LANES TIED LONGITUDINAL CONSTRUCTION OR CONTRACTION JOINT (TYP) • 16.00' (TYP) or 7 T ' N 116,0 (TYP) ask .. - • - _ - - .. "- - .- ..._- - - - +Y b 1.StO0. ! . { T _ - ._ 111( -- VARIES - EXPANSION JOINT TO BE PLACED TO 14 :.'> (TYPJ4/11 ISOLATE THE ROUNDABOUT CENTER LANES FROM THE APPROACH AND EXIT LANES (TYP) 7 r ADJUST SPACING OF TRANSVERSE JOINTS TO REDUCE THE AMOUNT OF JOINTS TERMINATING • • AT A 'TEE" OR LONGITUDINAL JOINTS FROM THE ROUNDABOUT INTERNAL CIRCULATING LANES ;, s. / We have developed this approach based on our understanding of the County's goals and objectives . As we have shown in our previous work with the County, your goals become our goals . We commit to providing the project you envision for the benefit of the County and its residents . IHC scoT!J EXHIBIT B 35th Ave. & O St. Roundabout CRITICAL ISSUES AND RESOLUTIONS Bid #82100145 oou ; . . lt:A As in any construction project, issues will appear that have the potential to impact the schedule or cost. Early identification , timely communication and proper mitigations are crucial to resolving potential hurdles before they become catastrophic . IHC Scott has identified some critical issues to the success of this project. These issues include , but are not limited to : • Timing of utility relocations • Critical Supply Chain Issues • Accommodate Farming Activities and Irrigation • Unsuitable Soils • Traffic Control and Detour Routes IHC Scott understands these issues exist and have begun the process of finding solutions to the issues and have included those resolutions in this proposal . UTILITY RELOCATIONS CRITICAL SUPPLY CHAIN ISSUES Weld County has diligently identified the utilities The recent pandemic has resulted in supply chain that will need to be relocated for the project and issues throughout all industries, especially the has already begun the process of moving the construction industry. INC Scott, with Clyde utilities . Companies backing, has multiple national IHC Scott has a strong existing relationship with agreements with many major material supply the existing utility companies and the contacts company. In addition, our work across our current listed in the RFP for each company. We will 13 state region gives us buying power and leverage this relationship to coordinate timely advantageous positioning with suppliers that relocation that accommodates all interested cannot be achieved by others in the region . parties . Our work on previous projects in Weld Through these relationships, we understand the County and on the 1 -25 Corridor have delivery timelines our suppliers need and we are demonstrated our abilities to work cooperatively able to plan accordingly for our needs . As and achieve on time completion of utility presented previously, our schedule has been built relocates . This will be especially critical during the to address all long lead time items to ensure there 45 day closure . There are few others that have our is no delay due to material availability. combined experience working with utility American Highway (formerly Simplex) is the only relocations in Northern Colorado . supplier of the specialized steel products required for the paving. IHC Scott is one of their top customers in the nation and along with Weld County were instrumental in bringing these INC Scott successfully coordinated all the products into the industry. Due to this we can utility relocations on WCR 49, WCR 47 and guarantee that the current steel supply issues the WCR 47 and 392 intersection, with the experienced within the industry will not occur on support of the County to successfully this project. maintain the project schedule. /lark_ INC SCOTT EXHIBIT B -a~st.I86t gi i 35th Ave . & 0 St. Roundabout i5 'i? ,;1 ; ,+ � ' . CRITICAL ISSUES AND RESOLUTIONS Bid #B2100145 , ,uu `. . . UNSUITABLE SOILS Our previous experience on Weld County projects and the location of this project on former agricultural land , leads us to believe that there is a risk of saturated / unsuitable soils on the project . We have shown on past projects our ability to develop creative solutions to mitigate the potential significant cost impact to the project and Weld County. We have built this into our construction plan with the reuse of the asphalt millings on site . History has shown that one of the most effective way to mitigate saturated and unsuitable soils is to utilized rock and /or ABC and geogrid . We believe this approach will reduce risk to the County for unsuitable overruns . ACCOMMODATE FARMING ACTIVITIES AND IRRIGATION We understand that agriculture is the life blood of Weld County. We also understand the necessity of working with local producers to accommodate their activities with as little disruption as possible . This can include ingress and egress for farming equipment, helping to manage irrigation water to ensure no disruptions occur and anticipating our required management of tailwater to make sure that both the producers and construction can continue their work uninterrupted . TRAFFIC CONTROL AND DETOUR ROUTES Because of the project location and required detour routes , many of the residents will see nothing more of the project than the traffic control we have established . We understand that their impression of the success of the project will be determined by the way we maintain our devices and the traffic flow through these detours . We recognize how important this is for Weld County and the City of Greeley. We will ensure that forces are available to respond timely to any incident along the detour route to mitigate any disruptions . Our current resources in Northern Colorado allow us a unique ability in this regard . OUR COMMITMENT We understand there are many other critical issues to the project beyond what we have listed above . These issues have been highlighted because , based our past experience with Weld County and this specific location , we believe these issues are unique to this project are likely not considered by others who do not have the same experience we do . We are committed to meeting the County's goals on this project and will partner, as we have before , to mitigate any and all additional issues that may arise . We faced many critical issues s on WCR 49 Design Build. We ?. . -i • •2a 'j� ., z. • s ' t, • ,P,. as - -=!: . aste. 4 partnered with the County on these issues to successfully ' a f complete the project on time. •igetinaNvi? //J1 11 / 14/ 2016 rak 10 IHC SCOTT EXHIBIT B 35th Ave. & 0 St. Roundabout st, PROJECT CONTROL Bid #B2100145 . ��, i=� Our approach to project management begins with understanding the needs of the project and transparently working as a team towards meeting those needs . Our extensive background with Weld County has given us insight on the needs of the County and this project. We will use this knowledge to successfully manage the project as detailed below. CONSTRUCTION COST CONTROL SUBCONTRACTOR COST CONTROL Our team 's goal is to provide Weld County with Our subcontractors are a integral part of our the best value for the 35th Avenue and O Street team and we engage them early through the Roundabout. We will accomplish this by bidding process to identify scope packages understanding and monitoring the budget, aligned with their capabilities . As the project quantities and schedule to identify potential progresses our subcontractors are heavily hurdles . involved in our planning process to ensure full Our approach also includes partnering with Weld understanding of the project needs by all parties . County to mitigate risks for all parties when This ensures our subcontractors fully understand unforeseen issues arise . As issues arise that could the scope, schedule and quality requirements potentially affect the project budget or schedule , and are setup for success on the project. we will openly communicate the issue and work This approach reduces cost overruns for our with the County to identify the most cost effective subcontractors and keeps them fully engaged in solution , while maintaining the overall project the success of the project . quality and schedule . Prioritizing the needs of the project above the needs of individual parties STATE AND FEDERAL PROCEDURES assures that the right solution is identified and IHC Scott has successfully completed numerous implemented for any issue that may arise , projects in the State of Colorado throughout our Our approach encourages a true partnership on history. Our success comes from our culture of the project, strengthened by regular doing it right the first time . This includes communication with Weld County personnel . We compliance with all State and Federal Procedures encourage all of our project team to meet with and regulations . Our staff is continually trained County staff at regular intervals . This practice on these requirements to ensure nothing is enhances communication and galvanizes the true missed on our projects . partnering culture . In addition , we have dedicated support staff in each Area , our Corporate office and our parent - company's office that are experts in state and federal compliance . They assist our project staff COMMITMENT TO CONFLICT to setup the project correctly and are also there RESOLUTION to help resolve any issue that may arise . It is our commitment that resolution of issues is best settled at the lowest level possible on the project. MINS- 1 1 IHC SCOTT EXHIBIT B 35th Ave. & 0 St. Roundabout ) Jj Bid #B2100145 ; � � - �� � 'r r PROJECT CONTROL ftr r abift^ QUALITY CONTROL IHC Scott has constructed award-winning pavements for clients across the country. Our commitment to quality control and continuous improvement is the cornerstone of our management approach . INC Scott is committed to delivering a project that meets objectives for quality, safety, schedule and budget. Our Contractor Qua ity Control Plans ( CQCP) was written and implemented on several similar projects, including at WCR 49 Design - Build . The CQCP ensures strict adherence to the plans and specifications . It establishes the schedule for material testing and submittals, and formalizes our documentation and chain of custody for all QC test results for materials and pavements that are performed . The CQCP will provide the details and requirements for the testing and inspection of all construction activities and materials . Andrei Bedoya , P . E . will lead the Construction Quality effort. The product produced by our superintendents, foreman , crew leaders and subcontractors will be independently tested and inspected . IHC Scott will resolve issues as they arise , including proposing methods of corrective action and improving processes to eliminate further issues . The key points to achieving excellence in quality during construction include : Work Activity Plans Detail the procedures , specifications, current plan sheets and all other pertinent information required to safely and productively provide a quality product . Input will be obtained from field crews , subs and suppliers to provide maximum innovation and collaboration . Pre-Activity Meeting Prior to any new work activity beginning IHC Scott will hold a pre- activity meeting . These meetings will ensure all parties are informed of the project goals and requirements . Daily Team Meetings These meetings focus on the day-to -day activities and the step-by-step process to complete each work activity. This gives the project team an opportunity to review and adjust, if necessary, to achieve quality in each activity . QC Inspection and Testing The CQCP detail the quantity and frequency of the necessary inspections to meet or exceed project requirements . Documentation of these tests will be used to analyze trends, improve processes and provide a written record of acceptable work . Hold Points Hold points ensure that all steps are documented in the process , which reduces questions about the acceptance of a product and in turn reduces costly rework . Final Documentation and Closeout Final punchlists, closeout, certifications , etc . will properly document our excellence in providing a quality product. _r--r -; ►N�r 1 IHC SCOTT EXHIBIT B \:-,.,,,,,,b 35th Ave. & O St. Roundabout i ' i ' ' '11s IL 4 PROJECT CONTROL Bid #B2100145 _'' IHC Scott is known throughout the industry for our superior quality control . We employ our own dedicated inspectors and testers, manage our own accredited state of the art testing laboratories, and have numerous policies and procedures in place to ensure superior quality on our projects . We over- test, over inspect, and take pride in the self- identification of our own mistakes so that the County can be assured that they are getting the best possible project. We take tremendous pride in our work, just as you do . It is who we are as a Company and as individuals . Our QC program remains the same, regardless of the size of the project. IHC Scott will utilize work item pre-works, inspection checklists, testing summaries, real-time results reporting just as we have in the past. We will have dedicated inspection on the project . We will complete all testing, except for nuclear testing, in house . We will cast and store specimens on site . Our QC Manager is a licensed Colorado Engineer with extensive experience in both Geotechnical and Pavement Design . OUR COMMITMENT TO QUALITY ON THIS PROJECT • On site concrete batch plant to control • Use of asphalt removals in the base of mix consistency . fill to mitigate unsuitable soils . { • Additional Soil Reconditioning to pro - • In house testing vide a uniform subgrade . • On site testing and storage of concrete • Pre -work meetings for all activities specimens . • Additional testing above the require - • Inspection Checklists and Real - time ments reporting . All of these proven methods have been utilized by IHC Scott on several Weld County projects including WCR 49 D- B, WCR 47, WCR 2249 Intersection, WCR 47/SH392 Intersection and WCR 54/17 Roundabout. Our commitment to these procedures and to quality on this project will provide the County a long lasting, low maintenance product that will serve the residents for years to come . Zat w1 mom, '' Z" ,. i li �� The paving on WCR 54/17 `Y V.f�4 _ r . --, Roundabout, shown to the left - '4 - 4'a 3 was performed utilizing our s_ _ r . , .� CQCP and resulted in a long lasting product for the�' �-��� . �, County. t" .,, t . r i. \ 9 rl. . i .i • —.4, iN4- ' cz . I--. , A - 45 . ' -). i .,,:iiir ...a. : .. \,. I '‘ : --=':.? i'ktisti: t. '444(10,;4, : ' k i 1 \••-.. .;_;•". - 4zkyeb, a le • 4 . ** jfr :•A :, ? el, .S.\% .<1 .*:. e. Ar a , 13 lHC SCOTT I EXHIBIT B 35th Ave. & 0 St. Roundabout k +_Spritti, #B21 145 � � f WORK LOCATION/FAMILIARITY' Bid 00 ,j - .. . r: aru:'• b .. s. .r._.....,.,F -.--. .^.....,, _.,_.__,....+.c ..:.. ..—..._. _. —...........,—«...a.. a.......avaw - _ r...,+w+w.w ...n. ..w..• .:.....>. ...r LOCATION / PROJECT AWARENESS • IHC Scott understands the existing soils, the need to excavate and compact a minimum of 3 foot to mitigate collapsible soils and has provided additional reconditioning above what is required . • IHC Scott understand the impacts of working around heavy truck traffic from industrial businesses and will maintain access to private drives and fields . • IHC Scott will minimize disruption to traffic flow by completing as much work as possible prior to detouring traffic. • We understand the project will be constructed during the growing season for many nearby farms and will maintain existing drainage and irrigation needs during construction . • IHC Scott will complete the 45 day closure of the intersection ahead of schedule . • IHC Scott will employ a concerted public information effort to keep the public and local business's informed of localized closures and to disruptions to normal traffic patterns . COUNTY FAMILIARTY Our 8 years working in Weld County, our staff who are residents of Weld County or have family in Weld County, and those of us who attended college in Greeley give us an elevated level of general knowledge of Weld County. We understand how these projects affect the residents of the County and the importance of completing a high -quality project ahead of schedule to minimize disruption to the communities . IHC Scott has completed many projects with Weld County over the years, including the individual staff proposed for this project. This has allowed us to develop a clear understanding of the County's policies and procedures as well as the expectations of the Public Works Department. We take pride in delivering the project you want. WORKFORCE AVAILABILTY Most of our team members currently live and/or work in Northern Colorado . We will have co- located County and Contractor offices on-site to facilitate coordination and communication . PAST SUCCESSFUL PROJECT WITH WELD COUNTY WELD COUNTY WCR 49/22 Intersection Improvements, completed 2014 d / WCR 49 Extension Project-PCCP Subcontractor to Flatiron Const., completed 2015 erIC WCR 49 Design-Build, completed 2017 WCR 47 & SH 392 Intersection Improvements, completed 2017 WELD COUNTY r _ NCR 47 Change Order to WCR 49 D-B Project, completed 2018 A / WCR 17/54 Roundabout Project, completed 2020 ei' '('" t„ WCR 47 Turnlanes Project, completed leted 2021 p 14 [INC SCOTT EXHIBIT B 35th Ave. & O St. Roundabout `‘,1 ��jl' ; - ,, COST AND SCHEDULE Bid #B2100145 , ��rFj COST ! HC Scott has thoroughly vetted the plans and specifications and developed a comprehensive construction plan to provide the best value for Weld County. Our cost estimate was built, using the construction plan , to ensure we have covered all of the items needed to complete the work. We have reached out to our vast directory of subcontractors to provide full scopes for the work IHC Scott won't be performing. Our approach ensures we have a complete package which reduces risk to the County. As mentioned previously, our estimating approach and project management approach provide the County certainty that we will not pursue frivolous change orders . This gives Weld County cost certainty on this project . IHC Scott is committed to Weld County, its residents and this project. Our cost proposal provides the County cost certainty and best value for this project. We are committed to performing this work for the cost submitted and will partner with the county on any issues that arise to mitigate the impact to the County. SCHEDULE As presented previously, our schedule fully encompasses all the activities needed to complete the work . We have applied accurate durations and appropriate logic to fully identity the critical path and any near critical paths . As presented , we have a clear path to completion within the timeframe prescribed by Weld County. In addition , IHC Scott will complete the intersection tie- ins ahead of the 45 days allowed to close the intersection . Our approach and sequencing will limit the impact to Weld County and its residents and will provide a product Weld County can be proud of. BENEFITS OF IHC SCOTT • We have a strong history of successfully • We commit to finishing the intersection completing project with Weld County. full closure ahead of the allotted 45 days. • We provide industry leading quality on • We will have an onsite batch plant to all our projects. maintain mix consistency and provide superior quality concrete pavements. • We are including reconditioning under • We will maintain access to local resi- all existing paved areas to provide a dents and businesses throughout the consistent subgrade. construction. jIIrk 15 IHC SCOTT ) s F+ hw5Y;x ws yr. ..r �^ srr. 'e+ ae;- •F' let((��,..��;;+� i � h i�4-dry n.,ti�.`r �"' 'Xe ii,' x `T�r ' .. �'v�S m�T {f,}� � `° �� +F:�+9s Y '�, �r I'{Y" ^I nit�r'tiaC' tx Evan �y"' .:'�, �.f," �.M . ,�',}" : ..V�w- _ -�'y7S Lpk '•�s jF,,lt A i �. � z S w '�l'"d. r d �may,..``-. 44 t ' � 5 t�z vR t .r. ,1a" ',a'�.��w�"r' 4,-'�'` �" ;,s� - ..--� y witdA�,.':A1,+�Y �`�.��`s�a.;»a_���` S�i.. �'}s���k ci-���. c_ �,�.l:. �.3:�hry ~;xry�,o-n .'T�,.r"`�'�'�.��= ka�.�r.,xf.� - �r,na �.:° rc����•t�-h"�t�x � +3�"5 !.�','."�...,� 1. t 'New CQntrad,Req'uesf _ ' -, _ - - - ,- 4, .1 A ^^,,as,� ---"i vr• - Tom,nr.,.-a.-� � ..� are m r. ,1 Sk r V_ "°-`�1 �iµ�,-..'c s e —_ ,.... �..r..,—F�.,. ter-r .. A*.-.. . _ ,r +'- p ��111 ',Entity information `h'' _ _ -1‘-,'"''', - - `, t. Entity Name* Entity ID* ❑New Entity? A IHC SCOTT INC @00045076 Contract Name* Contract ID Parent Contract ID q 35TH AVE AND O ST ROUNDABOUT PROJECT 5562 i Contract Status Contract Lead* Requires Board Approval 4 CTB REVIEW CPARROTT YES 1 I Contract Lead Email Department Project# l' f cparrott@co weld co us GR-64 Contract Description* t REPLACING THE EXISTING INTERSECTION OF N 35TH AVE. (WCR 64)AND'O'ST (WCR 35)WITH A ROUNDABOUT ' Contract Description 2 k. f CONSENT AGENDA ITEM Contract Type* Department Requested BOCC Agenda Due Date r� AGREEMENT ' PUBLIC WORKS Date 02110/2022 02/14/2022 1 t Amount* Department Email 1 $7,403,932 56 CM- Will a work session with BOCC be required?* r PubhcWorks@weldgov.com NO t z Renewable* NO Department Head Email Does Contract require Purchasing Dept.to be included? l~ CM-PublicWorks- Automatic Renewal DeptHead@weldgov.com P I Gram County Attorney 4 GENERAL COUNTY r ATTORNEY EMAIL 1 LGA County Attorney Email CM- ) COUNTYATTORNEY@WELDG OV.COM q If this is a renewal enter previous Contract ID I I I If this is part of a VISA enter,MSA Contract ID Ii 1 Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in it OnBase - --',.---?'"7-27:---r-- - .- , ,!•r .---...,...._r. ,.,.Y'%'.'.,. Win;_ - •-••._-- _ -nt3"-�'fi'q?,",...�_ ..._.M. --7 '^c'1-"'�-7"-,,-,7,' v-" ^ -.`�,-:....z"-i;'7 7 n+w, - .,r ,'«.F, A "'_ r"Z, 'tY' t r y:4,-'.,,f_ L..«. ay - ' .'rr��„ ' " o r �Contrac�tDates ,-,.,;,,y5,4,,,:,,,_„'` ,,`� ,_'a. r�, ,',� °b` '`,�,�c.._'r,^` ,_;� o f, `�a t,,> �Sr A,,,-)4"11 t 7'! ti`�k P',ullE. yet i F,� ,' a� -ley y5a ld]v �,` i-SY�h r. �i� fZ "�_ ^~J ,1` �w"�A{� ,j I Effective Date Review Date* Renewal Date 1 11/01/2022 s Termination Notice Period Expiration Dates I Committed Delivery Date I 12/31/2022 j ...'' x a . .Contact.�nformation,1 '', ,, %i'',v,y, , e,t;`,; ,,�, -.t =,y- .,,, �� ,- ' -�.,. :4.;� .:..y. 2? :_:-..1`."1- tiL.-..�b.. .., ;.", a_e:max_,.W.�.,1-.L -r..'....,r '.., ..t, L*„ ._.t`a'.'.�_ v 7 I ''...-1e�...—........ j.. x_. ..i._.,...... A'Lw as.,-r-',..., i; , ......., ''..."'''J _' ',1Contact`Info_ , - �, '- y= _ ,¢ '. „ s f.- Contact Name '11./11._ContacE Type y wContact Email 1 2 L Contact Phone 1 N 4 ` Contact Phone 2 4 „-n r r-_,-.7_/.1,.'"_,—_ m __ --,�..,,T___.. ,T-,--' "-r ,- -, `,7 4-;----,<-7, a �,_3.n 2,.-..r,,'r ., m '''1",..P...,.1 'Purc,-.7_/1"'" asing -. .�� `�� , `_ - , , _ _ `. - ��, -- E '`°� �I Purchasing Approver Purchasing Approved Date CONSENT 02/10/2022 !-Approval Process_ - � e Department Head Finance Approver Legal Counsel ESTHER GESICK CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/10/2022 02/10/2022 02/10/2022 I ,Final Approval, - �';` >> --,-,!..-_,-.7,,z,-77:7 ' �� `, - -_1,w a r >�. .47 , _ BOCC Approved Tyler Ref# AG 021422 BOCC Signed Date BOCC Agenda Date 02/14/2022 L--- -- -- --- -- - -- ---- ---- - -- -- Originator CPARROTT �.vti _ �a .�= '�- ,. s3�. �e 't.N� „*p - - �"';rL3�.trv�"� - ,R S;aira4i,+ ' '`..' ≥_` gin `- ''fi�[r fd4- •. .- .r. w'`�... `..klt,� .. �,.'14.e�..'t ' f ?4r•.- —.st..xYa.;: t. I MEMORANDUM 1861 Date: January 26,2022 v co U N T Y To: Rob Turf,Purchasing Manager From: Cameron Parrott,P.E.,Senior Engineer RE: Bid Request No. B2100145 35th Ave.and 0 St. Roundabout Project Recommendation for Award Proposals were received on January 10th, 2022, for the contracted construction of the 35th Ave. and O St. Roundabout Project. This was a best value selection process which included three (3) companies that were short-listed from the previous qualification process. Those companies were Connell Resources, IHC Scott, and Villalobos. Two (2) of the short-listed firms submitted proposals for this work along with bids. The companies that submitted proposals/bids were IHC Scott and Villalobos. The bids received were $7,403,932.56 and $7,781,131.84 with the lower bid submitted by IHC Scott. The Engineer's Estimate for this project was $7,350,298.88. The submitted proposals and bids have been reviewed and were found to be complete with no errors in the bids. The bid tabulation and proposal scoring summary is attached for your information. The selection committee was unanimous with their rankings of the submitted proposals/bids. IHC Scott was determined to have the top ranked proposal and also submitted the lowest construction cost. Since the committee's scores for the proposals/bids was unanimous, it was decided to forgo the interview portion of the best value selection process. It is staffs recommendation to award the construction contract to IHC Scott for a total amount of $7,403,932.56. Public Works has worked successfully with this Contractor in the past, on similar projects. If this proposal/bid is approved by the BOCC, construction is planned to commence in February/March and is planned to be completed by August/September 2022. Z1 —3301 pt / 3I I30-1c1 REQUEST FOR PROPOSALS - SCORING SUMMARY 35th Ave . and 0 St. Roundabout Project Date : 01/14/22 Selection Committee Member' s Rankings Contractor Total Rank CP DD RT RA BW IHC/Scott 1 1 1 1 1 5 1 Villalobos 2 2 2 2 2 10 2 Connell Resources 3 3 3 3 3 15 3 Lower Total = Higher Ranking Best Value = 35TH AVE.&0 ST.ROUNDABOUT PROJECT-BID TABULATION Engineer's Est. IHC Scott Villalobos BID CONTRACT ITEM CONTRACT ITEM UNIT PLAN QUANTITY Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost NUMBER NUMBER 1 201-00000 Clearing and Grubbing L S 1 $ 45,000.00 $ 45,000.00 $ 222,099.66 $ 222,099.66 $ 8,200.00 $ 8,200.00 2 202-00001 Removal of Structure EACH 1 $ 5,000.00 $ 5,000.00 $ 6,297.79 $ 6,297.79 $ 3,800.00 $ 3,800.00 3 202-00035 Removal of Pipe LF 254 $ 32.00 $ 8,128.00 $ 23.61 $ 5,996.94 $ 33.00 $ 8,382.00 4 202-00090 Removal of Delineator EACH 5 $ 6.00 $ 30.00 $ 13.91 $ 69.55 $ 11.34 $ 56.70 5 202-00240 Removal of Asphalt Mat(Planing) SY 14221 $ 4.00 $ 56,884.00 $ 4.02 $ 57,168.42 $ 5.25 $ 74,660.25 6 202-00810 Removal of Ground Sign EACH 15 $ 130.00 $ 1,950.00 $ 80.25 $ 1,203.75 $ 66.00 $ 990.00 7 202-20000 Removal of Ditch LF 40 $ 10.00 $ 400.00 $ 12.25 $ 490.00 $ 150.00 $ 6,000.00 8 203-00010 Unclassified Excavation(Complete In Place) CY 3240 $ 32.00 $ 103,680.00 $ 6.81 $ 22,064.40 $ 35.00 $ 113,400.00 9 203-00050 Unsuitable Material(Contingency) CY 5000 $ 37.50 $ 187,500.00 $ 63.02 $ 315,100.00 $ 38.00 $ 190,000.00 10 203-00210 Borrow(Complete In Place)(R=40 Min.) CY 35114 $ 23.00 $ 807,622.00 $ 24.17 $ 848,705.38 $ 26.00 $ 912,964.00 11 203-01100 Proof Rolling HOUR 80 $ 130.00 $ 10,400.00 $ 72.48 $ 5,798.40 $ 150.00 $ 12,000.00 12 203-01510 Backhoe HOUR 40 $ 140.00 $ 5,600.00 $ 150.83 $ 6,033.20 $ 165.00 $ 6,600.00 13 203-01597 Utility Potholing HOUR 20 $ 255.00 $ 5,100.00 $ 350.00 $ 7,000.00 $ 250.00 $ 5,000.00 14 203-01622 Sweeping(With Pickup Broom) HOUR 100 $ 200.00 $ 20,000.00 $ 250.00 $ 25,000.00 $ 185.00 $ 18,500.00 15 206-00065 Structure Backfill(Flow-Fill)(1,000 psi Weld County Mix) CY 1133 $ 235.00 $ 266,255.00 $ 130.67 $ 148,049.11 $ 205.00 $ 232,265.00 16 207-00205 Topsoil CY 3354 $ 21.00 $ 70,434.00 $ 6.69 $ 22,438.26 $ 8.00 $ 26,832.00 17 207-00210 Stockpile Topsoil CY 17788 $ 5.00 $ 88,940.00 $ 0.25 $ 4,447.00 $ 7.00 $ 124,516.00 18 208-00002 Erosion Log Type 1(12 Inch) LF 660 $ 6.00 $ 3,960.00 $ 6.04 $ 3,986.40 $ 4.69 $ 3,095.40 19 208-00020 Silt Fence LF 3981 $ 2.50 $ 9,952.50 $ 1.33 $ 5,294.73 $ 2.03 $ 8,081.43 20 208-00035 Aggregate Bag IF 138 $ 11.00 $ 1,518.00 $ 8.14 $ 1,123.32 $ 8.81 $ 1,215.78 21 208-00045 Concrete Washout Structure EACH 1 $ 1,500.00 $ 1,500.00 $ 2,500.00 $ 2,500.00 $ 5,000.00 $ 5,000.00 22 208-00070 Vehicle Tracking Pad EACH 4 $ 3,000.00 $ 12,000.00 $ 8,000.00 $ 32,000.00 $ 5,200.00 $ 20,800.00 23 208-00103 Removal and Disposal of Sediment(Labor) HOUR 100 $ 60.00 $ 6,000.00 $ 49.45 $ 4,945.00 $ 36.00 $ 3,600.00 24 208-00207 Erosion Control Management DAY 150 $ 285.00 $ 42,750.00 $ 50.28 $ 7,542.00 $ 300.00 $ 45,000.00 25 208-00300 Temporary Berms LF 4069 $ 2.50 $ 10,172.50 $ 0.50 $ 2,034.50 $ 5.50 $ 22,379.50 26 210-00010 Reset Mailbox Structure EACH 6 $ 450.00 $ 2,700.00 $ 514.87 $ 3,089.22 $ 411.00 $ 2,466.00 27 212-00006 Seeding(Native) ACRE 6.3 $ 1,000.00 $ 6,300.00 $ 6,650.45 $ 41,897.84 $ 6,541.00 $ 41,208.30 28 213-00011 Mulching(Hydraulic) ACRE 6.3 $ 750.00 $ 4,725.00 $ 2,262.51 $ 14,253.81 $ 2,422.00 $ 15,258.60 29 216-00037 Soil Retention Blanket(Coconut) SY 10426 $ 2.25 $ 23,458.50 $ 3.53 $ 36,803.78 $ 3.17 $ 33,050.42 30 216-00301 Turf Reinforcement Mat(Class 1) SY 500 $ 5.00 $ 2,500.00 $ 15.83 $ 7,915.00 $ 10.83 $ 5,415.00 31 304-06000 Aggregate Base Course(Class 6)(R=69 Min.) TON 8789 $ 30.00 $ 263,670.00 $ 26.27 $ 230,887.03 $ 24.00 $ 210,936.00 32 304-09014 Aggregate Base Course(Special) TON 1066 $ 32.00 $ 34,112.00 $ 40.12 $ 42,767.92 $ 30.00 $ 31,980.00 33 306-01009 Reconditioning(Special)(3'Depth) SY 28063 $ 15.00 $ 420,945.00 $ 8.94 $ 250,883.22 $ 28.00 $ 785,764.00 34 403-33841 Hot Mix Asphalt(Grading S)(100)(PG 64-22) TON 3273 $ 73.00 $ 238,929.00 $ 105.57 $ 345,530.61 $ 84.53 $ 276,666.69 35 403-34851 Hot Mix Asphalt(Grading SX)(100)(PG 64-28) TON 1091 $ 83.00 $ 90,553.00 $ 125.62 $ 137,051.42 $ 100.58 $ 109,732.78 36 412-00400 Concrete Pavement(4 Inch) SY 1239 $ 62.00 $ 76,818.00 $ 43.89 $ 54,379.71 $ 38.00 $ 47,082.00 37 412-00801 Concrete Pavement(8 Inch)(Special,Omaha Tan) SY 1756 $ 95.00 $ 166,820.00 $ 90.56 $ 159,023.36 $ 87.00 $ 152,772.00 38 412-00900 Concrete Pavement(9 Inch) SY 18475 $ 88.00 $ 1,625,800.00 $ 79.51 $ 1,468,947.25 $ 84.00 $ 1,551,900.00 39 412-00901 Concrete Pavement(9 Inch)(Special,Davis Red) SY 730 $ 95.00 $ 69,350.00 $ 101.68 $ 74,226.40 $ 112.00 $ 81,760.00 40 412-00920 Concrete Pavement(9 Inch)(Fast Track) SY 500 $ 100.00 $ 50,000.00 $ 99.92 $ 49,960.00 $ 115.00 $ 57,500.00 41 420-00300 Geotextile(Reinforcement)Tensar Triax 160 SY 27493 $ 6.51 $ 178,979.43 $ 4.78 $ 131,416.54 $ 6.00 $ 164,958.00 42 506-00209 Riprap(9 Inch) CY 5 $ 87.00 $ 435.00 $ 1,585.01 $ 7,925.05 $ 220.00 $ 1,100.00 43 601-03000 Concrete Class D(4,500 psi Min.) CY 66 $ 1,200.00 $ 79,200.00 $ 1,955.00 $ 129,030.00 $ 1,300.00 $ 85,800.00 44 602-00000 Reinforcing Steel(Fy=60,000 ksi) LB 13585 $ 1.47 $ 19,969.95 $ 3.49 $ 47,411.65 $ 2.99 $ 40,619.15 45 603-01185 18 Inch Reinforced Concrete Pipe(Complete In Place) IF 84 $ 108.00 $ 9,072.00 $ 162.95 $ 13,687.80 $ 163.50 $ 13,734.00 46 603-02185 23x14 Inch Reinforced Concrete Pipe Elliptical(Complete In Place) LF 1239 $ 195.00 $ 241,605.00 $ 143.05 $ 177,238.95 $ 158.00 $ 195,762.00 47 603-02245 30x19 Inch Reinforced Concrete Pipe Elliptical(Complete In Place) LF 58 $ 180.00 $ 10,440.00 $ 159.80 $ 9,268.40 $ 201.00 $ 11,658.00 48 603-02305 38x24 Inch Reinforced Concrete Pipe Elliptical(Complete In Place) LF 736 $ 200.00 $ 147,200.00 $ 204.40 $ 150,438.40 $ 201.00 $ 147,936.00 49 603-02425 53x34 Inch Reinforced Concrete Pipe Elliptical(Complete In Place) IF 493 $ 260.00 $ 128,180.00 $ 296.05 $ 145,952.65 $ 292.00 $ 143,956.00 50 603-05118 23x14 Inch Reinforced Concrete End Section Elliptical EACH 2 $ 1,750.00 $ 3,500.00 $ 2,364.29 $ 4,728.58 $ 4,200.00 $ 8,400.00 Page 1 of 2 35TH AVE.&0 ST.ROUNDABOUT PROJECT-BID TABULATION Engineer's Est. IHC Scott Villalobos BID CONTRACT ITEM CONTRACT ITEM UNIT PLAN QUANTITY Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost NUMBER NUMBER 51 603-05124 30x19 Inch Reinforced Concrete End Section Elliptical EACH 1 $ 3,100.00 $ 3,100.00 $ 2,535.19 $ 2,535.19 $ 4,428.00 $ 4,428.00 52 603-05130 38x24 Inch Reinforced Concrete End Section Elliptical EACH 10 $ 2,000.00 $ 20,000.00 $ 2,917.30 $ 29,173.00 $ 5,300.00 $ 53,000.00 53 603-10150 15 Inch Corrugated Aluminized Steel Pipe LF 120 $ 125.00 $ 15,000.00 $ 115.32 $ 13,838.40 $ 110.00 $ 13,200.00 54 603-10240 24 Inch Corrugated Aluminized Steel Pipe LF 40 $ 185.00 $ 7,400.00 $ 138.51 $ 5,540.40 $ 162.00 $ 6,480.00 55 603-30015 15 Inch Steel Aluminized End Section EACH 6 $ 450.00 $ 2,700.00 $ 955.06 $ 5,730.36 $ 540.00 $ 3,240.00 56 603-30024 24 Inch Steel Aluminzed End Section EACH 2 $ 870.00 $ 1,740.00 $ 1,131.39 $ 2,262.78 $ 1,242.00 $ 2,484.00 57 604-19105 Inlet Type R L 5(5 Foot) EACH 6 $ 6,000.00 $ 36,000.00 $ 7,157.83 $ 42,946.98 $ 5,500.00 $ 33,000.00 58 604-19205 Inlet Type R L 10(5 Foot) EACH 2 $ 7,600.00 $ 15,200.00 $ 9,183.97 $ 18,367.94 $ 8,000.00 $ 16,000.00 59 604-31005 Manhole Box Base(5 Foot) EACH 2 $ 6,200.00 $ 12,400.00 $ 6,267.86 $ 12,535.72 $ 10,800.00 $ 21,600.00 60 604-31010 Manhole Box Base(10 Foot) EACH 4 $ 6,700.00 $ 26,800.00 $ 12,434.39 $ 49,737.56 $ 11,800.00 $ 47,200.00 61 609-21010 Curb and Gutter Type 2(Section I-B) LF 3619 $ 31.50 $ 113,998.50 $ 24.14 $ 87,362.66 $ 25.00 $ 90,475.00 62 609-21013 Curb and Gutter Type 2(Section I-M)(Special) LF 478 $ 50.00 $ 23,900.00 $ 53.19 $ 25,424.82 $ 45.00 $ 21,510.00 63 609-21020 Curb and Gutter Type 2(Section II-B) LF 4367 $ 35.50 $ 155,028.50 $ 40.65 $ 177,518.55 $ 28.00 $ 122,276.00 64 612-00046 Delineator(Flexible)(Special)(Type I) EACH 45 $ 40.00 $ 1,800.00 $ 62.51 $ 2,812.95 $ 50.00 $ 2,250.00 65 612-00047 Delineator(Flexible)(Special)(Type II) EACH 21 $ 42.00 $ 882.00 $ 60.25 $ 1,265.25 $ 48.20 $ 1,012.20 66 612-00048 Delineator(Flexible)(Special(Type III) EACH 8 $ 45.00 $ 360.00 $ 61.47 $ 491.76 $ 49.17 $ 393.36 67 614-00011 Sign Panel(Class I) SF 174 $ 23.00 $ 4,002.00 $ 16.34 $ 2,843.16 $ 2.44 $ 424.56 68 614-00012 Sign Panel(Class II) SF 252 $ 27.50 $ 6,930.00 $ 26.25 $ 6,615.00 $ 21.03 $ 5,299.56 69 614-00216 Steel Sign Post(2x2 Inch Tubing) LF 676 $ 15.00 $ 10,140.00 $ 14.30 $ 9,666.80 $ 11.66 $ 7,882.16 70 620-00002 Field Office(Class 2) EACH 1 $ 25,000.00 $ 25,000.00 $ 20,000.00 $ 20,000.00 $ 40,000.00 $ 40,000.00 71 620-00020 Sanitary Facility EACH 2 $ 1,600.00 $ 3,200.00 $ 2,500.00 $ 5,000.00 $ 2,500.00 $ 5,000.00 72 625-00000 Construction Surveying L 5 1 $ 80,000.00 $ 80,000.00 $ 118,593.30 $ 118,593.30 $ 120,000.00 $ 120,000.00 73 626-00000 Mobilization L 5 1 $ 400,000.00 $ 400,000.00 $ 530,792.89 $ 530,792.89 $ 350,000.00 $ 350,000.00 74 627-00005 Epoxy Pavement Marking GAL 129 $ 82.00 $ 10,578.00 $ 365.99 $ 47,212.71 $ 394.00 $ 50,826.00 75 627-30405 Preformed Thermoplastic Pavement Marking(Word-Symbol) SF 219 $ 16.00 $ 3,504.00 $ 26.62 $ 5,829.78 $ 34.00 $ 7,446.00 76 627-30410 Preformed Thermoplastic Pavement Marking(Xwalk-Stop Line) SF 48 $ 13.50 $ 648.00 $ 19.96 $ 958.08 $ 24.00 $ 1,152.00 77 630-00000 Flagging HOUR 500 $ 23.00 $ 11,500.00 $ 37.56 $ 18,780.00 $ 40.00 $ 20,000.00 78 630-00007 Traffic Control Inspection DAY 150 $ 225.00 $ 33,750.00 $ 160.50 $ 24,075.00 $ 132.00 $ 19,800.00 79 630-00008 Traffic Control(Signage) L S 1 $ 40,000.00 $ 40,000.00 $ 30,726.72 $ 30,726.72 $ 24,600.00 $ 24,600.00 80 630-00012 Traffic Control Management DAY 60 $ 950.00 $ 57,000.00 $ 902.79 $ 54,167.40 $ 735.00 $ 44,100.00 81 630-80359 Portable Message Sign Panel DAY 100 $ 85.00 $ 8,500.00 $ 40.12 $ 4,012.00 $ 33.00 $ 3,300.00 82 630-80370 Concrete Barrier(Temporary) LF 100 $ 32.00 $ 3,200.00 $ 50.13 $ 5,013.00 $ 220.00 $ 22,000.00 83 700-70010 F/A Minor Contract Revisions F A 1 $ 500,000.00 $ 500,000.00 $ 500,000.00 $ 500,000.00 $ 500,000.00 $ 500,000.00 84 _ 700-70380 F/A Erosion Control F A 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 7,350,298.88 $ 7,403,932.56 $ 7,781,131.84 no errors no errors Cost Score Cost Score 4.946 4.569 Diff.from Eng.Est. Diff.from Eng.Est. $ 53,633.68 $ 430,832.96 0.73% 5.86% Page 2 of 2 WELD COUNTY PURCHASING 186.1 1150 O Street, Room #107, Greeley, CO 80631 �, , -_. E-Mail: cmpeters@weldgov.com E-mail: reverettAweldgov.com L , j ! E-mail: rturf c( weldgov.com c o uM T Y Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: DECEMBER 1, 2021 REQUEST FOR: 35TH AVENUE & O STREET ROUNDABOUT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2100145 - Proposals PRESENT DATE: JANUARY 17, 2022 APPROVAL DATE: TBD (JANUARY 31, 2022) VENDORS VILLALOBOS CONCRETE COMPANY 5472 LINCOLN ST, 2ND FLOOR DENVER CO 80216 IHC SCOTT 7135 SOUTH TUCSON WAY ENGLEWOOD CO 80120 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE PROPOSALS FROM THE SHORTLIST CONTRACTORS. ZOL1- 3-6A WELD COUNTY PURCHASING '861 1150 O Street, Room #107, Greeley, CO 80631 E-Mail: cmpeters(a�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a�weldgov.com — G o u N__Y Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: DECEMBER 1, 2021 REQUEST FOR: 351H AVENUE & O STREET ROUNDABOUT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2100145 - Proposals PRESENT DATE: JANUARY 17, 2022 APPROVAL DATE: TBD VENDORS VILLALOBOS CONCRETE COMPANY 5472 LINCOLN ST, 2ND FLOOR DENVER CO 80216 IHC SCOTT 7135 SOUTH TUCSON WAY ENGLEWOOD CO 80120 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE PROPOSALS FROM THE SHORTLIST CONTRACTORS. 4OO21 I /fl EC 0019 WELD COUNTY PURCHASING N4igtar, 1150 O Street, Room #107, Greeley, CO 80631 , E-Mail: cmpeters@weldgov.com E-mail: reverett@weldgov.com _. ._: E-mail: rturfcweldoov.corn _c o u 1?Y Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: DECEMBER 1, 2021 REQUEST FOR: 35TH AVENUE & O STREET ROUNDABOUT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2100145 - RFQ PRESENT DATE: DECEMBER 6, 2021 APPROVAL DATE: TBD VENDORS VILLALOBOS CONCRETE COMPANY 5472 LINCOLN ST, 2N° FLOOR DENVER CO 80216 IHC SCOTT 7135 SOUTH TUCSON WAY ENGLEWOOD CO 80120 CONNELL RESOURCES 7785 HIGHLAND MEADOWS PKWY. #100 FORT COLLINS CO 80528 DURAN EXCAVATING INC 14332 CR 64 GREELEY CO 80631 JALISCO INTERNATIONAL INC 6663 COLORADO BOULVARD COMMERCE CITY CO 80022 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE QUALIFICATIONS FOR SHORTLIST CONTRACTORS. 2021-3301 IZ-/O (o eC10019 Hello