Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20222383.tiff
Cor*ccl- ipttv-13ct MEMORANDUM TO: Esther Gesick, CTB DATE: November 3, 2022 FROM: Clay Kimmi, P.E., Public Works SUBJECT: 62200115 — CR 66 & CR 41 Intersection Project Please place the attached contract on the BOCC consent agenda for an upcoming 9 am hearing. The contract is for the construction of the CR 66 and CR 41 Intersection project. The Board awarded the contract to IHC-Scott, Inc. on October 31, 2022. The contract id is 6439. The Tyler reference number is 2022-2383. The contract is for an amount not to exceed $12,821,472.91. The contract amount is also included in the 2022 and 2023 Public Works budget. I will plan on attending the meeting to answer any questions. Costrrhop-dou II/lu /2ozZ 4()) 202223$3 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND IHC SCOTT. INC CR 66 & CR 41 INTERSECTION PROJECT IE THIS AGREEMENT is made and entered into this day of MovenL%ti< 2022, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, on behalf of the Department of Public Works, hereinafter referred to as "County," and IHC Scott, Inc , hereinafter referred to as "Contractor" WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits, and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required Construction Services to provide the services according to the terms of this Agreement, and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below, NOW, THEREFORE, in consideration of the mutual promises and covenants contained ,herein, the parties hereto agree as follows Introduction The terms of this Agreement are contained in the terms recited in this document and in 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") Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No 02200115" The RFB contains all the specific requirements of the County MEW B consists of Contractor's Response to County's Request for Bid The Response confirms Contractor's obligations under this Agreement 2 Service or Work Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and matenals necessary to perform and complete the Work described the attached Exhibits Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contractors performing construction services of a similar nature to those described in this Agreement Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of the Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement 3 Term The term of this Agreement begins upon the date of the execution of this Agreement, shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year This Agreement may be extended upon mutual written agreement of the Parties In its sole discretion, the County, by the Director of the Department of Public Works or his or her 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 the 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 the County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, matenals and documents which have been paid for by County, and these items, matenals and'documents shall be the property of County Copies of work product 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 materials which Contractor provided prior to the date of the termination notice, but which had riot yet been approved for payment, and (3) the cost of any work which the County approves in wnting 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 satisfactonly 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 dawn' 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 gm to performance of any work covered in the anticipated Change Order Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement 6 Compensation/Contract Amount Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount not to $12.821,742 91, 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 wntten 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 from County as a result of the execution of this Agreement Contractor shall perform its duties hereunder BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: CR 66 and CR 41 Intersection Project — Bid Award DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi, Jay McDonald, Curtis Hall, Don Dunker DATE: October 21, 2022 Brief description of the problem/issue: On July 14, 2022, the BOCC approved a pass around allowing Public Works to use the Best Value bidding process that is outlined in Chapter 5, Article 5-4-40 of the Weld County Code. The Request for Qualifications (RFQ) for the CR 66 and CR 41 Intersection Project was advertised on July 29. Three RFQs were received on August 15. Public Works and Purchasing reviewed the RFQs and shortlisted 2 of the 3 bidders on August 22. The shortlisted bidders were provided the Request For Proposal (RFP) on August 29. The bidders provided their proposals including costs on September 26. Following the review of the proposals, the bidders were invited to an interview with the review committee to present their project approach and answer questions that the County had regarding the proposals and bids. The interviews were held on October 5. After the interviews, it was apparent to the County that several items in the bid needed to be further clarified. As a result, it was decided to proceed to the Best and Final Option (BAFO) phase of the bidding process. The items needing more information were clarified and the bidders were given the opportunity to revise their bids to account for the new information. The bids from the BAFO were opened on October 20. The scoring process used in the selection of the bidder representing the best value to the County is summarized in the attached documents. The bidder's proposals were reviewed using 5 different weighted categories representing a maximum of 100 points. The bidder's qualifications, work approach, critical issues, and familiarity with Weld County represent 60% of the RFP score and cost/schedule represents 40% of the RFP score. The interviews were scored using 4 weighted categories representing 100 points. The total number of points available equals 100. The BAFO pricing is substituted back into the scoring matrix to get a new RFP score for the cost/schedule category. The total scores are ranked from high to low with the highest score being assigned a rank of 1. Each reviewer's rank is then summed to get an aggregate ranking. For this project, IHC-Scott was ranked as number 1 by all 5 reviewers for a total score of 5. Structures Inc. was ranked as number 2 by all 5 reviewers for a total score of 10. The bidder with the lowest score represents the best value to the County. The engineer's estimate for the project was $12,667,391.25. IHC-Scott's bid price for the project was $12,821,742.91. Structure Inc's bid price was 12,423,928.93. IHC-Scott was within 1.22% of the engineer's estimate and Structures was within 1.9% of the engineer's estimate. IHC-Scott represents the best value for the County because they plan to provide all the concrete required for the project from their own batch plant which will be less than 1 mile from the project. Having their own plant setup allows IHC-Scott to maintain a high quality of concrete for the project. The use of their own plant also reduces the risk of having schedule delays due to quantity limitations which have plagued contractors throughout 2022. The result of having their own batch plant is shown in IHC-Scott's bid because it is approximately $398,000 higher than Structure Inc's bid. Structures Inc is proposing to haul all the concrete including the concrete required for paving from Martin Marietta's concrete batch plant on CR 13. Structures Inc will not have exclusive use Martin Marietta's batch plant and will be impacted by quantity limitations which have plagued contractors throughout 2022. The quantity limitations at a third party batch plant are not expected to decrease in 2023 due to supply chain issues and the lack of qualified delivery drivers. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. The Board can opt to award the construction contract for the CR 66 and CR 41 project to IHC-Scott because they represent the best value to Weld County after all factors are considered. The risk associated with schedule delays is minimized by having a Contractor who can control their production of concrete and is not subject to the quantity limitations of a third party batch plant. 2. The Board can request a work session to further discuss these bids. Recommendation: Public Works recommends Option 1 which is to award the construction contract to IHC-Scott because they represent the best value to the County. Public Works has budgeted money in the 2022 and 2023 budgets to cover awarding the contract to IHC-Scott without asking for a supplemental budget increase. The contract would be done using Notice to Proceed 1 (NPT1) in the amount of $2,000,000 in 2022 and NPT2 in the remaining amount for 2023. Public Works has coordinated with Don Warden and he is in concurrence with our recommendation. rove Schedule R mendation Work Session Other/Comments: Perry L. Buck Mike Freeman, Pro-Tem inn Lv,Scott K. James, Chair Steve Moreno Lori Seine ( ,awe g,9.,,. 4,,/.K a N as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods or 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. 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 wilful 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: IHC Scott Name: Jeff Meyer Position: Project Manager Address: 10303 East Dry Creek Road Suite 300 Englewood, CO 80121 E-mail: jemerverno.ihcscott.corn Phone: 847-778-4040 County: Weld County Public Works Name: Clay Kimmi, P.E. Position: Senior Engineer Address: P.O. Box 758 1111 H Street Greeley, CO. 80632-0758 E-mail: ckimmi(aiweldgov.com Phone: 970-400-3741 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 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 contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 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 contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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. §200.318(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. 34. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this , 2022. CONTRACTOR: By: Name` Title: T HG Sc.or ..Zrivc tJy�e &aa rpa Jr WELD COUNTY: ATTEST: 1 Weld C • u , - rk to the B BY: Deputy Clerk to t `,kh day of Nowt& V t/1J/?off. Date o Signature BOARD OF COUNTY COMMISSIONERS WELDCOUNTY, COLORADO Scott James, Chair rvd 1 4 ,24.2A °Y-3 EXHIBIT A BID NO. B2200115 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR CR 66 AND CR 41 INTERSECTION PROJECT August 29, 2022 Revised September 20, 2022 Revised October 13, 2022 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 TABLE OF CONTENTS The following forms and provisions take precedence over plan drawings and supplement the 2021 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to administer the construction of this project. BIDDING REQUIREMENTS: *All Bidders must submit these forms with their Bid. **Low Bidder must submit these forms to Weld County by 4:30 PM the day following the bid opening. Invitation for Bids 1 Instructions to Bidders 3-12 Bid Proposal 13-14 *Bid Schedule 15-21 *Bid Bond 22 *IRS Form W-9 23 * Statement of Qualifications and Contractors 24-27 **Contractor's Performance Capability Statement (Weld County Form #605) 28 *Anti -Collusion Affidavit (Weld County Form # 606) 29 *Assignment of Antitrust Claims (Weld County Form #621) 30 *Debarment and Suspension Certification 31 *Certification of Compliance with Equal Opportunity Clause Requirements 32 *Bidder's List (Weld County Form #1413) 33 WELD COUNTY CONTRACT FORMS: *Low Bidder must submit these forms prior to Contract Award. *Notice of Award 34 *Agreement 35-43 *Performance Bond 44-45 *Labor and Materials Payment Bond 46-47 Notice to Proceed 48 Change Order (Example) 49 Certificate of Substantial Completion 50 Lien Waiver (General Contractor) 51 Final Lien Waiver (Subcontractors) 52 Notice of Acceptance 53 WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions Index 54-55 Project Special Provisions 56-255 ADDITIONAL DOCUMENTS: Construction Plan Set Separate Document M&S Standard Revisions Separate Document Geotechnical Report Separate Document Pavement Report Separate Document REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: AUGUST 29, 2022 BID NUMBER: B2200115 DESCRIPTION: CR 66 AND CR 41 INTERSECTION PROJECT MANDATORY PRE -BID CONFERENCE DATE: AUGUST 29, 2022 AT 10 AM FINAL DATE FOR ASKING QUESTIONS: SEPTEMBER 19, 2022 AT 7 AM FINAL DATE FOR FINAL ADDENDUM: SEPTEMBER 21, 2022 AT 5 PM BID DEADLINE DATE: SEPTEMBER 26, 2022 AT 10 AM INTERVIEW DATE (IF REQUIRED): OCTOBER 5, 2022 ANTICIPATED BID AWARD BY BOCC: OCTOBER 17, 2022 ANTICIPATED NOTICE TO PROCEED 1: NOVEMBER 1, 2022 ANTICPATED NOTICE TO PROCEED 2: JANUARY 3, 2023 ANTICIPATED COMPLETION DATE:., ULY 14, 2023 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: CR 66 & CR 41 Intersection Project The project in general consists of construction of a new cast in place box culvert, adding left turn lanes to all four legs of the intersection, concrete paving and HMA paving, replacement and relocation of irrigation and drainage systems, and correction of site distance issues. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, concrete pavement, concrete lined irrigation/barrow ditches, and installation of various sized RCP culverts and irrigation pipelines. A mandatory pre -bid conference will be held at 10:00 AM., on Monday, August 29, 2022, at the Weld County Public Works Building. The Public Works Building is located at 1111 H Street in Greeley, CO. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley, CO 80631. until: 10:00 AM on September 26, 2022 (Weld County Purchasing Time Clock). PAGES 1 - 14 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL THE INFORMATION CONTAINED IN PAGES 1 - 14 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 12. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. Bid information can be found on the BidNet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being 1 utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County Emailed bids are required. Bids shall 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 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 Bid • Contractor's Response to the Bid • All Addendums All Appendices 2 All Exhibits Specifications including Weld County Special Provisions, CDOT Project Special Provisions, CDOT Standard Special Provisions, CDOT Standard Provisions, CDOT Field Materials Manual, CDOT Construction Manual, CDOT Survey Manual, and other referenced sources. Plans including detailed plans and standard plans 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 their observations with requirements of the Contract Documents and Drawings and otherwise satisfy themselves of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be 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 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 3 submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/ Purchasing Director may at their sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the responsible bidder whose Bid represents the "Best Value" to Weld County and compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the responsible Bidder who bid represents the "Best Value" to Weld Count within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he 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 Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within 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 bidder agrees that the signed bid submitted, all the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. 4 Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: • Nature and location of the site where the Work is to be performed. • 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 Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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 or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder 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 Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder 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. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder 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 Successful bidder 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, Successful bidder 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 Successful bidder receives federal or state funds under the contract, Successful bidder 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. 5 § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder 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. 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. 6 H. Attorney's Fees/Legal Costs: In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Service or Work: Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. L. Termination; 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. 7 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, 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. 8 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 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: 9 (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. 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 10 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. 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, 11 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. 12 BID PROPOSAL To: Weld County Purchasing Department Attention: Controller/Purchasing Director P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Bid Proposal for: CR 66 & CR 41 Intersection Project PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees, permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax, if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub -Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-114, CRS, and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor & Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108 and as revised by Weld County. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, the Bidder must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD 13 The Owner reserves the right to reject any Bid from any Bidder to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder, how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. For any discrepancy between words and figures; the words will control. All mathematics will be checked and the correct total used for determining the low bidder. All proposals must be received by 10:00 AM (Purchasing Clock) on the due date. 14 BID TABULATION Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL. COST 1 201-00000 CLEARING AND GRUBBING LS 1 2 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 3 202-00001 REMOVAL OF STRUCTURE EA 4 4 202-00010 REMOVAL OF TREE EA 2 5 202-00025 REMOVAL OF DITCH LINING LF 791 6 202-00035 REMOVAL OF PIPE LF 1,786 7 202-00155 REMOVAL OF WALL LF 193 8 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (SPECIAL) SY 16,792 9 202-00250 REMOVAL OF PAVEMENT MARKING SF 375 10 202-00810 REMOVAL OF GROUND SIGN EA 9 11 202-01000 REMOVAL OF FENCE LF 373 12 203-00050 UNSUITABLE MATERIAL CY 7,430 13 203-00060 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 45,873 14 203-01100 PROOF ROLLING HOUR 80 15 203-01500 BLADING HOUR 40 16 203-01550 DOZING HOUR 40 17 203-01597 POTHOLING HOUR 80 18 203-02330 LABORER HOUR 100 19 203-00500 ROCK FILL (57-67) (CONTINGENCY) CY 1,000 20 203-00510 ROCK FILL (3" MINUS) (CONTINGENCY) CY 1,000 21 206-00000 STRUCTURE EXCAVATION CY 2109 22 206-00050 STRUCTURE BACKFILL (SPECIAL) CY 617 23 206-00060 STRUCTURE BACKFILL (SPECIAL) (FLOW -FILL) (WELD COUNTY MIX) CY 97 24 206-00100 STRUCTURE BACKFILL (CLASS 1) CY 227 25 207-00205 REDISTRIBUTE TOPSOIL (6 INCHES) CY 11,390 26 207-00210 STOCKPILE TOPSOIL CY 11,390 27 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 5,251 15 Bid # ITEM # ITEM DESCRIPTION ` UNIT QUANTITY UNIT PRICE TOTAL COST 28 208-00011 EROSION BALES (WEED FREE) EA 104 29 208-00020 SILT FENCE LF 4,511 30 208-00035 ROCK SOCK (AGGREGATE BAGS) LF 1,540 31 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EA 2 32 208-00070 VEHICLE TRACKING PAD (PRE -FABRICATED) EA 4 33 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR 100 34 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) HOUR 100 35 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 80 36 208-00207 EROSION CONTROL MANAGEMENT DAY 180 37 208-00300 TEMPORARY BERMS LF 8,095 38 210-00010 RESET MAILBOX STRUCTURE EA 5 39 210-00810 RESET GROUND SIGN EA 2 40 211-03002 DEWATERING DAY 90 41 212-00009 SEEDING (TEMPORARY) ACRE 8.3 42 212-00702 BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) LB 52,543 43 212-00706 SEEDING (NATIVE) (DRILL) ACRE 11.7 44 213-00004 MULCHING (WEED FREE STRAW) ACRE 14.9 45 216-00201 SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE) (CLASS 1) SY 2,979 46 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 15,942 47 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 5,712 48 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 2,333 49 412-00900 CONCRETE PAVEMENT (9 INCH) SY 11,571 50 420-00132 GEOTEXTILE (MIRAFI RS580i) SY 7,050 51 420-00300 GEOGRID (TENSAR TX -160) SY 43,121 52 506-00412 SOIL RIPRAP (12 INCH) CY 1,780 53 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 851 54 509-00001 STRUCTURAL STEEL (GALVANIZED) LB 2,768 16 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 55 515-00120 WATERPROOFING (MEMBRANE) SY 740 56 518-00106 WATERSTOP (6 INCH) LF 187 57 601-03000 CONCRETE CLASS D CY 927 58 602-00020 REINFORCING STEEL (EPDXY COATED) LB 233,904 59 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 546 60 603-01240 24 INCH REINFORCED CONCRETE PIPE LF 618 61 603-01360 36 INCH REINFORCED CONCRETE PIPE LF 64 62 603-01420 42 INCH REINFORCED CONCRETE PIPE LF 1,315 63 603-01600 60 INCH REINFORCED CONCRETE PIPE LF 163 64 603-02180 23x14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 121 65 603-02240 30x19 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 101 66 603-02360 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 25 67 603-05018 18 INCH REINFORCED CONCRETE END SECTION EA 10 68 603-05024 24 INCH REINFORCED CONCRETE END SECTION EA 4 69 603-05036 36 INCH REINFORCED CONCRETE END SECTION EA 1 70 603-05042 42 INCH REINFORCED CONCRETE END SECTION EA 1 71 603-05060 60 INCH REINFORCED CONCRETE END SECTION EA 1 72 603-05118 23x14 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA 2 73 603-05124 30x19 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA 2 74 603-05136 45x29 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA 1 75 603-10120 12 INCH CORRUGATED STEEL PIPE LF 32 76 603-50008 8 INCH PLASTIC PIPE (SDR-35) LF 489 77 603-81018 18 INCH CAST IRON PIPE LF 72 78 604-00305 INLET TYPE C (5 FOOT) EA 2 79 604-00505 INLET TYPE D (5 FOOT) EA 1 17 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 80 604-30005 MANHOLE SLAB BASE (5 FOOT) 60" DIAMETER FLAT TOP EA 2 81 604-30010 MANHOLE SLAB BASE (10 FOOT) 48" DIAMETER EA 2 82 604-30010 MANHOLE SLAB BASE (10 FOOT) 60" DIAMETER FLAT TOP EA 1 83 607-11525 FENCE (PLASTIC) LF 847 84 609-23000 GUTTER TYPE 2 (SPECIAL) LF 229 85 612-00001 DELINEATOR (TYPE I) EA 43 86 612-00002 DELINEATOR (TYPE II) EA 34 87 612-00003 DELINEATOR (TYPE III) EA 22 88 614-00011 SIGN PANEL (CLASS I) SF 115 89 614-00012 SIGN PANEL (CLASS II) SF 30 90 614-00218 STEEL SIGN POST (2.25 INCH X 2.25 INCH SQUARE POST) LF 245 91 620-00002 FIELD OFFICE (CLASS 2) (COUNTY SUPPLIED) EA 1 92 620-00020 SANITARY FACILITY EA 1 93 625-00000 CONSTRUCTION SURVEYING LS 1 94 626-00000 MOBILIZATION LS 1 95 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 136 96 627-01011 PREFORM PLASTIC PAVEMENT MARKING (CONTRAST) (INLAID) SF 2,544 97 627-30323 PREFORM PLASTIC PAVEMENT MARKING (WORD -SYMBOL) (TYPE I) (INLAID) SF 194 98 627-30328 PREFORM PLASTIC PAVEMENT MARKING (XWALK - STOP LINE) (TYPE I) (INLAID) SF 218 99 629-01002 SURVEY MONUMENT (TYPE 2) EA 4 100 629-01004 SURVEY MONUMENT (TYPE 4) EA 47 101 629-01006 SURVEY MONUMENT (TYPE 6) EA 69 102 629-01031 SURVEY MONUMENT (TYPE 3A) EA 3 103 630-00016 TRAFFIC CONTROL MANAGEMENT (SPECIAL) LS 1 18 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 104 700-70010 *F/A MINOR CONTRACT REVISIONS F/A 1 $500,000.00 $500,000.00 105 700-70016 *F/A FUEL COST ADJUSTMENT F/A 1 $100,000.00 $100,000.00 106 700-70019 *F/A ASPHALT CEMENT COST ADJUSTMENT F/A 1 $ 25,000.00 $ 25,000.00 107 700-70380 *F/A EROSION CONTROL F/A 1 $150,000.00 $150,000.00 108 924-00170 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, & 603 DAY 120 TOTAL BID PRICE ($): TOTAL BID WRITTEN WORDS: ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS: Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments. To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below. No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO". If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project." When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked. After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments. (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections): YES, I choose to accept Fuel Cost Adjustments for this project NO, I choose NOT to accept Fuel Cost Adjustments for this project YES, I choose to accept Asphalt Cost Adjustments for this project NO, I choose NOT to accept Asphalt Cost Adjustments for this project 19 NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2. Performance of each and every portion of the Work is included as part of the Contractor's Price. 3. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 5. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 8. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200115. 9. The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 10. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 11. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 20 FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-14. 21 *BID BOND PROJECT: CR 66 & CR 41 INTERSECTION PROJECT KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter called the Principal, a [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Dollars ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated , 2022 for the CR 66 & CR 41 INTERSECTION PROJECT, and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly and severally liable to the Owner in the penal sum described above. WHEREAS, the Owner has required as a condition for receiving said Proposal that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Proposal or in lieu thereof furnish a Proposal Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. The above obligation is void if the Principal enters into the Contract within sixty (60) days of selection of the Principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of ,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 Witness: Signature: Printed Name: Title: ATTEST: By: 22 Form W-9 (Rev. August 2013) Department or the Treasury Internal Revenue Sen�ice Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not Send to the IRS. m cS- g rn a G r�` .; i c a • Name (as shown on your income tax return) Business name/disregarded entity name, if different from above Check appropriate box for federal tax classification: ❑ Individ uaVsole proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate ❑ Limited liability comps,. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► ❑ Other (see instructions) I. Exemptions Exempt payee (see instructions): code (it any) from FATCA reporting Address (rwmber, street, and apt. or suite no.) Requester's name and address (optional) Gjty, state, and ZIP code List account numbers) here (optional) Taxpayer Ident5ication 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 withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, ft is your employer identification number (EIN). If you do not have a number, see How to get a TIN onpage 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Employer identification mintier Inca Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 2. I am not subject to backup withholding because: (a) 1 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 c failure to report all interest or djvjdends, 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 Of any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not appy. For mortgage interest paid, acquisjtlon or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than irrterest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature of US. person► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page nn IRS.gov for information about Farm W-9, at www.frs.govlw9. Information about any future developments affecting Forme. W-9 (such as legislation enacted after we release it) will be posted on that pag Purpose of Form A person who is required to file an information retrn with the IRS muss obtain your correct taxpayer identification number (rlr� to repot, 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, orcontritxrtions you made to an IRA. lJse Form W-9 only if ycu are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (The reuester) and, when applicable, to: Cthat the TIN you are giving is coned (or you are waiting fora number to 1. be issueertify d), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you area U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA codes) entered on this form' any) indicating that you are exempt from the FATCA reporting, is cared. Note. If you area U.S. person and a requester gives you a form other than Form W-9 to requestyour TIN, you must use the requester's form if it is substantially similar to this Farm 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, 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 rotes 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 sedion 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade m- business in the lJnited States, provide Form W-9 to the partnerstp to establish your U.S. states and avoid section 1446 withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 8-2013) 23 *STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Proposer: 2. Type of Entity: 3. Permanent main office address: Phone Number: Fax Number: 4. Year Company was organized: 5. Number of years this Company has been engaged similar construction: 6. Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? 7. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: Project Name Contract Amount Completion Date $ 8. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 9. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. 24 10. List all contracts within the last three years during which or after which the Company filed a protest with the owner. 11. List all contracts within the last three years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. 12. Has any owner, as party to any of the Company's contracts within the last three years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. 13. Describe all contracts that the Company failed to complete. 14. Describe all contracts on which the Company defaulted or from which the Company was terminated. 15. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Representative: Phone: 25 Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 16. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK 17. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. PERTINENT NAME TITLE YRS. EXPERIENCE 18. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 2022. 26 Bidder: Company By: Signature Name: (Please Type) Title: NOTARY County of ss. State of being duly sworn, deposes and says that he is (Name) Of , and that the (Title) (Company Name) answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of , 2022. (SEAL) 27 Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project # 1. List names of partnerships or joint ventures ❑ none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to Weld County. (Attach additional sheets if necessary.) a. Key personnel changes ❑ none b. Key equipment changes ❑ none c. Fiscal capability changes (legal actions, etc.) ❑ none d. Other changes that may effect the contractors ability to perform work. ❑ none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name By I Date Title 2nd Contractor's firm or company name (if joint venture) By I Date Title Weld Forrn #605 1120 28 WELD COUNTY ANTI -COLLUSION AFFIDAVIT PROJECT NO. LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncompetitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Weld County, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name By I Date Title 2nd Contractor's firm or company name. (If joint venture.) By I Date Title Sworn to before me day of, 20 Notary Public My commission expires NOTE: This document shall be signed in ink. Weld Form #606 08/22 29 Weld County ASSIGNMENT OF ANTITRUST CLAIMS PROJECT No. Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by Weld County pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and c. Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder; and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractors behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. By Title 2nd contractors firm or company nametlfjoint venture.) By I Date Title Weld Forth 4.621 .0 30 *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 31 *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.) 32 Weld County BIDDERS LIST roject., Proposal pate Contractor Region bidder MO N9t Of... seeking td{tartld Firm Name Email Work Proposed (Select all that appy) DBE (YIN) Selected (WV) dtoa provided herein ie h. aM correei to the„best of rrayr knoapteti Name Signature/Initials Title (Date Work Proposed Cate JscntcHf tgs air) yat?lC315Ft21Gtt�F ap, Llrrlify Wal2r arrir.5ew�rL,nss Thrs wrm iaust oe suointtrea oy tae proposal oeamme. Weld County Form #1413 08/22 33 **NOTICE OF AWARD To: Project Description: CR 66 & CR 41 INTERSECTION PROJECT The project in general consists of construction of a new cast in place box culvert, adding left turn lanes to all 4 legs of the intersection, concrete paving and HMA paving, replacement and relocation of irrigation and drainage systems, and correction of site distance issues. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, concrete pavement, concrete lined irrigation/barrow ditches, and installation of various sized RCP culverts and irrigation pipelines. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute two originals of the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within five (5) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within five (5) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2022 Weld County, Colorado, Owner By: Clay Kimmi, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2022 By: Title: 34 (SAMPLE) WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & CR 66 & CR 41 INTERSECTION PROJECT THIS AGREEMENT is made and entered into this day of , 2022, by and between the County of Weld, a body corporate and politic of the State of Colorado. by and through its Board of County Commissioners, 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 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"). Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2200115". The RFB contains all the specific requirements of the County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services. labor. personnel and materials necessary to perform and complete the Work described the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill; training. diligence and judgment provided by competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of the Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement, shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion; the County, by the Director of the Department of Public Works or his or her 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 the 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 the County all drawings, drafts. or other documents it has completed or partially completed under this Agreement. together with all other items, materials and 35 documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to: (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto. except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services. whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance. an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project. and County's acceptance of the same, County agrees to pay an amount not to exceed as set forth in Exhibits. 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 36 from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 37 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods or 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. 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, 38 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 39 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: 40 Contractor: Name: Position: Address: E-mail: Phone: County: Weld County Public Works Name: Clay Kimmi, P.E. Position: Senior Engineer Address: P.O. Box 758 1111 H Street Greeley, CO. 80632-0758 E-mail: ckimmi@weldgov.com Phone: 970-400-3741 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 contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 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 41 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 contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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. 42 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. 34. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2022. CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO Date of Signature BY: Deputy Clerk to the Board Scott James, Chair 43 **PERFORMANCE BOND (PAGE 1 OF 2) PROJECT DESCRIPTION: CR 66 & CR 41 INTERSECTION PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual). (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado, P.O. Box 758, 1111 H Street, Greeley, Colorado 80632, hereinafter called Owner, in the penal sum of Dollars, ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of 2022, a copy of which is hereto attached and made a part hereof for the construction of: CR 66 & CR 41 INTERSECTION PROJECT described in the Invitation for Bids, Bid No. B2200115. 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. 44 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: CR 66 & CR 41 INTERSECTION PROJECT PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this Contractor day of , 2022. (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. 45 **LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: CR 66 & CR 41 INTERSECTION PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual). (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado, P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 hereinafter called Owner, in the penal sum of Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2022, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: CR 66 & CR 41 INTERSECTION PROJECT described in the Invitation for Bids, Bid No. B2200115. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void,; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. 46 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: CR 66 & CR 41 INTERSECTION PROJECT PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of , 2022. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 47 NOTICE TO PROCEED (EXAMPLE) To: Date: PROJECT: CR 66 & CR 41 INTERSECTION PROJECT described in the Invitation for Bids, Bid No. B2200115. You are hereby notified to commence Work in accordance with the Agreement dated . The date of completion of all Work is, therefore, July 14, 2023. By Clay Kimmi, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2022. By Title 48 CHANGE ORDER NO. (EXAMPLE) Date: PROJECT: CR 66 & CR 41 INTERSECTION PROJECT described in the Invitation for Bids, Bid No. B2200115 Owner: Weld County, Colorado Contractor The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The New Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased by calendar days. The date for completion of all Work will be RECOMMENDED: Owner Representative: Date: Clay Kimmi, P.E. (Senior Engineer) APPROVALS: CONTRACTOR: Name: Date: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Chairperson 49 CERTIFICATE OF SUBSTANTIAL COMPLETION (EXAMPLE) Contractor: Contract For: CR 66 & CR 41 INTERSECTION PROJECT described in the Invitation for Bids, Bid No. B2200115. Contract Dated: This Certificate of Substantial Completion applies to all Work that has been sufficiently completed in accordance with the Contract Documents and as modified by any change orders agreed to by the parties, so that the County and/or Owner can utilize the project for the use for which it was intended, except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 14 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: 50 LIEN WAIVER (GENERAL CONTRACTOR) TO: Weld County Public Works Attn: Clay Kimmi, P.E., Senior Engineer P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: PROJECT: CR 66 & CR 41 INTERSECTION PROJECT described in the Invitation for Bids, Bid No. B2200115. 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 by My commission expires: Notary Public day of , 2023, 51 LIEN WAIVER (SUBCONTRACTORS) PROJECT: CR 66 & CR 41 INTERSECTION PROJECT To All Whom It May Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of Weld, State of Colorado of which Weld County is the Owner. NOW, THEREFORE, this day of , 2023, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (Name of sole ownership, corporation or partnership) (SEAL) (Affix Corporate seal here) (Signature of Authorized Representative) (SEAL) (Affix Corporate seal here) 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. 52 NOTICE OF FINAL ACCEPTANCE (EXAMPLE) TO: Date: RE: PROJECT: CR 66 & CR 41 INTERSECTION PROJECT described in Bid No. B2200115. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about Final acceptance does not relieve the Contractor of the minimum one (1) year guarantee on all work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. By: Clay Kimmi, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: Dated this day of 2023. By (Contractor) Title 53 PROJECT SPECIAL PROVISIONS WELD COUNTY PUBLIC WORKS DEPARTMENT The Colorado Department of Transportation 2022 Standard Specifications for Road and Bridge Construction (as amended), the latest edition of the CDOT Field Materials Manual (as amended), and the latest edition of the CDOT Construction Manual (as amended) provide the standards and specifications for the construction of this project. The latest revisions to formerly issued Standard Special Provisions (SSP) and Project Special Provisions (PSP) that modify the CDOT 2022 Standard Specifications for Road and Bridge Construction are hereby incorporated by reference. The following Weld County special provisions supplement or modify the Standard Specifications and take precedence over the CDOT 2022 Standard Specifications, the COOT SSP, the CDOT PSP, and plans. The Basis of Payment shall be based on the Bid Tabulation. The Method of Measurement and Basis of Payment provisions set forth in the Specifications and Project Special Provisions are superseded by the Bid Tabulation and the units of measure set forth therein. WIELD COUNTY PROJECT SPCIAL.PROVISIONS INDEX Notice to Bidders Commencement and Completion of Work Revision of Section 101 — Definition of Terms Revision of Section 102 — Bidding Requirements and Conditions Revision of Section 103 — Award and Execution of the Contract Revision of Section 104 — Scope of Work Revision of Section 105 — Control of Work Revision of Section 106 — Control of Material Revision of Section 107 — Legal Relations and Responsibility to Public Revision of Section 108 — Prosecution and Progress Revision of Section 109 — Measurement and Payment Revision of Section 110 — Weld County Approved Products List Revision of Section 201 — Clearing and Grubbing Revision of Section 202 - Removal of Structures and Obstructions Revision of Section 203 — Excavation and Embankment Revision of Section 206 — Excavation and Backfill for Structures Revision of Section 207 — Topsoil Revision of Section 208 —: Erosion Control Revision of Section 210 — Reset Structures Revision of Section. 211 — Dewatering Revision of Section 212 — Seeding, Fertilizer, Soil Conditioner and Sodding Revision of Section 213 — Mulching Revision of Section 216 — Soil Retention Covering Revision of Sections 304 and703 - Aggregate Base Course Revision of 306 — Reconditioning Revision of Section 401— Plant Mix Pavements- General Revision of Section 403 — Hot Mix Asphalt Revision of Section 411 — Bituminous Materials Revision of Section 412 — Portland Cement Concrete Paving Revision ofSections 420 and, 712 - Geosynthetics Revision of Sections 420 — Geogrid Reinforcement for Roadway Embankment Revision of Section 506 Ri', Revision of Section 601 — Structural Concrete Revision Revision of Section 603 — Culverts and Sewers Revision of Section 604 — Manholes, Inlets, and Meter Vaults Revision of Section 609 - Curb and Gutter Revision of Section 612 — Delineators and Reflectors 02 -:Reinforcing Steel Date (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (September 20, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022), (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (September 20, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August. 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) Pages 56 57.58 59-60 61 62 63-65 66-81 82-90 91-93 '94-97 98-99 100 101 102-107 108-111 112-114:. 115-121 122-162 163 164-168 169-187 188. 189-190 191-193 194 195-197 198-201 202 203-209 210-214 215-218 219-221 222-223 224 225-226 227 228-229 230 ,Revision of kn 14 —=Traffic Control Devices 231-232 54 ELD COUNPROJECT SPECIAL PROVISIONS INDEX Revision of Section 620 — Field Facilities (Field Office Class 2) Revision f Section, 624— Drainage Pipe Revision of Section 625 — Construction Surveying 626 - Mobilization Revision of Section 627 — Pavement Marking mReviuies'of Section629 - Survey Monurnentation Revision of Section 630 — Traffic Control Management Revision of, Section 632:- Night Work Lighting Revision of Section 709 — Reinforcing Steel and Wire Rope August 29, 2022) Force Account items General 404 Permit Traffic ControI Plan — Date (September 20, 2022) (August 29, 2022); (August 29, 2022) (August 29, 2022)` August 29, 2022) August 29, 2022)` August 29, 2022) August 29, 2022) Utilities Coordination fgtion,, sc rdination (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) (August 29, 2022) Pages;, 233-235 237 238-239 240 241 243-245 246-248 249 J 250 251 252; 253-254 255 55 August 29, 2022 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details with an authorized Department representative. Prospective bidders shall contact one of the following listed authorized Department representatives at least 24 hours in advance of the time they wish to go over the project. Information regarding the project may be obtained from the following authorized representatives. Clay Kimmi, P.E. Senior Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3741 ckimmi f).weldgov.com Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3749 ddunkerWweldgov.com The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. A mandatory pre -bid meeting will be held on August 29, 2022 beginning at 10 a.m. at 1111 H St, Greeley, CO 80632, Public Works Conference Room. Bids will be accepted only from bidders who attend the mandatory pre - bid conference. Questions received from bidders along with Weld County responses will be posted on the BidNet Direct website as an addendum to the bid documents. If the bidder has a question or requests clarification that involves the bidder's innovative or proprietary means and methods, phasing, scheduling, or other aspects of construction of the project, the Project Engineer will address the question or clarification. The Engineer will keep the bidder's innovation confidential and will not share this information with other bidders. The Engineer will determine whether questions are innovative or proprietary in nature. If the Engineer determines that a question does not warrant confidentiality, the bidder may withdraw the question. If the bidder withdraws the question, the Engineer will not answer the question and the question will not be documented on the website. If the bidder does not withdraw the question, the question will be answered, and both the question and answer will be posted on the BidNet Direct website. If the Engineer agrees that a question warrants confidentiality, the Engineer will answer the question, and keep both question and answer confidential. Weld County will keep a record of both the question and answer in their confidential file. All questions shall be directed to the contacts listed above no later than 7:00 A.M. Monday of the week of bid opening. Final questions and answers will be posted no later than Tuesday morning of bid opening week. END OF SECTION 56 August 29, 2022 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract as required in the "Notice to Proceed 1" and "Notice to Proceed 2" letters and will complete all work by July 14, 2023 unless the period for completion is extended otherwise by the County. The work is a completion date contract. One calendar day of contract time will be assessed for each calendar day from the date that Contract time starts excluding Saturdays, Sundays, and holidays (except with written approval). No weather days or less than full time charges days will be granted in this contract. The following work schedule conditions shall apply and the full amount of daily liquidated damages shall apply to all of these conditions if the deadlines are not met. Additionally, liquidated damages in the amount of $10,000/day will be assessed for each day the irrigation users cannot use their water after March 31, 2023. The Contractor may work between sunrise and '/ hour before sunset, Monday through Friday excluding holidays, without written consent from the Engineer. If the Contractor wishes to work outside of these hours of operation, they may request to do so by providing the Engineer with a written request outlining the reasons for the request. The Engineer is under no obligation to approve hours of operation outside of the hours listed above. Notice to Proceed 1 (NTP-1) shall be issued after the Contract is executed by the Weld County Board of County Commissioners so the Contractor cans start working on the project in fiscal year 2022. It will be issued to run from the Contract date of execution to December 31, 2022 for an amount not to exceed two million dollars ($2,000,000). Notice to Proceed 2 (NTP-2) shall be issued to run from the first work day of the fiscal year 2023 through the project completion date of July 14, 2023. The amount covered by NTP-2 shall not exceed the total contracted bid amount minus $2,000,000.00. Full roadway closure of the existing roadways shall be limited to a period of nor more than 150 calendar days. The road closure is anticipated to be from February 1, 2023 to June 30, 2023. Failure to comply with this shall result in the assessment of liquidated damages per the Weld County Revision to Section 108.09 of the Specifications. Portions of construction related to embankment, cast -in place box culvert, culverts crossing the roadways, Bliss Irrigation Ditch, Divide Irrigation Ditch, Eaton Draw channel reconstruction, and roadside drainage/irrigation ditches which are outside of the existing roadway prism shall be phased in such a manner that all work is completed on or before the March 31, 2023. The Contractor shall be responsible for submitting a phasing plan to the Engineer for review and acceptance. Section 108.03(b) of the Standard Specifications is hereby revised for this project as follows: Salient features to be shown on the Contractor's Progress Schedule are: Construction Surveying 2. Clearing and Grubbing 4. Earthwork (Excavation and Embankment) Cast -In -Place Box Culver=t. 6. Irrigation Pipe and Ditch Installations 7. Culvert and Drainage Ditch Install* ns 8. Paving Operations (ABC, HMA, PCCP) 9. Erosion°Control Phasing and tnstallatlon Detalts f0i 10. Guardrail, Barrier, and End Anchorages nitiat, titer and Final Conditions Ti Control Plans and Phasing Di :ads' 12. Seeding and Mulching nage and Striping 57 August 29, 2022 2 COMMENCEMENT AND COMPLETION OF WORK Revisions of the salient features may be made with the written approval of the Engineer. The Contractor's shall provide a two-week look ahead schedule to be updated at the weekly progress meeting which is to be held by the Contractor. The two-week look ahead schedule may be either a Bar Chart Schedule or a Microsoft Project schedule. Failure to submit a reasonable schedule as required may result in the County withholding payment to the Contractor. END OF SECTION 58 August 29, 2022 REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work required under this contract shall consist of the "Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2022 Standard Specifications for Road and Bridge Construction" dated 2022, Weld County Project Special Provisions, CDOT Standard Special Provisions, and Project Special Provisions. Where the Contract Documents, Weld County PSP or the Specifications contradict one another, the more stringent specification shall apply. Weld County at its sole discretion shall determine which specification is more stringent. All references (as applicable) to State, CDOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duly authorized representative or agent. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.02 shall include the following: "Chief Engineer" shall mean the Weld County Department of Public Works individual who is identified as the County Engineer. "Department" shall mean the Weld County Public Works Department. "Engineer" shall mean the Weld County Public Works Director or designated representative. Also called "Resident Engineer" or "Project Engineer". Holidays recognized by Weld County are: Veterans Day IFriday, November 11, 2022) Thanksgiving (Thursday & Friday, November 25 & 26, 2022) (Friday and Monday, Elecernber 23 & 26, 2022) New Year's Day (Monday, January 2, 2023) President's Day. (Monday, February 20, 2023) Memorial Day (Monday, May 29, 2023) Independence Day (Monday &'Tuesday, July 4 & 5,. 2023) Labor Day (Monday, September 4, 2023) When one of the holidays falls on a Sunday, the following Monday shall be considered a holiday. When one of the holidays falls on a Saturday, the preceding Friday shall be considered a holiday. "Laboratory" shall mean the testing laboratory of the Department or any other testing laboratory designated by the Engineer. "Plans" shall mean the drawings or reproductions, provided by Weld County which show the location, character, dimensions, and details of the work to be done. "Pre -construction Conference" shall mean a meeting of Weld County's personnel, Contractor project personnel, and other stakeholders held before the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. "Project Engineer" shall mean Weld County's duly authorized representative who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project under contract. Also called the "Resident Engineer" or "Engineer". 59 August 29, 2022 2 REVISION OF SECTION 101 DEFINITION OF TERMS "Proposal Form" shall mean the documents furnished by Weld County on which the offer of a bidder is submitted. Also called a "bid proposal°. "Region Transportation Director" shall mean the Weld County Public Works Director or designated representative responsible for construction, maintenance, and safety activities within Weld County. The Director is responsible for acting on written appeals made by the Contractor relating to contract claims for additional compensation or extension of contract time. "Resident Engineer" shall mean the Engineer directly responsible for the overall administration of assigned construction projects. The Resident Engineer is the County's full-time engineer in responsible charge of the project. Only a Resident Engineer can approve and sign vouchers for interim and final Contractor pay estimates. Also referred to as the "Engineer" or "Project Engineer". "Roadway Prism" shall be defined as the prism of embankment extending from the toe of embankment slope to the opposite toe of embankment slope. "Specifications" shall mean a general term applied to all directions, provisions and requirements pertaining to performance of the work. (a) Standard Specifications: Weld County's printed book (including errata) titled "Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2022 Standard Specifications for Road and Bridge Construction". "State" shall mean Weld County acting through its authorized representative. "Substantial completion" shall mean the completion of all payable work as shown on the pay application. Only non -payable or minor items, as determined by Weld County in its sole discretion, may be placed on the punch list. END OF SECTION 60 August 29, 2022 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.01 shall be deleted and replaced with the following: 102.01 Bidding Procedures. The bidder shall follow the bidding procedures contained in the Contract Documents. Only bidders who attended a mandatory pre -bid meeting will be allowed to bid on any project. Subsection 102.02 shall be deleted and replaced with the following: 102.02 Contents of Proposal Forms. The Department will publish bidding opportunities to prospective bidders at www.bidnetdirect.com. The forms on this website will state the location and description of the contemplated construction and will show the estimate of the various quantities and types of work to be performed or materials to be furnished and will have a schedule of items for which unit bid prices are invited. The proposal form will state the time in which the project must be completed, the amount of the proposal guaranty, and the date, time, and place of the opening of proposals. "All bidders on the projects shall submit bids by the following method: Bid Delivery to Weld County: Emailed bids are required. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Bids shall be in PDF format and should be less than 25MB in size. If bids are larger than 25 MB, please contact the Engineer. Please call Purchasing at 970-336-7225 if there are any questions. The plans, specifications, and other documents designated in the proposal form, shall be considered a part of the proposal. Subsection 102.04 shall be deleted and replaced with the following: 102.04 Interpretation of Plans and Specifications. Any changes to proposal forms, plans, or specifications before the opening of proposals will be issued by Weld County through posting of the changes on www.bidnetdirect.com. Certain individuals are named in the project specifications who have authority to provide information, clarification or interpretation to bidders before opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. Subsection 102.05 shall be revised to include the following: Weld County does not warrant any CAD data. This information is not considered to be part of the Contract and is provided to the Contractor as a courtesy. If the bidders use the CAD data in preparing a proposal or planning and prosecuting the work, it is at their own risk, and bidders are responsible for all conclusions, deductions, and inferences drawn from the CAD data. The CAD data shall not be used in relation to any request for additional time or compensation. After the proposals have been opened, the winning bidder may obtain electronic sets of plans and special provisions (PDF, CAD files) at no cost. Subcontractors and suppliers may obtain plans from the successful bidder. END OF SECTION 61 August 29, 2022 REVISION OF SECTION 103 AWARD & EXECUTION OF CONTRACT CONSIDERATION OF PROPOSALS Section 103 of the Standard Specifications is hereby revised for this project as follows: Subsection 103.01 shall be deleted and replaced with the following: 103.01 Consideration of Proposals. After the proposals (bids) are opened and read, they will be evaluated, and the Contract awarded or rejected per the "Rules" referenced in subsection 102.01 The responsible bidder determined to have submitted the Proposal which provides the "Best Value" to Weld County shall submit a completed CONTRACTORS PERFORMANCE CAPABILITY STATEMENT, Form 605, and a completed ASSIGNMENT OF ANTITRUST CLAIMS, Form 621 to the Award Officer before 4:30 P.M. on the fifth calendar day after the bid opening. Failure to submit the Forms 605 and 621 may result in the denial of award to the apparent responsible bidder and forfeiture of the proposal guaranty. END OF SECTION 62 August 29, 2022 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02(a) shall be deleted and replaced as follows: (a) Differing Site Conditions. It is the County's expectation to complete this project with no change orders resulting in additional cost unless such change orders are initiated by the County. Change orders for differing site conditions will be entertained by the County in the event of extraordinary circumstances. However, the County is under no obligation to approve said change orders. No cost change orders, reduction in cost change orders, and County initiated change orders may occur. The Contractor shall not be entitled to a change order for Differing Site Conditions. By way of example, Differing Site Conditions not eligible for a change order include but are not limited to: 1. Encountering groundwater. 2. Discovery of debris (buried or unburied within the ROW). 3. Existing asphalt thicknesses that are different than expected. 4. 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 unknown or private utilities such as water, sewer, gas, electric, phone, irrigation, oil, etc. 8. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. 9. Discovery of unknown irrigation facilities, landscape irrigation systems, or water wells. 10. On -site soils not suitable for structural foundations or embankments. 11. Unsuitable materials excavation. 12. High water levels in the Eaton Draw and irrigation/barrow ditches due to stormwater runoff or snowmelt. The Contractor shall be expected to manage the risks associated with flows in Eaton Draw and irrigation/barrow ditches in order to meet the project completion date. 13. Frozen ground. During the progress of work, if extraordinary conditions are discovered, the party discovering such conditions shall promptly notify the other party in writing of the specific conditions before the site is disturbed and the affected work is performed. The Contractor shall bear the burden of proving that a Differing Site Condition is an extraordinary circumstance, and that the Contractor could not have reasonably worked around the condition so as to avoid additional costs. Each request for a change order relating to a Differing Site Condition shall be accompanied by a statement signed by a qualified professions setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change order under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. 63 August 29, 2022 2 REVISION OF SECTION 104 SCOPE OF WORK Upon written notification, the Engineer will investigate the conditions, and determine if an extraordinary condition exists that will cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment, excluding anticipated profits will be made and the Contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether or not an adjustment of the Contract is warranted. No Contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. Subsections 104.02(c)(1) and 104.02(c)(2) shall be revised as follows: (1) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction, and (2) When a major item of work is increased in excess of 150 percent of the original contract quantity or decreased below 25 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 150 percent of original contract item quantity, or in case of a decrease below 25 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value in excess of 10 percent of the original contract amount. Subsection 104.04, Paragraph 3 shall be deleted and replaced with the following: Portions of the roadway that are not included in the contract work will be maintained by the Department. Snow removal outside of the project limits will be the responsibility of the Department unless otherwise specified in the Contract. Snow removal within the project limits will be the responsibility of the Contractor and shall not be measured and paid for separately but shall be included in the work. Snow removal within the project limits shall be done within 24 hours after the end of the storm in order to provide local residents with access to their property. The Contractor shall be responsible for maintaining all work that is included in the Contract, and maintaining approaches, crossings, intersections, and other features as may be necessary to accommodate traffic without direct compensation, except as provided in the Contract or described in (a) and (b) below. The Contractor shall provide turn arounds or pullouts for the County's snowplows at the project limits. Subsection 104.05 shall be deleted and replaced 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 Engineer or Inspector. Unless otherwise provided, the material from structures designated for removal shall be the Contractor's property. Subsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled to a disposal site approved by the Engineer. Excess soil materials including topsoil generated from the project shall not be disposed of within the project area unless written authorization is provided by the Engineer. Backfill areas shall be graded such that the final grades are similar to the final grades as described in the Contract Drawings, unless otherwise directed by the Engineer. The Contractor shall be responsible for removing all construction debris and trash from the jobsite on a daily basis. Any construction debris and trash which may be washed away shall be located, removed, and disposed of away from the site at a certified landfill location. Trash and debris shall be collected and disposed of at no additional cost to the project. Any petroleum products accidentally spilled or leaked shall be cleaned up and disposed of immediately. The Contractor shall be held liable for any damages resulting from the spillage or leakage of any hazardous materials within the project area. 64 August 29, 2022 3 REVISION OF SECTION 104 SCOPE OF WORK Subsection 104 07 paragraph 3, starting with "VECPs (Category A) " shall be deleted and replaced as follows VECPs (Category A) will be all proposals that involve the design and construction of a structure including butnot limited to a bridge, retaining wall, concrete box culvert, or building A VECP (Category A will also include any proposal that would result in a change of original bid items that totals over $250,000 Alternatives investigated and not selected in the project Structural Selection Reports may be presented in a VECP if significant benefits can be demonstrated to the Engineer In addition, design criteria and constraints listed in the Structural Selection Report cannot be modified or relaxed as part of a VECP unless significant and previously unknown benefits can be proven to the Engineer ' Experimental or demonstration -type design concepts, products, structures, or elements that have not been pre -approved by Weld County, in writing, for general use will be considered a VECP (Category A) Category A proposals will also result in a realized and shared cost savings to Weld County Cost savings generated to the Contract as a result of VECP offered by the Contractor and accepted by'the Department shall be shared equally between the Contractor and the Department Subsection 104 07 paragraph 5, starting with "Net cost savings " shall be deleted and replaced as follows , Net cost savings on VECPs shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification VECPs shall be submitted before the start of construction activities relating to the VECP Subsection 104 07(d)(2) shall be deleted and replaced as follows 2 For all VECPs, the incentive payment shall be calculated as follows (gross cost of deleted work) — (gross cost of added work) = (gross savings) (gross savings) — (Contractor's engineering costs) — (Weld County's engineering costs) = (net savings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings - The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings Weld County's engineering costs shall be actual consultant costs billed to Weld County and extraordinary in-house personnel labor costs These labor costs will be calculated at the fixed amount of $100 00 per hour per employee Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in Weld County's portion of the costs Subsection 104 07(e) shall be deleted and replaced as follows (e) Contractor Appeal Process Appeals can be made only on VECPs (Category A) The Prime Contractor submitting the VECP may file a one-time appeal to the Weld County Public Works Director on the denial of any VECP (Category A) The Contractor must have a valid reason for the appeal and the decision of the Weld County Public Works Director will be final END OF SECTION 65 September 20, 2022 1 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. S ubsection 105.02 shall include the following paragraph before Subsection 105.02(a): The Contractor shall submit a Construction Phasing Plan to the Engineer for review and approval at least five (5) days prior to the Pre -construction Conference. The Construction Phasing Plan shall be updated at least once per month and shall be included with the Project Schedule Update. Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. S ubsection 105.02(b), Paragraph 1 shall include the following: For the purposes of review, working drawings are the same as shop drawings and shall be reviewed in the same manner. S ubsection 105.02(e) be deleted and replaced with the following: (e) Other Submittals. Other submittals shall be prepared and submitted by the Contractor as defined for working drawings. Unless otherwise specified, a copy shall be submitted to the Engineer for review. The plans or specifications will indicate which submittals require formal review by the Engineer. S ubsection 105.02(f), paragraph 2 shall be revised to include the following: The As -Constructed drawings shall be completed per Section 121.2.3 of the CDOT Construction Manual and CDOT Procedural Directive 508.1 — Professional Engineer's Stamp. The As -Constructed drawings shall be stamped, signed, and dated by a licensed professional engineer or professional land surveyor registered in the State of Colorado. References in Section 121.2.3 of the CDOT Construction Manual to the Project Engineer shall apply to the Contractor. 66 September 20, 2022 2 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.02(j) shall be added immediately following Table 105-1 and shall include the following: (j) Weld County Project Submittals. Table 105-1 a summarizes the minimum required submittals by Weld County. Items highlighted in the table are required to be submitted and approved by Weld County before the start of construction. Table 105 -la is not intended to be all inclusive but is intended to provide the Contractor with submittal requirements in one convenient location. Additional submittals that are not in this table may be required by the Engineer. The Contractor shall provide all submittals required by the Contract, including those not listed in the table. Not all submittals are required for every project and the Contractor shall communicate with the Engineer in the event of any questions. Method Statements required by Section 108.03(j) and have been included in the section that covers a given item. Failure to provide the appropriate submittals to the Engineer for review and approval shall result in the assessment of a pay reduction in the amount of $500 per day per submittal for each day the Contractor fails to provide the required submittal and/or revised submittal. If the Contractor fails to provide a required submittal, the Contractor shall communicate with the Engineer and provide reasons why the submittal was not sent to the Department and a timeline for providing the submittal. TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description 103.01 Form 605 and 621 within 5 days of bid opening 104.07 Value Engineering Proposals (if applicable) 105.02 Construction Meeting and updated Phasing monthly) Plan (submit a minimum of 5 days prior to Pre -Construction 105.02(b) & (c) Shop Drawings 105.02(b) & (d) Working Drawings 105.07(b) Method of Handling Traffic for Smoothness Acceptance Testing 105.07(e) Method Statement for Corrective Actions (i.e., grinding) 105.18 Overweight Permits Form $10.000 1425 or Suppliers more of supplies List from Contractor or materials to and the Sub prof -contractors ect providing more than 106.01 106.02(b) Agreements between landowners and contractor Material source of sand and gravel with testing results For imported embankment or topsoil - Hazardous waste and substances certification 106.04 Process Control tester certifications for lab and each tester 106.05(a) HMA Process Control Plan 106.05(a)(8) HMA PC notebook 106.05(b) HMA Dispute Testing 106.05(d) HMA mix quality design revision level for stability less than 65 - Contractor to submit written proposal for a 106.06(a) Portland Cement Concrete Paving Process Control Plan Concrete Quality Control Plan 106.06(a)(7) PCCP PC notebook 106.11 Buy America Certification 106.12 Submittal for certificates of compliance 106.13 Submittal for certified test results 107.02 Any permits and/or agreements 107.06 Site specific safety plan 107.06(a)(4) Safety "Toolbox" Meeting Schedule 107.06(e) PPE Statement 67 TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description 107.25(b)(6) Spill Response Plan 107.25(b)(6) List of Potential Pollutant Sources 107.25(b)(7) Dewatering Plan (if required) 107.25(b)(8) Diversion Plan (if working in river) 107.25(b)(8) Agreement to discharge water to a ditch (if required) 107.25(b)(13) Method Statement for Containing Pollutant Byproducts 107.25(b)(19) Clean Equipment Certifications (if working in water) 107.25(d) Colorado Discharge Permit System - Stormwater 108.01 Form 205 for Contractor and each sub -contractor on the protect (if applicable) 108.03(b) Baseline Schedule and Monthly updates 108.03(g) Weekly update for 2 week look ahead 108.03(j) Method Statements 108.04(b) Form 1418 - Monthly Payment Summary 109.01 Scale tickets Weigher Certifications Truck identification sheet for each truck making deliveries to the project Scale Certifications 201 Method statement for clearing and grubbing 202 Method statement for removal of structures and obstructions Tree Trimming Contractor Name & Qualifications (including references) 202.02 Bridge Removal Plan (if applicable) 202.09 Planing Plan Method statement for removal of asphalt mat Process Control Plan for planing operations 203 Method statement for embankment Method statement for handling frozen subgrade and materials 203.03(a) Quality Control Plan for embankment 206 Method statement for excavation and backfill of structures 206.02(a) Submittal for flow fill mix design 206.09 Shoring designs 207 Method statement for salvaging of topsoil and redistribution of topsoil 207.02(a) CSU Soil Lab Topsoil Test Results 207.04 Submittal for imported topsoil 208 SWMP notebook 208.02(a) & 213.02 Weed Free Certification 208.02(j) Concrete Washout Method Statement 208.03(c) Proof of Erosion Control Supervisor Training 208.05 Submittal for straw bales Submittal for silt fence Submittal for silt berms Submittal for erosion control logs Submittal for aggregate bags Submittal for mobile concrete washouts Submittal for mobile tracking pads Submittal for stormwater inlet protection Submittal for turbidity curtain Submittal for silt dikes Submittal for temporary construction fence Submittal for vehicle tracking pad aggregate Submittal for other miscellaneous items 209 Method statement for watering and dust palliatives 209.05 Submittal for dust palliative material 68 TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description 209.06 Submittal for source of landscaping water 211 Method statement for dewatering (if required) Dewatering Plan (if required) 212 Method statement for seeding, fertilizing, & soil conditioning 212.02 Submittal for seed mix/seed certification Submittal for fertilizer Submittal for soil conditioner Submittal for composting material 213 Method statement for mulching - can be combined with seeding method statement 213.02 Submittal for weed free straw/hay mulch Submittal for hydraulic mulch Submittal for mulch tackifier 214 & 215 Method statement for planting and transplanting Plan for Landscape Maintenance 214.02 & 215.02 Submittal for vegetation to be planted or transplanted Submittal for humus Submittal for fertilizer 216 Method statement for soil retention blanket and TRM installation 216.02 Submittal for TRM Submittal for soil retention blankets 216.02 (continued) Submittal for staples Submittal for other miscellaneous items 250.03(c) Hazardous Materials Health and Safety Plan 250.04(b) Method Statement for capturing, testing, and disposing of hazardous materials 304.04 Method Statement for ABC Placement 306.01 Method Statement for Reconditioning 307.04 Method Statement for Lime Treated Subgrade 401 Method statement for HMA placement 401.02 HMA Mix Design 401.10 HMA paver wedge system 401.10 Method statement for preventing asphalt paver segregation 401.16 HMA joint plan 401.16 HMA pavement marking plan 401.17 HMA obtain QL density less than 75 - plan for methods and procedures that will be changed to 403.02 Submittal for additives to HMA Submittal for hydrated lime (if applicable) Submittal for mineral fillers (if applicable) Submittal for HMA Segregation Quality Control Plan Submittal for other miscellaneous items 405 Method statement for heating and scarifying treatment 406 Method statement for using cold patch asphalt 407.02 Submittal for tack coat material 408 Method statement for using joint and crack sealants 408.02 Submittal for joint and crack sealants 409 Method statement for chip seal 412 Method statement for placing PCCP Submittal for PCCP mix design Submittal for PCCP admixtures and additives 412.02 Submittal for PCCP joint and crack sealants Submittal for PCCP curing materials Submittal for dowel bars/dowel baskets 69 TABLE 105-1a WELD COUNTY SUBMITTALS Section No Description _Submittal for tie bars - Submittal for reinforcing steel (if applicable) Submittal for other miscellaneous items 412 14 Submittal for curing and sealing compound 412 22 Maturity curve for concrete per CP 69 420 Method,statement for installing geosynthetics - 420 02 Submittal for geotextiles/geogrids Submittal for geotextile staples (if applicable) Submittal for MSE wall materials 501 , Method statement for driving sheet pile 501 02 Submittal for sheet piling Submittal for sheet piling tips 502- Method statement for driving steel pile 502 01 Submittal for steel pile Submittal for reinforcing pile tips Submittal for mechanical splice plates Submittal for certified welders Submittal for certified welding inspector Submittal for pile driving equipment (crane and hammer) 502 05 WEAP Analysis 502 09 CAPWAP analysis for pile driving 504 Method statement for constructing walls 504 02 Submittal for MSE wall design Submittal for geomembrane Submittal for wire baskets 506 Method statement for placing nprap 506 Submittal for each size of nprap 507 Method statement for constructing slope and ditch paving 507 02 Submittal for grout mix design Submittal for concrete mix design Submittal for curing compounds Submittal for expansion board materials (if applicable) 508 ' Method Statement for constructing timber structures 509 Method statement for constructing steel structures 509 27, 618 14 601 11, & Erection plan submittal' Written documentation of daily inspections of erected girders 510 Structural Plate Material 512 02 Submittal for bearing devices Submittal for elastomenc bearing pads 512 17 Submittal of shop drawings, design calculations, & load data for bearing devices 514 -' Method Statement for Pedestrian and Bikeway railing installation , - "r" 515 Method statement for application of waterproofing membrane 515 02 Submittal for waterproofing -membrane Submittal for protective covering S 601 Method statement for placing structural concrete 601 03 ' _ Submittal for structural concrete design , Submittal for admixtures, ' - Submittal for curing compounds S Submittal for fly ash r S Submittal for joint materials ,F' ' - Submittal for reinforcing steel t ' Submittal for bearing materials 70 TABLE 105-1a WELD COUNTY SUBMITTALS Section No. Description Submittal for epoxy fillers Submittal for pointing and patch materials Submittal for fiber reinforcing materials (if applicable) Submittal for Truck Mixing Certification 601.05 Submittal for concrete mix design Submittal for Certified Test Results - Cement, fly ash, etc. 601.07)c)(3) Form 46 - Concrete Truck Mixer Inspection Certification 601.09 Submittal for precast deck panel working drawings 601.11(a) Submittal for falsework working drawings 601.12 Winter protection plan (if applicable) Process Control Plan for placing concrete 601.13 Maturity curve for concrete per CP 69 601.14)b) Submittal for structural concrete coating 601.15 Process Control Plan for placing, consolidating, finishing, curing, and protecting bridge deck concrete 602.02 Submittal for reinforcing steel Submittal for steel chairs 602.03 Submittal of a bar list 603 Method statement for placing culverts and sewers 603.02 Submittal for culverts (all pipe types) Submittal for pipe joint material Submittal for pipe gaskets Submittal for conduit 604 Method statement for placing manholes, inlets, and other precast materials 604.02 Submittal for all manholes, inlets, and other precast materials Submittal for grates and manhole covers 605 Method statement for laying underground pipes 605.02 Submittal for pipe material Submittal for jointing material Submittal for gaskets 606 Method statement for installing guardrail/bridge rail 606.02 Submittal for guardrail material (beams, posts, hardware, etc.) Submittal for bridge rail material (beams, posts, hardware, etc.) 607 Method statement for installing fencing 607.02 Submittal for fence posts Submittal for wire Submittal for construction fencing Submittal for gates 608 Method statement for installing sidewalks and bikeways 609 Method statement for constructing curb and gutter 611.02 Submittal for precast cattle guard base Submittal for cattle guard decking material 612.02 Submittal for each type of delineator Submittal for reflectors 613.02 Submittal for lighting fixtures Submittal for conduit Submittal for poles Submittal for pullboxes Submittal for grounding systems (ground rods, etc.) 614.02 Submittal for sign materials Submittal for reflective material Submittal for signposts 71 TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description Submittal for signpost bases Submittal for traffic signal equipment Submittal for weather station equipment 615.02 Submittals for headgates, flumes, and other water control devices 618.02 Submittal for prestressed concrete mix design 618.04 Submittal for prestressed concrete shop drawings (Stamped by PE) 618.06 Process Control and Quality Assurance Plan submittal Regrouting voids plan (if applicable) Erection plan submittal 624 Method statement for constructing drainage pipelines 624.02 Submittals for pipes Submittal for gaskets 626.01 Public Information Manager & Plan Stakeholder list Specific Stakeholders needing ongoing communications 627 Method statement for pavement markings 627.02 Submittal for glass beads Submittal for waterborne paint (if applicable) 627.02 (continued) Submittal for epoxy paint (if applicable) Submittal for thermoplastic markers 630.02 Submittal for temporary traffic control signs 630.03 Submittal for message boards 630.04 Submittal for temporary traffic signals 630.05 Submittal for traffic cones 630.08 Submittal for concrete barrier 630.09 NCHRP 350 Certification for Work Zone Devices 630.10 Submittal for MHTs Submittal for Transportation Operations Plan Submittal for Transportation Management Plan/Traffic Control Plan Superintendent & TCS Traffic Control Certifications 630.11 Flagger Certifications 630.16 Submittal for temporary rumble strips 708.00 Paint Certification Miscellaneous Methods of repair Monthly Pay Application Submittals 106.05(a)(8) HMA PC notebook with daily updates 106.06(a)(7) PCCP PC notebook with daily updates 106.11(a) & (b) Buy America Certification Statement (if required) 106.12 Certificates of Compliance 106.13 Certified Test Reports 108.03(c) Monthly predecessor/successor non -workdays Schedule report Update report; includes early job start progress report, narrative float report, report, critical path report, & Civil Rights Affirmative Action Form 1391 - Federal Aid Highway Construction Contractors Annual EEO Report Supervisor EEO Orientation Written for any Notification construction to Director of the Office of Federal Contract Compliance Programs DBE Requirements DBE Participation Form 1432 - Commercially Useful Function Questionnaire Prompt Payment Form 1420 - DBE Participation Plan Modification Request 72 TABLE 105-1a WELD COUNTY SUBMITTALS Section No Description On the Job Training Form 1337 - Contractor Commitment to Meet OJT Requirements Form 838 - OJT Trainee/Apprentice Report Form 1336 OJT Modification Request Form 832 - Trainee Status & Evaluation Report FHWA 1273' z Project EEO Meeting NOTES 1 The items highlighted in yellow above are required to be submitted and approved before the start of construction 2 The items in the table above are not all inclusive There may be additional submittals required by the Engineer Subsection 105 03, paragraph 5 shall be deleted and replaced with the following When the Engineer or Inspector finds the materials furnished, work performed, or the finished product are not in conformity with the Contract Documents, and Weld County determines, in its sole discretion, that it has resulted in an inferior or unsatisfactory product, the Work or Materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor Subsection 105 03, paragraph 7 shall be deleted and replaced with the following Materials will be sampled and tested by the Contractor per the sampling and testing schedules and procedures contained in the Contract Documents and in CDOT's Field Materials Manual The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant Material changes, or other unusual characteristics of the Work Tests that are determined to have sampling or testing errors will not be used The Contractor will not have the option of accepting a price reduction in lieu of producing material that complies with the Contract Documents Continued production of nonconforming Material will not be permitted Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot Rejected material shall be removed at the Contractor's expense Subsection 105 03 the two paragraphs following the Table 105-2 and starting with "If 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 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 Subsection 105 03(c) shall be added and shall include the following 73 September 2022 9 REVISION OF SECTION 105 CONTROL OF WORK (c) Conformity to the contract of embankment construction shall be determined per the following Process Control Plan The Contractor shall be responsible for Process Control (PC) for all embankment material on this project The Contractor shall submit a written Process Control Plan (PCP), including a methods statement, to the Engineer for acceptance The PCP shall include but not be limited to the following (1) Methods Statements shall include but not be limited to • Embankment placement and alternatives for placement that may be used Handling of frozen materials Trenching through embankment for the placement of pipes and culverts (2) Maximum lift thickness of eight inches per subsection 203 06 or as directed (3) Compaction equipment capable of obtaining the specified compaction (4) Water trucks with an adequate distribution system that will apply water evenly (5) List of all inspection and materials testing forms and procedures utilized by the Contractor (6) Adherence to Tables 106-1,.a, 106-1b, and 106-1 c requiring minimum testing frequency The Contractor shall submit the PCP at least five working days before the start of the work The Engineer's review of the PCP will not exceed two working days Work shall not begin until the PCP has been accepted in writing, unless otherwise approved 2 Documentation The Contractor shall maintain current records of process control operation activities, and tests performed These records shall be in the form shown in the PCP, and shall include as a minimum, the Contractor or subcontractor, the number of personnel working, weather conditions, type of equipment being used, delays and their cause, and deficiencies along with corrective action taken Such records shall cover both conforming and defective or deficient features Additional documentation to the Engineer shall include all daily test results, daily inspection reports, daily non- compliance reports, and monthly certification reports Copies of these records and a statement that work incorporated in the project complies with the Contract shall be submitted to the Engineer before payment for the work or upon request Monthly certification reports shall be stamped with the seal of a Professional Engineer registered in Colorado Failure to provide the Engineer with the necessary documentation will result in the suspension of payments on embankment until the documentation has been completed and accepted by the Engineer Weld County Owner Acceptance (OA) documentation shall not be used as supporting documentation for the Contractors certification Weld County shall be responsible for OA and Independent Assurance Testing (IAT) Subsection 105 05 shall be revised to include the following Any test result for the air voids or VMA elements greater than the distance 2 x V (see Table 105-8) outside the tolerance limits will be designated as a separate process and the quantity it represents shall be removed and replaced with specification material at the Contractor's expense Subsection 105 05(g) shall be deleted and replaced with the following (g) Process I/DP Computation Incentive/Disincentive payments will not be made to the Contractor for Hot Mix Asphalt The conformance to contract of the material and elements involved shall be evaluated 74 J September 20, 2022 10 REVISION OF SECTION 105 CONTROL OF WORK using the (Asphalt 03') Quality Project Management program and Section 105.03. All sampling frequencies shall follow Table 106-2 and Stratified Random Sampling Schedules. Subsection 105.06 shall be revised to include the following: A minimum of 10 days prior to the start of concrete paving, the Contractor shall perform a pre -production batch test consisting of a minimum of 10 cubic yards of the approved mix design. The pre -production batch test shall be performed using the actual batch plant and the materials to be used during the concrete paving operation. A set of flexural strength beams and splitting tensile strength cylinders shall be taken and tested at 7 days to determine the 7 -day average flexural and splitting tensile strengths. The average 7 -day flexural strength will be compared with the average 7 -day flexural strength from the laboratory tests for the approved mix design. If the average 7 -day flexural strength is more than 10% below the average 7 -day flexural strengths from the laboratory test for the approved mix design, the Contractor shall provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. Liquated damages will be assessed if the project is not completed on time. If at any time during production, the average 7 -day flexural strength for a lot or sublot is more than 10% below the average 7 -day flexural strength from the laboratory tests for the approved mix design, the Contractor shall immediately stop the concrete paving production and provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion. another pre- production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. Liquated damages will be assessed if the project is not completed on time. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended. corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. S ubsection 105.06(a), paragraph 1 shall be deleted and replaced with the following: (a) Incentive/Disincentive payments will not be made to the Contractor for Portland Cement Concrete Paving. The Pay Factors (PF) and Quality Levels(QL) will be made based on test results for the elements of compressive strength and pavement thickness (compressive strength criteria) or the elements of flexural strength and pavement thickness (flexural strength criteria). The Department will indicate in the plans whether compressive strength or flexural strength criteria will be used. If the acceptance criteria are not indicated, flexural strength criteria shall be used. S ubsection 105.06(b) shall delete the reference to Tables 105-4 or 105-5 and replace with Tables 105-10 or 105-11. S ubsection 105.06(c)(3) shall be deleted. Subsection 105.06(d) shall be deleted and replaced with the following: (d) As acceptance test results become available, they will be used to calculate accumulated QL for each element and for the item. The Contractor's test results, and the accumulated calculations shall be 75 September 20, 2022 11 REVISION OF SECTION 105 CONTROL OF WORK made available to the Engineer. The Engineer's test results, and the calculations will be made available to the Contractor as early as reasonably practical. Numbers from the calculations shall be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R- 11, Rounding Method. Incentive/Disincentive payments will not be made to the Contractor for Portland Cement Concrete Paving. The conformance to contract of the material and elements involved shall be evaluated per Section 412. Subsection 105.06(f) shall be deleted and replaced with the following: (f) When compressive strength is indicated, the Contractor may take cores at his own expense and per Colorado Procedure 65 to provide an alternative determination of strength to replace acceptance test results with a compressive strength less than 4.500 psi. The higher value of the 28 -day compressive strength of acceptance cylinders or the corresponding core's compressive strength will be used for I/DP. When flexural strength is indicated in the Contract. the Contractor shall, in the presence of the Engineer, develop a correlation curve during the laboratory mix design process and during the first week of concrete placement per AASHTO T198 (ASTM C496) Splitting Tensile Strength of Cylindrical Concrete Specimens. Specimens shall be evaluated per CP65-19 method B. At least three splitting tensile strength specimens and four flexural strength specimens will be tested at 3, 7, 14, and 28 days. The splitting tensile strength and flexural strength specimens for each age used to develop the correlation curve shall be cast from the same batch of concrete being placed on the project. The Lower Tolerance Limit (TO) for flexural strength shall be 600 psi. At any time during production, the Engineer may request a verification of the correlation curve developed during the laboratory mix design phase or the first week of production. Verification of the curve shall be done by casting three splitting tensile specimens by the Department and testing them at the Contractor's Process Control Laboratory. The flexural strength of the correlated splitting tensile samples shall be compared to the Contractor PC flexural strength results cast from the same batch. For verification, both flexural strength specimens and splitting tensile specimens will be tested at 28 days. If the correlated flexural strength of the splitting tensile sample is not within 50 psi of the verification beam specimen's flexural strength, a new correlation curve shall be developed within 3 days for future low strength evaluations. The new correlation curve will be used for any future low flexural strength evaluations that result from concrete placed on or after the date the new correlation curve specimens are cast. Delete Table 105-8, "W" and "V" Factors for Various Elements and replace with the following: Table 105-8 "W" AND "V" FACTORS FOR VARIOUS ELEMENTS V Factor W Factor Element 2.36 mm (No. 8) mesh and larger sieves l 2.80 N/A 600 mm (No. 30) mesh sieve 1.80 N/A 75 mm (No. 200) mess sieve 0.80 N/A Gradation N/A 15 Asphalt Content 0.20 25 In -place Density 1.10 45 Joint Density 1.60 15 Voids in the Mineral Aggregate I 0.60 10 Air Voids 0.60 _ 30 76 September 20, 2022 12 REVISION OF SECTION 105 CONTROL OF WORK Delete Table 105-10, "V" Factors and Incentive Payments — Compressive Strength Criteria and replace with the following: Table 105-10 "V" FACTORS AND INCENTIVE PAYMENTS COMPRESSIVE STRENGTH CRITERIA Element Compressive Strength V Factor 400 psi Maximum Incentive Payment 3.00 % Lower Tolerance Limit, TL 4500 psi Plan Value 4500 psi Delete Table 105-11, "V" Factors and Incentive Payments — Flexural Strength Criteria and replace with the following: Table 105-11 "V" FACTORS AND INCENTIVE PAYMENTS FLEXURAL STRENGTH CRITERIA Element Flexural Strength V factor 50 psi Maximum Incentive Payment 3.00% _ower Tolerance Limit, T, 650 psi Subsection 105.07(b)(1), paragraph 11 shall be deleted and replaced with the following: Plan Value 650 psi The Contractor shall notify the Engineer in writing at least five working days in advance of his intention to perform SA testing. The Contractor shall profile the project within 14 days after the completion of paving operations. The Department will determine if Smoothness Verification Testing (SV) will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. Subsection 105.07(b)(1), paragraph 12 shall be deleted and replaced with the following: The Engineer will witness the SA profiling. Within 24 hours after each profile is collected, the Contractor shall submit the data electronically along with an SA data submittal form to the Engineer and Inspector. Subsection 105.07(b)(2) shall be revised to include the following before the first paragraph: Incentive/disincentive payments associated with HMA or PCCP. Pavement Smoothness will not be made for this project. However, the Contractor shall meet all requirements and conditions for Pavement Smoothness Category II (Tables 105-12 and 105-13). Subsection 105.07(e), Paragraph 1 shall be deleted and replaced with the following: The Department will analyze the SA testing for acceptance and indicate areas requiring corrective work per subsection 105.07(b). The Engineer, at their sole discretion, shall determine the most effective corrective action outlined in items 1-3 below. The Contractor shall provide a detailed method statement describing the corrective actions to be taken for the corrective work. Corrective work shall not be performed until the method statement has been approved in writing by the Engineer. The Contractor shall perform corrective work in the areas indicated by the Department based on the SA testing. Subsection 105.07(e)(3), paragraph 5 shall be deleted and replaced with the following: 77 September 20, 2022 13 REVISION OF SECTION 105 CONTROL OF WORK For HMA pavements, the entire ground area of the final pavement surface shall be covered in a chip seal conforming to Section 409 of the Specifications when grinding is complete and after final SA testing is complete. The chip seal will not be measured and paid for separately but shall be included in the work. In instances where diamond grinding is minimal, the Engineer, at their sole discretion, may allow the final pavement surface to be covered with a Tack Coat conforming to Section 407 of the Specifications when grinding is complete and after final SA testing is complete. The tack coat shall not be measured and paid for separately but shall be included in the work. Subsection 105.07(f), paragraph 2 shall be deleted and replaced with the following: The Contractor shall notify the Engineer by email at least 5 working days in advance of his intention to perform final SA testing. Weld County will determine if Smoothness Verification Testing (SV) will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. Subsection 105.09 shall be deleted and replaced with the following: 105.09 Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions. These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In the event of a discrepancy, the order of precedence is as follows: (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions Weld County Special Provisions Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2022 Standard Specifications for Road and Bridge Construction iii. CDOT Project Special Provisions iv. CDOT Standard Special Provisions v. CDOT Field Materials Manual (Latest Edition) vi. CDOT Construction Manual (Latest Edition) (c) CDOT Standard Specifications (d) Plans i. Detailed Plans ii. Standard Plans 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 determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. 78 September 20, 2022 14 REVISION OF SECTION 105 CONTROL OF WORK The Contractor shall not take advantage of any apparent error or omission in the Contract. Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of all errors which it may discover in the Contract Documents and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby. The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract. The fact that the Contract Documents omit or mis-describe any details of any work which is necessary to carry out the intent of the Contract Documents, that are customarily performed under similar circumstances, shall not relieve the Contractor from performing such omitted work or mis-described details of the work, and they shall be performed as if fully and correctly set forth and described in the Contract Documents, without entitlement to a change order except as specifically allowed. Subsection 105.10 shall be deleted and replaced with the following: 105.10 Cooperation by Contractor. The Contractor shall give the work the constant attention necessary to facilitate progress and shall cooperate with the Engineer, inspectors, and other contractors. The Contractor shall be responsible for providing agendas, attendance lists, and meeting minutes for all meetings including but not limited to weekly progress meetings, pre -construction meetings, pre -pour meetings, pre -pave meetings, pre -environmental meetings, etc. Sample meeting agendas are provided in CDOT's Construction Manual. The sample meeting agendas shall be modified as necessary to contain project specific information. The Contractor shall provide copies of the meeting agendas to the Engineer a minimum of 24 hours before the meeting for review. During the meeting, the Contractor shall lead the meeting, take attendance, and take meeting minutes. Meeting minutes shall be generated by the Contractor and shall be provided to the Engineer within 72 hours for review and acceptance. The Contractor shall have on the project, at all times that work is being performed, a competent Project Manager and a Superintendent capable of reading and understanding the contract documents and experienced in the type of work being performed. The Project Manager and Superintendent shall not be the same individual unless approved in writing by the Engineer. The Project Manager and Superintendent will receive instructions from the Engineer and shall be authorized to act for the Contractor on the project and to execute orders or directions of the Engineer without delay. The Project Manager and Superintendent shall promptly supply, irrespective of the amount of work sublet, materials, equipment, tools, labor, and incidentals to complete the Contract. Failure to provide a full-time competent Project Manager and a Superintendent with the authorization to act for the Contractor on the project shall result in a payment deduction as outlined in Section 108.09, Liquidated Damages Table. Furthermore, failure to provide a full-time competent Project Manager and a Superintendent shall be grounds for suspension of the Project until such time as a full-time competent Project Manager and Superintendent is provided by the Contractor. The Engineer shall have the sole discretion of determining when/if to assess the payment deduction. The payment deduction shall be documented on a Form 105, Speed Memo. CONTRACT TIME WILL CONTINUE IN THE EVENT OF A WORK SUSPENSION CAUSED BY LACK OF FURNISHING A FULL-TIME COMPETENT PROJECT MANAGER AND SUPERINTENDENT SATISFACTORY TO THE COUNTY. When the County issues a Speed Memo (Form 105), Minor Contract Revision (Form 94), or a Change Modification Order (Form 90), the Contractor shall return a signed version of the form within 10 calendar days. Failure to provide the signed form(s) to the Engineer will result in the assessment of liquidated damages as outlined in the Liquidated Damages Table in Subsection 108.09. 79 September 20, 2022 15 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.11, paragraph 4 shall be deleted and replaced with the following: If utility facilities or appurtenances are found that are neither identified in the Contract, nor revealed by site investigation, the Engineer will determine whether adjustment or relocation of the utility is necessary. The Engineer will make arrangements with either the utility owner or the Contractor to accomplish necessary adjustments or relocations when not otherwise provided for in the Contract. Per subsection 104.02(a)(5, 7, 8, and 9), the discovery of unknown utility facilities or appurtenances shall not be entitled to a Change Order for Differing Site Conditions. Extra work will be considered for payment per subsection 104.03 only with the written approval of the Engineer. Consideration additional contract time will be considered by the Engineer on a case -by -case basis. Subsection 105.21(b) shall be deleted and replaced with the following: (b) Final Acceptance. At Substantial Completion, the Engineer will make an inspection of the project with the Contractor. The result of the inspection will be a punch list of outstanding items that have to be corrected and completed withing the time frame indicated on the Notice of Substantial Completion. The punchlist will include the remaining documentation items that shall be submitted for review and acceptance by the Engineer before Final Acceptance. Upon notice from the Contractor of completion of the Substantial Completion punchlist, the Engineer will make an inspection to verify the punchlist items have been addressed. If the work provided for by the Contract has been satisfactorily completed, that inspection shall constitute the final inspection and the Engineer will notify the Contractor in writing of final acceptance indicating the date on which the project was inspected and accepted. Upon reviewing and accepting the remaining documentation and with no other outstanding issues, the Engineer will initiate the final advertisement process utilized by the County's Purchasing Department. The final advertisement process involves placing an advertisement in a newspaper of general circulation a minimum of two times at least 10 days apart. A newspaper of general circulation is defined as a newspaper which is published daily, triweekly, semiweekly, or weekly and is printed or published in whole or in part in the county in which such notice or advertisement is required to be published. The advertisement shall include the final cutoff date for any protests from subcontractors or suppliers and the date of anticipated final payment to the Contractor. No retainage release will be made until the final advertisement period has been completed and all issues that have arisen during the final advertisement period have been resolved. Final acceptance under this subsection does not waive any legal rights contained in subsection 107.21. Subsection 105.22, paragraph 1 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 105.22 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Subsection 105.23 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Subsection 105.23(b)(1) shall be deleted and replaced with the following" 80 September 20, 2022 16 REVISION OF SECTION 105 CONTROL OF WORK 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. Weld County will utilize this list during the DRB process. Only individuals who have completed training (currently titled DRB Administration and Practice Training) through the Dispute Resolution Board Foundation or otherwise approved by Weld County can be a DRB member. DRB nominees shall be selected from the list of pre -approved candidates. When a DRB is formed, the parties shall execute the agreement set forth in subsection 105.23(l(. Subsection 105.24 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Subsection 105.24, paragraph 4 shall be deleted and replaced with the following: Non -binding arbitration or litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. Subsection 105.24, paragraph 5 shall be deleted and replaced with the following: The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for Weld County. Subsection 105.24(a) shall be deleted and replaced with the following: (a) Notice of Intent to File a Claim. Within 30 days after rejection of the Dispute Resolution Board's Recommendation issued per subsection 105.23, the Contractor shall provide the Director of Public Works or the Director's designated representative with a written notice of intent to file a claim. The Contractor shall also send a copy of this notice to the Engineer. Weld County will acknowledge in writing receipt of Notice of Intent within seven days. Subsection 105.24(e) shall be deleted and replaced with the following: (e) De Novo Litigation or Merit Binding Arbitration. If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or non -binding arbitration to finally resolve the claim that the Contractor submitted to Weld County. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined herein. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or the Department at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed per the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for Weld County, unless both parties agree to the use of arbitration. If the Contractor selected non -binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of ARBITRATION PROVIDER'S Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (R35 through R39), the arbitrators shall issue a decision with regard to entitlement and a non -binding 81 September 20, 2022 17 REVISION OF SECTION 105 CONTROL OF WORK 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 82 August 29, 2022 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01, paragraph 3 shall include the following: In order to be considered an equal or equivalent product, all technical specifications for the alternate product must meet or exceed all technical specifications for the specified product. The technical specifications for the proposed equivalent product as well as the specified product shall be submitted to the Engineer for review. Subsection 106.01, paragraph 4 shall be deleted and replaced with the following: The Contractor shall submit a completed Form 1425 for each direct supplier that meets the $10,000 criteria outlined below. The Form 1425 shall be submitted to the Engineer before beginning work on the project, incorporating materials into the project or at such time that the $10,000 amount is known to be exceeded. (1) Fabrication of material (2) Processing of materials (3) Delivery service cost of the material delivered to the project If an individual, firm, or corporation is responsible for the installation of supplies, a Form 205 shall be required for the subcontractor. The supplier shall notify the Contractor if an individual spends more than 20% of their workweek performing actual construction work such as installation, repair or warranty work, on the site of work as that would require the submission of a Form 205. During the performance of the project, the Contractor shall submit an updated Form 1425 if information changes. Each subcontractor or supplier at any tier meeting the $10,000 requirement above shall submit a Form 1425 to the Contractor, who will then submit it to Weld County. The Contractor shall submit the subcontractor's Form(s) 1425 with Form 205 (if any) to the Engineer before the subcontractor/supplier beginning any work on the project, incorporating materials into the project, or at such time the $10,000 amount is known to be exceeded. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. Subsection 106.041 shall be added immediately following Subsection 106.04: 106.041 Sampling and Testing of Earthwork. The testing of items associated with earthwork shall conform to the following: (a) Process Control Testing. Process Control (PC) testing is mandatory for the elements listed in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers of the Specifications. The purpose of PC testing is to ensure the Contractor has complied with the Specifications before the Owner Acceptance (OA) testing performed by the County. The PC sampling and testing frequency outlined in Table 106-1a for Sections 203, 206, and 603, Table 106-1b for Section 304, and Table 106- 1c for Section 306 are the minimum number of tests required. The Contractor is encouraged to utilize the PC testing in such a manner as to ensure the quality of the work. Weld County will pay for PC testing per Subsection 106.15 — Method of Measurement and Subsection 106.16 — Basis of Payment. 83 August 29, 2022 2 REVISION OF SECTION 106 CONTROL OF MATERIAL TABLE 106 -la SECTION 203, SECTION 206, AND SECTION 603 TESTING SCHEDULES EMBANKMENT, EXCAVATION, AND BACKFILL INCLUDING CLASS 1 AND CLASS 2 BACKFILL, CLASS 1 AND CLASS 2 STRUCTURAL BACKFILL, BED COURSE MATERIAL, AND FILTER MATERIAL Con Irtimum Tee. ctoesPr~ocr Element 1 per soil type 1 per still 1 per soil type Soil Survey (Classification) Moisture,= Eiensit'Curve Gradation 1 per soil type 1 person ty 1 per soil type ltterberg Limits I per soil 1 per 200 cubic yards or fraction thereof and a minimum of 1 additional test per change in material type t per 100 cubic yard: and 1 per lift and 1 in maters In -Place Density In -Place Density when within 1 Bridge;Approach(s). of 1 per 1000 cubic yards or fraction thereof and 1 additional per change in material type. 1per 5 1 per 200 cubic yards and a minimum of on per change in material type Material is Conch Material is Cha Rock Correction 1 per 1,000 cubic yards or fraction thereof test per 1 per 2,G cubic 1 per soil type R -Value 1 per soil type Any time the 1-p. pounds and 00% I proctor of the 2 the. 1 per stockpile/source and 1 per material type Slake Durability Any time thie 1 -point check i pounds and.80% moisture the proctor°of the; matertal l 1 per stockpile/source and 1 per material type urce of,irnporteed Water Soluble Sulfate ion 1 per, 21000 cubic yards or tr 1 per source of imported material Water Soluble Chloride Ion per 2,000 cubic yards or fraction thereof Resistivity per 2,000 cubic yan 1 per source of imported material pH per 2,000 cubic yards or fraction thereof PC tests, shall be taken using 4, 1 -Minute te? n, no reported density shalt exceed 100% co Id using the number 4 screen. PC Test on the day of in -place density testing' The PC tester shall also proyi -point checks is required so the 84 August 29, 2022 3 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-b SECTION 304 TESTING SCHEDULE AGGREGATE BASE COURSE Minimum Testing Frequency Contractor's Process Control Testing Element Minimum Testing Frequency Owner Acceptance Testing 1 per 500 tons or fraction thereof Gradation 1 per 2,000 tons or fraction thereof 1 per 500 tons or fraction thereof Atterberg Limits 1 per 2,000 tons or fraction thereof 1 per 500 tons or fraction thereof In -Place Density/Percent Relative Compaction 1 per 2,000 tons or fraction thereof 1 per class and/or source Moisture -Density Curves 1 per class and/or source 1 per class and/or source LA Abrasion 1 per class and/or source 1 per class and/or source "` R -Value 1 per class and/or source Table 106-c SECTION 306 TESTING SCHEDULE AGGREGATE BASE COURSE Minimum Testing Frequency Contractor's Process Control Testing Element Minimum Testing Frequency Owner Acceptance Testing 1 per 1,000 tons or fraction thereof & 1 per 500 tons or fraction thereof for each shoulder (when shoulders only are specified) In -Place Density/Percent Relative Compaction 1 per 5,000 tons or fraction thereof & 1 per 2,500 tons or fraction thereof for each shoulder (when shoulders only are specified) 1 per class and/or source Moisture -Density Curves 1 per class and/or source OA testing is used for acceptance by the County regardless of the PC testing results. Failing Owner Acceptance tests shall result in the removal and replacement of the elements to specifications. The Engineer, at their sole option, may choose to use PC testing results in the event of a discrepancy. (b) Process Control Plan. Process control plans (PCP) shall be submitted by the Contractor for approval by the Engineer for the elements listed in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers of the Specifications. All the above items shall be tested per the process control and acceptance procedures outlined in the latest version of the COOT Field Materials Manual and the applicable Colorado Procedures (CP) contain in the COOT Field Materials Manual. The PCP shall be submitted to the Engineer for approval before the Pre - Construction Conference. The Contractor shall not be allowed to start any work on the project until the Engineer has approved the PCP in writing. The PCP shall contain the following items: (1) Method Statements — The Contractor shall submit detailed method statements to the Engineer for approval before the Pre -Construction Conference. Method statements for Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers shall follow the requirements shown in Subsection 108.03(j). (2) Testing — the Contractor shall provide adequate details in the PCP describing how the PC testing shall be performed. 85 August 29, 2022 4 REVISION OF SECTION 106 CONTROL OF MATERIAL The PCP shall include a sampling frequency as required by the Specifications. When a random sampling frequency is required for the element, the PCP shall indicate how and when the random sampling will occur. The PC tests shall be independent of the acceptance tests unless otherwise allowed by the Engineer. (3) Point of Sampling — the materials for PC testing shall be sampled by the Contractor using the appropriate Colorado Procedures outlined in the CDOT Field Materials Manual. The location where material samples will be taken shall be included in the PCP. (4) Testing Standards — the PCP shall indicate which testing standards shall be followed. Acceptable standards are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, then AASHTO procedures, and then ASTM procedures. Deviations from the applicable procedures shall not occur unless approved by the Engineer in writing. All soils testing performed in the field and in the laboratory shall be performed per the WAQTC manual, the Colorado Procedures using the following procedures. A. AASHTO T 255 - Total Evaporable Moisture Content of Aggregate by Drying B. AASHTO T 265 - Laboratory Determination of Moisture Content of Soils C. AASHTO 272 and CP 23 & CP 25 - One -Point Method for Determining Maximum Dry Density and Optimum Moisture D. AASHTO T 99, CP 23 - Moisture -Density Relations of Soils Using a 2.5 -kg (5.5 -lb) Rammer and 305 -mm (12 -in.) Drop E. AASHTO T 180, CP 23 - Moisture -Density Relations of Soils Using a 4.54 -kg (10 -lb) Rammer and 457 -mm (18 -in.) Drop F. AASHTO R 75 - Developing a Family of Curves G. AASHTO T 85 - Specific Gravity and Absorption of Coarse Aggregate H. AASHTO T 310 & CP 80 - In -Place Density and Moisture Content of Soil and Soil - Aggregate by the Nuclear Methods (Shallow Depth), CP 21, CP 31 (Class 1 and ABC) — Gradation I. AASHTO T 89 and T90 — Atterberg Limits J. AASHTO M 145 - Soils Classification K. AASHTO T 96 — LA Abrasion L. AASHTO T 190 — R -Value (5) Testing Supervisor Qualifications — the person in charge of and responsible for the PC sampling and testing shall be identified in the PCP. This person qualified according to the requirements of CP-10 (Note: this will require a PE or a NICET Level III certification). (6) Technician Qualifications — Technicians taking samples and performing the PC tests shall be WAQTC certified and shall meet the requirements of CP 10. 86 August 29, 2022 5 REVISION OF SECTION 106 CONTROL OF MATERIAL (7) Testing Equipment — All testing equipment used to conduct the PC tests shall conform to the standards specified in the test procedures and shall be in good working order. Equipment calibrations shall be provided to the Engineer upon request. (8) Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer electronically at least once per day. Testing which is performed in the field (e.g., density, rock corrections, 1 -points, and other field tests) shall be provided on the same day as they are performed. Testing which requires laboratory procedures shall be reported electronically within 24 hours after the laboratory testing is completed. The PC tester shall provide written copies of the field test reports to the Engineer and Inspector within the timeframes outlined above. For tests involving compaction and density, the Contractor shall ensure the tester is performing rock corrections and 1 -point proctor checks in the field. Qualifications for testing and personnel are contained in Section 203, Chapter 200 of the CDOT Field Materials Manual, CP-10, CP 13, CP 15, and CP 80, and the CDOT Inspectors Checklist. Subsection 106.05 shall be revised with the following: Delete references to Table 106-1 and replace with Table 106-2. Subsection 106.05(a), paragraph 1 shall be deleted and replaced with the following: (a) Process Control Testing. Contractor Process Control Testing is mandatory. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-2. Process control testing by the Contractor is mandatory. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's HMA supplier and HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA per Table 106-2 The Contractor shall develop a process control plan (PCP) per the following: (1) Process Control Plan. For each element listed in Table 106-2, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre -construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. 87 August 29, 2022 6 REVISION OF SECTION 106 CONTROL OF MATERIAL Table 106-2 SCHEDULE FOR MINIMUM SAMPLING AND TESTING FOR HMA* Element Process Control Acceptance''z Check)CTP) 1/10,000 tons Asphalt Content 1/500 tons 1/1000 tons Gradation 1/Day 1/2000 tons 1/20,000 tons Theoretical Maximum Specific Gravity 1/1000 tons, minimum 1/Day 1/1000 tons, minimum 1/Day 1/10,000 tons In -place Density 1/500 tons 1/500 tons 1/5000 tons Joint Density 1 core/2500 linear feet of joint 1 core/5000 linear feet of joint ', 1 core/50,000 linear feet of joint Aggregate Percent Moisture 3 1/2000 tons, minimum 1 /Day 1/2000 tons Not applicable pp Percent Lime,' 1/Day Not applicable Not applicable Notes 1 The minimum number of acceptance tests will be: 5 asphalt content, 3 gradation, 10 in -place density and 5 joint density for all projects. 2 When unscheduled job mix formula changes are made (Form 43) acceptance of the elements, except for in -place density, will be based on the actual number of samples that have been selected up to that time, even if the number is below the minimum listed in the schedule. At the Engineer's discretion, additional random in -place density tests may be taken in order to meet scheduled minimums, provided the applicable pavement layer is available for testing under safe conditions. Beginning with the new job mix formula, the quantity it will represent shall be estimated. A revised schedule of acceptance tests will be based on that estimate. 3 Not to be used for incentive or disincentive pay. Test according to CP-33 and report results from Form 106 or Form 565 on Form 6. 4 Verified per Contractor's PC Plan * None of the test results will be used for incentive /disincentive pay but will be used in the evaluation of materials acceptance. See also section 105.05 Conformity to the Contract of HMA for applicable conditions. Subsection 106.05(a) shall be revised to include the following immediately Subsection 106.05(a)(8): After completion of compaction, in -place density tests for process control shall be taken at the frequency shown in Table 106-2. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of the testing equipment used for in -place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's calibration blocks. 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 daily. Subsection 106.05(b), paragraph 2 shall be deleted and replaced with the following: If the Contractor elects to question the Hot Mix Asphalt (HMA) acceptance test results, the steps outlined in CP 17 shall be followed. Dispute of the acceptance test results per CP-17 will not be allowed unless the CP-13 Check Test Program has been successfully completed. The Contractor shall initiate, 88 August 29, 2022 7 REVISION OF SECTION 106 CONTROL OF MATERIAL coordinate, and complete a successful Check Testing Program with the OA tester before HMA placement. The results from the CP 17 resolution process shall be binding on both the Department and the Contractor. Requests for CP 17 process for all elements except density shall be submitted in writing to the Engineer within five workdays from the date the Contractor receives acceptance test data from the Engineer. The specific element questioned shall be identified in writing. All requests for the CP 17 process for the density element shall be submitted in writing to the Engineer within 24 hours of receiving test data from the Engineer. Subsection 106.05(b), paragraph 3 shall be deleted and replaced with the following: The Contractor shall choose a consultant laboratory not associated with the project from the CDOT pre- established list to perform the third -party testing. The Contractor shall dOcument his choice in writing at the Pre - Paving Conference. The Department shall determine that the consultant is from the pre -established list and has no conflict of interest. If the Contractor does not provide his choice in writing at the Pre -Paving Conference, the Department shall choose the consultant from the pre -approved list. Subsection 106.06 shall delete reference to Table 106-2 or 106-3 and replace with Table 106-4 or 106-5. Subsection 106.06 shall delete reference to Table 106-2 or 106-3 and replace with Table 106-4 or 106-5. Subsection 106.06(a), paragraph 1 shall be deleted and replaced with the following: (a) Process Control Testing. Process control testing by the Contractor is mandatory. Process control testing for Portland Cement Concrete Pavement (PCCP) pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's PCCP supplier and PCCP paving subcontractor shall be present when PCCP placement is occurring and shall test the PCCP per Tables 106-4 and 106-5. The Contractor shall develop a process control plan (PCP) per the following: Subsection 106.06(b) shall be revised to include the following: Acceptance flexural strength specimens will be cast, cured, tested for flexural strength by the Contractor, and witnessed by the Engineer or an approved Weld County Representative. Test results not witnessed by Weld County or approved Weld County Representative will not be accepted. The Contractor shall, in the presence of the Engineer, develop a correlation curve during the first week of concrete production and placement per AASHTO T198 Splitting Tensile Strength of Cylindrical Concrete Specimens. As stated in Subsection 105.06 Splitting Tensile Strength (AASHTO T198) sampling and testing by Weld County is being used to determine the validity of Splitting Tensile Strength as an acceptance criterion and not a ratio or correlation to Flexural. Weld County OA will mold 6 — (6 in x 12in) specimens for Splitting tensile strength to be tested (3) at 7 days and (3) at 28 days, at a minimum of 1 set per day of concrete placement. Subsection 106.11 shall be deleted. Add Subsection 106.14 Trade Names, Approved Equals, or Substitutes. 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. 89 August 29, 2022 a REVISION OF SECTION 106 CONTROL OF MATERIAL 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 from the Engineer before placing a purchase order or furnishing the same. If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of submission of the bid, no substitutions therefore will be permitted after a proposal has been accepted without the express consent of the Owner. Add Subsection 106.15 Methods of Measurement. 106.15 Method of Measurement. Process Control (PC ) sampling and testing for the earthwork items covered in Section 203 — Excavation and Embankment, Section 206 — Excavation and Backfill for Structures, Section 304 — Aggregate Base Course, Section 306 — Reconditioning, and Section 603 — Culverts and Sewers will be measured as the actual number of days of PC sampling and Testing work performed. The PC tester shall be onsite for the entire time the Contractor is engaging in earthwork related to the above -mentioned sections. The Contractor shall utilize the PC tester to take samples and tests at the frequencies required in Subsection 106.041 as well as any other tasks needed (i.e., set rolling patterns for compactive effort, provide written daily test results to the Engineer and Inspector, log in and out on the daily sampling and testing results summary sheet, collecting tickets from trucks entering the site, etc.). Sampling and Testing report forms from the PC tester shall be provided to the Department within 24 hours of the field test being completed. Laboratory tests which take longer than 24 hours to complete shall be provided to the Department no later than 24 hours after the test is completed. It is not acceptable to provide the PC test results on a weekly basis. Failure to provide PC sampling and testing shall result in a pay deduction of $300/sample or test to be assessed to the Contractor for each day PC testing is not performed for the above mentioned items and per Tables 106-1a, 106-1b, and 106-1c. The continued failure of the Contractor to comply with the requirements of this subsection shall result in the suspension of work by the Engineer, the potential for the assessment of liquidated damages per the schedule of liquidated damages per Section 108, and withholding of progress payments. Contract time shall not stop in the event of a suspension of work. Failing Owner Acceptance (OA) tests shall result in the removal and replacement of the elements per the specifications. In the event of a failing OA test, the Engineer will issue a Form 105 to the Contractor documenting the failure and shall apply a $300/failing test pay deduction. The Engineer may in their sole discretion determine if a pay deduction will be assessed. Add Subsection 106.16 Basis of Payment 106.16 Basis of Payment. Payment for Process Control Sampling and Testing shall be at the Contract unit price for each item listed below that appears in the bid schedule. Pay under: Pay Item Process Control. Testing fo lte 203, 206, 304, 306, & 603 Pay Unit Day 90 August 29, 2022 9 REVISION OF SECTION 106 CONTROL OF MATERIAL Payment for Process Control Testing for Items 203, 206, 304, 306, and 603 shall be full compensation for alt labor, materials, and equipment necessary for the PC tester to perform all the work described in the Specifications. The PC tester's commute time will not be measured and paid for separately but shall be included in the work. END OF SECTION 91 August 29, 2022 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows: Subsection 107.02 shall be revised to include the following: Before beginning work, a Zoning Permit for a Manufactured Home (ZPMH) shall be applied for and obtained from the Weld County Department of Planning and Zoning when there are to be trailers or shipping containers used as field offices on the project site. A building permit shall be obtained from the Weld County Building Department for any electrical connection to the office trailer or shipping container regardless of the electrical connection type. All costs associated with obtaining the required permits shall be incidental to the Work. Subsection 107.06 shall be revised to include the following before subsection 107.06(a): 107.06 Safety, Health, Sanitation, and Performance of Safety Critical Work Provisions. The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. In subsection 107.15(a), delete references to "CDOT" and replace with "Weld County". In subsection 107.15(a)(5), delete references to "CDOT" and replace with "Weld County, CO, its elected officials, and its employees". Subsection 107.15(b) shall be deleted and replaced with the following: The insurance certificates shall name "Weld County, Colorado, its officers, and employees" as an additional insured party. . Depending upon the funding source, it may be necessary to include additional insured parties. Completed operations additional insured coverage shall be on endorsements CG 2010 11/85, CG 2037, or equivalent. Coverage required of the Contract will be primary over any insurance or self-insurance program carried by Weld County. In subsections 105.15(d through g), delete references to "CDOT" and replace with "Weld County". Subsection 107.17 shall be revised to include the following before the first paragraph: 107.17 Contractor's Responsibility for Work. When working in a waterway, the Contractor shall assess and understand the risk of working within waterways. Such risks include but are not limited to floods, high groundwater, and fluctuation in flows. The Contractor shall be responsible for constructing and maintaining all temporary facilities within the waterway such as cofferdams and diversion of channel flows. Such work shall be subsidiary to other items of work. Subsection 107.17 — Delete the fourth paragraph beginning with "Loss, injury, or damage to the work..." and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to Weld County. Subsection 107.19 shall be revised to include the following: 92 August 29, 2022 2 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the `right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of-way, the Contractor shall obtain a right-of-way permit from the Weld County Department of Public Works Right -of -Way Permitting Technician, 970-304-6496. The Contractor's attention is directed to this subsection: In Subsection 107.25, reference to "CDOT" shall be deleted and replaced with "Weld County". Subsection 107.25 shall be revised to include the following before the first sentence: The requirements as called out in this subsection will be strictly enforced. Subsection 107.25(c), paragraph one shall be deleted and replaced with the following: (c) Stormwater Construction Permit. If the area of disturbance is greater than one acre, the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) shall be obtained by the Contractor. The Contractor and Weld County will be co-permittees. The Contractor shall coordinate with Weld County to become the Operator permittee of the respective permit upon award of the Contract. The Contractor shall provide a copy of permit certification as the Operator to the Engineer before or at the Pre -construction Conference. No work shall begin until the CDPS-SCP permit with Owner and Operator has been approved by CDPHE. A copy of the permit shall be placed in the project SWMP. The Contractor shall be responsible for complying with the applicable requirements of the CDPS-SCP. After the Contractor has completed the construction. Before the final acceptance is issued by the County, arrangements shall be made to transfer the permit from the Contractor to the County. Before the transfer of the permit to the County, the Contractor shall ensure that the SWMP is complete and up to date. CDPHE may require sampling and testing, on a case -by case basis. If CDPHE requires sampling and testing, the CDPHE will send a notification to the permittee. Reporting procedures for any monitoring data collected will be included in the CDPHE's notification. If monitoring is required, the following applies: (i) The thirty (30) day average must be determined by the arithmetic mean of all samples collected during a 30 day consecutive period; and (ii) A grab sample, for monitoring requirements, is a single "dip and take" sample. The Contractor shall provide a SWMP Administrator for this project. Subsection 107.25(c), paragraph 4 shall be deleted and replaced with the following: To initiate acceptance of the stormwater construction work (including seeding and planting required for erosion control), the Contractor shall request in writing a Stormwater Completion Walkthrough. The Engineer will set up the walkthrough. It will include the Engineer or designated representative, Superintendent or designated representative, and Stormwater Management Plan (SWMP) Administrator. Unsatisfactory and incomplete stormwater and sediment/erosion control work will be identified in this walkthrough and will be summarized by the Engineer in a punch list. Subsection 107.25)d)(2) shall be revised to include the following: 93 August 29, 2022 3 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC If monetary fines or penalties are applied to the Department while under stewardship of the Contractor but the exact amount is not known, the project retainage will be held by Weld County until the fines or penalties are resolved. If the monetary fine is in excess of all the money due to the Contractor, then the Contractor shall pay to the Department the amount of such excess. END OF SECTION 94 August 29, 2022 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.01 shall be deleted and replaced with the following: 108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. The Contractor shall request permission from the Engineer by submitting a completed hardcopy Sublet Permit Application, CDOT Form No. 205. The subcontracted work shall not begin until the Contractor has received the Engineer's written permission. The Contractor shall make all project -related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request, and at a location convenient to the Engineer. The Contractor will be permitted to sublet a portion of the Contract. However, the Contractor's organization shall perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the Contract as "specialty items" may be performed by subcontract. The cost of "specialty items" so performed by subcontract may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor's own organization. The original contract amount includes the cost of material and manufactured products which are to be purchased or produced by the Contractor and the actual agreement amounts between the Contractor and a subcontractor. The proportional value of a subcontracted partial contract item will be verified by the Engineer. When a firm both sells material to a prime contractor and performs the work of incorporating the materials into the project, these two phases shall be considered in combination and as constituting a single subcontract. The calculation of the percentage of subcontracted work shall be based on subcontract unit prices. Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond. Failure to comply with all contractual obligations may lead to the suspension, debarment, or both of the subcontractor, and if necessary, the Contractor as stipulated in the "Rules". Subsection 108.02 shall be deleted and replaced with the following: The Contractor shall not commence work before the issuance of a Notice to Proceed. The Notice to Proceed will stipulate the date on which contract time commences. When the Contractor proceeds with work before that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or before the 10th day following the issuance of the Notice to Procced. Subsection 108.03(b), paragraph 2 shall be revised to include the following: The Initial Schedule shall be submitted at least 10 working days before the start of the work. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. 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 shall be revised to include the following: (j) Method Statements. A Method Statement shall be prepared for the controlling activities in the CPM, salient features listed in the Commencement and Completion of Work special provision, or as directed by the Engineer. The Method Statement shall include any additional activity or feature that the Engineer considers to be a controlling factor for timely completion. The Method Statement shall be a detailed narrative describing each activity or feature and all work necessary to complete it. The Contractor shall include the following information in the Methods Statement: (1) Feature name; 95 August 29, 2022 2 REVISION OF SECTION 108 PROSECUTION AND PROGRESS (2) Who is responsibility for the feature work (Contractor, subcontractor, supplier, utility, etc.); (3) Detailed description of the planned work procedures. The procedures to be used shall include information such as forming, excavation, pouring, heating and curing, backfill and embankment, trenching, protecting the work, etc. When separate or different procedures are to be employed due to seasonal or project phasing requirements, such differing procedures shall be described in the statement; (4) The planned quantity of work per day for each feature using the same units of measure as the applicable pay item; (5) (6) (7) The anticipated labor force required by labor type; The number, types, and capacities of equipment planned for the work; and The planned time for the work including the number of workdays per week, number of shifts per day, and the number of hours per shift. At the Engineer's discretion, the Contractor shall update the Method Statement or any part thereof and resubmit it to the Engineer for review and approval. Subsection 108.04, paragraph 1 shall be deleted and replaced with the following: 108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete, including Force Accounts, retainage and expected incentive payments, by the progress estimate date each month for the duration of construction. The payment schedule shall be signed by the Contractor's authorized agent. The payment schedule shall show the dollar amount of work the Contractor expects to complete for every month on the Contract from commencement of work to Project Acceptance. The fiscal year (January 1 to December 31) totals shall also be shown on the payment schedule. The payment schedule may be prepared using standard spreadsheet software such as MS Excel and submitted in electronic format. Subsection 108.04(b), paragraph 2 shall be deleted and replaced with the following: If the update has any Weld County Fiscal Year (January 1 to December 31) payment in excess of the encumbrance amount, the Department may, in its sole discretion, approve the update. If the Department does not approve the update the Contractor shall either revise the payment schedule or proceed at his own risk. The risk is either not being paid in a timely manner, or not being paid at all for any amounts over the encumbrance amount. If the Contractor proceeds at his own risk, then payment for the at -risk work will be dependent upon ratification of this work by the Weld County Controller. Subsection 108.08, paragraph 2 starting with "The Contractor shall not carry on construction..." shall be deleted and replaced with the following: The Contractor shall not carry on construction operations on Saturdays, Sundays, or holidays unless previously arranged and approved by the Project Manager and Inspector Supervisor. The Contractor shall not perform construction operations on any three or four -day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Engineer and Inspector Supervisor no later than Wednesday at 5 p.m. before the weekend in which the work will be performed. Written requests received after the deadline will be reviewed on a case by case basis. The Engineer and Inspector Supervisor are not required to provide written approval for weekend inspectable construction operations requests. 96 August 29, 2022 3 REVISION OF SECTION 108 PROSECUTION AND PROGRESS In the event, the weekend construction operations involve inspectable work (operations requiring a construction inspector), the Contractor shall provide a credit on the next pay application to the County. The amount credited shall be $400.00 for the first four hours (four hour minimum) and $100.00 per hour per day thereafter for each Inspector or Engineer required to perform inspections on the inspectable work. Construction operations shall stop at 5 p.m. the day before the start of the holiday weekend. Construction operations may resume after the holiday weekend has passed. The Contractor shall only make emergency repairs and provide proper protection of the work and the traveling public on the holiday weekend days. Subsection 108.08(a)(2) shall be deleted and replaced with the following: (2) Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts. Calendar Day Contracts have been adjusted before bid advertisement to account for no work on Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No weather days or less than full time charges days will be granted in this contract. Subsection 108.08(b) shall be deleted and replaced with the following: (b) Completion Date Contract. When the Contract specifies a completion date, all work under the Contract shall be completed on or before the date specified. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. If all work under the Contract is not completed on or before the specified completion date, contract time will be assessed for each additional calendar day per subsection 108.8)a))2) and liquidated damages will be assessed to the Contractor per day, per the table in subsection 108.09 until the completion of the project. Completion Date Contracts have been adjusted before bid advertisement to account for Saturdays, Sundays, and holidays by adjusting the completion date by the appropriate number of days. No weather days shall be given. Subsection 108.09 shall include the following after the first paragraph: Upon issuance of the Notice of Final Acceptance, the Contractor shall submit all paperwork required to close out the project within 20 days. Failure to provide the required paperwork will result in the assessment of liquidated damages as outlined below. Table 108-2 Liquidated Damages shall be deleted and replaced with the following: 97 August 29, 2022 4 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Table 108-2 LIQUIDATED DAMAGES Original Contract Amount ($) From More Than To and Including Liquidated Damages per Calendar Day ($) 0 500,000 800 500,000 1,000,000 2,000,000 5,000,000 10,000,000 1,600 2,500 4,300 7,800 1,000,000 2,000,000 5,000,000 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 98 August 29, 2022 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: Subsection 109.01 shall be revised to include the following after the 17t" paragraph: All materials (304 - Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, shall be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the project's placement site. Tickets will be made available for inspection during placement to the Engineer or Inspector at all times. The Contractor will submit, in an envelope, within 48 hours of material placement, the following: (1) Truck Tare List (2) Original Scale Tickets (3) Weld County Materials Quantity Reconciliation Sheet, signed by Contractor's representative Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the Contractor. Contractor will be made aware of any discrepancy immediately by the inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond these 48 hours, a price reduction on the material in question will occur as follows: 25 48 hours Greater than 72 hours 5% 100% Subsection 109.01 shall be revised to include the following after the last paragraph: The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: (1) Earthwork requiring more than one handling (2) New materials (if required) for resetting fences (3) Fine grading (4) Soil conditioner unless otherwise identified in the Contract (5) Fertilizer unless otherwise identified in the Contract (6) Staging areas (7) Additional temporary construction easements if desired by the Contractor (8) Coordination with utility companies (9) All water Subsection 109.06(a), Paragraph 1 shall be deleted and replaced with the following: 99 August 29, 2022 2 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT (a) Standard Amount Retained. The Department will make a deduction from the progress estimate in the amount considered necessary to protect the interests of the County, pursuant to Section 24-91-103, CRS. The amount retained will be 5% of the value of the completed work, to a maximum of 5% of the contract amount. No retainage shall be released before Final Acceptance. No retainage shall be released if there are CDPHE fines for stormwater items while under the stewardship of the Contractor until the fines are resolved. No further amount will be retained if the Contractor makes satisfactory progress in the contract work. The amount retained will be in effect until such time as final payment is made, with the following exception which requires the Contractor's written request and consent of the Surety: Upon completion and acceptance of the project, after the project quantities are finalized, and the Contractor has submitted the necessary forms, the Engineer may make reduction in the amount retained. Subsection 109.06(h) shall be deleted and replaced with the following: (a) Monthly Reporting. The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, per subsections 108.03(b) or 108.03)c)(3). Failure to submit a complete and accurate Form 1418 shall be grounds for Weld County to withhold subsequent payments or retainage to the Contractor. Subsection 109.06(j)(4)(A), the table shall be deleted and replaced with the following: Item No. Item Pay Unit 403* 403 Hot Mix Asphalt (Grading ..)(Asphalt) Stone Matrix Asphalt (Grading _)(Asphalt) Ton Ton Hot Mix Asphalt (Patching) is not subject to asphal cement cost adjustment. Subsection 109.07 shall be deleted and replaced with the following: 109.07 Payment for Material on Hand (Stockpiled Material). Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. END OF SECTION 100 August 29, 2022 SECTION 110 WELD COUNTY APPROVED PRODUCTS LIST DESCRIPTION 110.01 Approved Products. The Weld County Approved Products List (APL) is intended to provide the Contractor with a list of pre -approved products for use on the Project. Items on this list will automatically be approved for incorporation into the Project upon a receipt of a submittal from the Contractor. The submittal shall include a cover sheet on the Contractor's letterhead, name of the project, specification section to which the submittal applies, and the manufacturer's specification sheet and cut sheet for the product being submitted. Category Manufacturer Name Product Name Asphalt Paving Grid — Overlays Mirafi PGM-G Asphalt Reinforcement Tensar GlasGrid 8511 TF Soil Conditioner (Hydraulic Growth Medium) ECB Verdyol Biotic Earth Black Geotextile — Drainage Mirafi FW-300 Geotextile — Separator Mirafi RS -5801 Geogrid — Stabilization Tensar TX -160 TRM -Class 3 Propex Pyramat-75 Joint Sealant DOW Chemical DOWSIL 888 Joint Sealant — Self Leveling DOW Chemical DOWSIL 890 -SL Concrete Roadway Curing Compound Right Pointe White Water Linseed Oil Dowel Bars/Dowel Bar Baskets Simplex Time Capsule Tie Bars Simplex Time Capsule Flexible Delineator SHUR-TITE Products Shur -Flex Drivable Delineator Flashing Stop Signs TAPCO Blinkersign Flashing LED Stop Sign (R1-1)(36"x36")(Solar)(Red) 2" x 2" Signpost Telespar Telescoping Square Tubing 2-1/4" x 2-1/4" Signpost Base for 2" x 2" Signpost Telespar Square Signpost Base/Soil Anchor 2-1/4" x 2-1/4" Signpost Telespar ` Telescoping Square Tubing 2-1/2" x 2-1/2" Signpost Base for 2 1/4" x 2 1/4" Signpost Telespar Square Signpost Base/Soil Anchor 2-1/2" x 2-1/2" Signpost Telespar Telescoping Square Tubing Dust Palliative EnviroTech Services Durablend Dust Palliative EnviroTech Services BaseBind-M Dust Palliative EnviroTech Services Mag-Chloride 70/30 END OF SECTION 101 August 29, 2022 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. This work shall include removal and disposal of all minor items for which there is no specific "removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete and metal drainage items. Also included in this bid item is the removal of the following items: 1. All trash, glass, cans, barrels, construction materials, and any other non -organic materials that interferes with the work; 2. All foundations, pavements, utility poles, fences, underground utilities, and other deleterious materials; 3. Sediment from existing pipes; 4. Delineators; 5. Gravel from access roads, and 6. Trees smaller than 6" diameter at breast height (DBH). Trees and shrubs designated to be removed shall include the entire root ball and all roots larger than'/" diameter. 7. Existing soil and windrowing to the toe of fill or the top of cut slopes, unless otherwise designated. Subsection 201.04 shall be revised to include the following: Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. Removal of delineators shall be included as part of the work and will not be paid for separately. Windrowing the existing soil will not be measured and paid for separately but shall be included in the work. END OF SECTION 102 August 29, 2022 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01, Paragraph 1 shall be deleted and replaced with the following: 202.01. This work consists of the removal and disposal of trees, slope and ditch protection, abandoned utility services, curb, gutter, pipes, sidewalk, structures, bridges or parts of bridges, railroad appurtenances, traffic control devices, impact attenuators, guardrail, fences, foundations, detours, pavements, pavement markings, miscellaneous concrete debris, and all other obstructions that are not designated or permitted to remain. It shall also include salvaging, stockpiling and loading salvable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to a neat line. Except in areas to be excavated, the resulting trenches, holes, and pits shall be backfilled. This work also consists of plugging and abandoning water wells as designated in the Contract. Subsection 202.02(a) shall be revised to include the following after the last paragraph: (a) Removal of Trees. This work includes the removal and the trimming of trees as directed by the Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Engineer will establish environmental limits. All trees, shrubs, plants, grasses, and other vegetative materials shall remain, except as designated by the Engineer. Removal, trimming, and pruning of encroaching vegetation (as determined by the Engineer) shall be completed before the beginning of construction. Once all directed clearing, trimming, and pruning is completed and accepted, no additional clearing, trimming, cutting, or pruning will be allowed unless approved, in writing, by the Engineer. Tree trimming for trees which are to remain shall be done by a Contractor or subcontractor who is a qualified tree surgeon and a member of the National Arborist Association. The firm's or individual's name and qualifications shall be submitted at the preconstruction conference for the Engineer's approval. A list of references and other clients shall be included with the qualifications statement. A written description of work methods and time schedules shall be submitted and approved in writing by the Engineer before work commencing. Access for the removal or pruning of trees will be extremely limited. Trees shall be felled at the risk of the Contractor. Strict limits of disturbance will be defined and shall be adhered to. Branches on trees or shrubs shall be removed as directed by the Engineer. All tree or shrub pruning shall be done by skilled workmen. All work shall be done according to the following requirements: (1) Pruning shall be done with proper, sharp, clean tools in such a manner as to preserve the natural character of the tree. (2) All final cuts shall leave no projections on or off the branch and shall not be cut so close as to eliminate the branch collar. (3) To avoid bark stripping, all branches 2 inches in diameter and larger shall be cut using the 3 -cut method. These branches shall be lowered to the ground by proper ropes. (4) Tools used on trees known or found to be diseased, shall be disinfected with alcohol before they are used on other trees. 103 August 29, 2022 2 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS (5) (6) (7) Structural weaknesses, decayed trunk or branches, or split crotches shall be reported to the Engineer. When cutting back or topping trees, the Contractor shall use the drop -crotch method and avoid cutting back to small suckers. Smaller limbs and twigs shall be removed in such a manner so as to leave the foliage pattern evenly distributed. When reducing size (cut back or topping) not more than one-third of the total area shall be reduced at a single operation. (8) Climbing spikes shall not be used on trees not scheduled for removal. All brush, branches, limbs, and foliage smaller than 3 inches in diameter shall be chipped into mulch and stockpiled at a designated site. The trunks and limbs 3 inches and larger shall be cut into less than 6 -foot lengths and hauled to a designated site. Stumps shall be removed when within the areas to be excavated. When trees being cut off are outside the excavation limits, the stumps shall be cut so that no more than 3 inches remains above the ground surface. Subsection 202.07 shall be deleted and replaced with the following: 202.07 Pavements, Sidewalks, Curbs. All concrete pavement, sidewalks, structures, curbs, gutters, and miscellaneous concrete debris, etc., designated for removal, shall be disposed of per subsection 201.02. Concrete pavement to be broken and left in place shall be broken so the largest fragment does not exceed 1 square yard in surface. Subsection 202.09 shall be deleted and replaced with the following: 202.09 Removal of Asphalt Mat (Planing). This work includes saw cutting, removal and hauling of the asphalt mat within the project limits as shown on the plans. The existing asphalt mat varies in thickness from 6 inches to 9 inches as reported in the Geotechnical Report for the project. All asphalt millings generated through the Removal of Asphalt Mat (Planing) pay item shall become the property of Weld County. The Contractor shall remove the asphalt mat in a manner which minimizes the contamination of the removed asphalt with the underlying material. The last lift to be removed shall be a not exceed 1.5 inches thick and may include dirt and or ABC. The last lift to be removed shall be known as "dirty" millings. The Contractor shall be responsible for hauling "clean" millings (millings which do not contain dirt and/or ABC) and stockpiling them at the County's East Davis storage facility located at 23782 CR 60.5. The Contractor shall be responsible for hauling "dirty" millings (millings which contain dirt and/or ABC) and stockpiling them at the County's Kersey Grader Shed storage facility located at 23636 CR 54. The Contractor shall be responsible for coordinating with the County for access to and from the facilities. The hauling of the asphalt millings from the Project to the facility will not be measured and paid for separately but shall be included in the work. In the event, the Contractor contaminates the "clean" millings with "dirty" millings, the Contractor shall be responsible for hauling and stockpiling the contaminated materials to the County's Kersey Grader Shed storage facility at no additional cost to the County. The Engineer at their sole discretion will determine if the "clean" millings pile has been contaminated. The Contractor shall not commence planing operations until the hot mix asphalt (HMA) Mix Design (Form 43) has been approved and signed. Before beginning planing operations, the Contractor shall submit a planing plan and a Process Control Plan (PCP) for approval by the Engineer. 104 August 29, 2022 3 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 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) (5) (6) (7) The proposed method for planing and wedging around existing structures such as manholes, valve boxes and inlets. The longitudinal and transverse typical sections for tie-ins at the end of the day. If requested by the Engineer, a plan sheet showing the milling passes. The PCP shall include as a minimum: (i) The schedule for replacing the cutting teeth. (ii) The daily preventive maintenance schedule and checklist. (iii) Proposed use of automatic grade controls. (iv) The surface testing schedule for smoothness. (v) The process for filling distressed areas. (vi) The schedule for testing macrotexture of the milled surface. (vii) Corrective procedures if the milled surface does not meet the minimum macrotexture specification. (viii) 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 h 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 per CP 77. Milled surfaces that do not meet these criteria shall require corrective action per the PCP. The Contractor shall be responsible for testing the macrotexture of the milled surface at the location directed by the Engineer per CP 77 at a stratified random frequency of one test per 10,000 square yards or a minimum of once per workday. 105 August 29, 2022 4 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS At the completion of each day's work, longitudinal vertical edges greater than 1 inch shall be tapered. No transverse vertical edges will be allowed. Longitudinal milled surface tie-ins to existing pavement shall be tapered to not less than a 3:1 slope, transverse milled surface tie-ins to existing pavement shall be tapered to not less than a 50:1 slope. Transverse tapered joints may be tapered with the planing machine, a temporary asphalt ramp, or other methods approved by the Engineer. No longitudinal joint between the milled and existing surfaces shall fall between 1 to 5 feet of any lane line. If the transverse joint is tapered with a temporary asphalt ramp, the milled surface at the joint shall be constructed as a butt joint the full depth of the lift of asphalt to be placed on the milled surface. The Contractor shall be responsible for maintaining this asphalt ramp until all corresponding HMA is placed. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. If the transverse joint is tapered with a planing machine, a butt joint shall be cut into the taper the full depth of the lift of asphalt to be placed on the milled surface before commencement of resurfacing. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. Other approved transverse joint tapers shall be maintained at the expense of the Contractor, and at a minimum shall incorporate a butt joint the full depth of the lift of asphalt to be placed on the milled surface before commencement of resurfacing. Distressed or irregular areas identified in the planed surface by the Engineer shall be patched. The roadway shall be left in a safe and usable condition at the end of each workday. 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. 106 August 29, 2022 5 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS All planed areas shall be broomed with a pick up broom, unless otherwise specified, before opening to traffic. A sufficient number of brooms shall be used immediately after planing to remove all planed material remaining on the roadway. If the Contractor fails to adequately clean the roadway, work shall cease until the Engineer has approved the Contractor's revised written proposal to adequately clean the roadway. At the completion of each day's work, vertical edges caused by planing that are greater than 1 inch in height shall be: Longitudinal — tapered to not less than a 3:1 slope Transverse — tapered to not less than a 50:1 slope The roadway shall be left in a safe and usable condition at the end of each work day. All required pavement markings, removed by the planing, shall be restored before the roadway is opened to traffic. All planing shall be completed parallel to the travel lanes unless otherwise directed by the Engineer. All planing shall be completed full width before resurfacing commences. Subsection 202.11 shall include the following: Removal of Structure will be measured by the number of structures removed, properly disposed of, and accepted. Removal of Ditch Lining will be measured by the linear feet of ditch lining removed, properly disposed of, and accepted. Removal of Pipe will be measured by the linear feet of pipe removed, properly disposed of, and accepted. Removal of Fence will be measured by the linear feet of fence removed, properly disposed of, and accepted. Removal of Wall will be measured by the linear footage of wall removed, properly disposed of, and accepted. The removal of wall shall include the removal of the footings. Removal of asphalt mat will be measured by the area in square yards, completed to the required depth, and accepted. The hauling of the asphalt millings from the Project to the facility will not be measured and paid for separately but shall be included in the work. If identified as a separate pay item in the Bid Schedule, removal of delineators will be measured by the number of delineators removed and accepted. Removal of Concrete Median Cover will be measured by the area (square yards), removed and accepted. Removal of ground signs will be measured by the number of signs removed and accepted. The entire post and base shall be removed. Subsection 202.12 shall include the following: Chipping, stockpiling mulch, and hauling and stockpiling trunks and limbs will not be measured and paid for separately but shall be included in the work. Removal of trees less than 6 inches in diameter at breast height will not be measured and paid for separately but shall be included in the work under the clearing and grubbing pay item. 107 August 29, 2022 6 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Payment will be made under: Pay Item Removal of Tree Trimming Tree Removal of Ground Sign Removal of Structure Removal of Ditch Lining Removal of Pipe Removal of Wall Removal of Asphalt Mat Removal of Fence Pay Unit Each Each Each EA LF LF LF SY LF All clearing and grubbing directed by the Engineer will be paid for as identified under the clearing and grubbing pay item. Macrotexture testing, macrotexture corrective actions, planers, brooms and all other work necessary to complete the item will not be measured and paid for separately but shall be included in the work. END OF SECTION 108 August 29, 2022 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.02(a) shall be deleted and replaced with the following: (a) Unclassified Excavation: Unclassified excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled out of the project site and disposed of at a disposal site approved by the Weld County Inspector. Unclassified Excavation shall include removal of unstable or unsuitable material within the roadway as determined and directed by the Engineer. Unclassified Excavation (Complete in Place): Complete -in -place excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the right of way and temporary construction easements as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Approved in -place excavation material shall be placed in embankments per the Plans and Specifications. Subsection 203.02(c) shall be deleted and replaced with the following: (c) Removal of Unsuitable Material. The removal of unsuitable material shall only be completed as directed by the County and shall be considered muck excavation. Embankment material containing significantly more than optimum moisture that would become stable if dried shall not be considered unsuitable material. The replacement material for areas of unsuitable materials (muck) excavation shall be 3" minus crushed concrete or aggregate over Tensar Triax 160 geogrid or Mirafi RS580i geofabric as determined by the Engineer. If the Engineer approves the use of an alternative backfill material, which does not include import to the site, or does not include a material purchase price from a commercial supplier, the Engineer shall negotiate a unit price cost reduction with the Contractor. Subsection 203.03, sentence 1 shall be deleted and replaced with the following: All embankment material shall consist of material that has been obtained from required excavation or from an approved source. Embankment material shall a minimum R -value as specified in the Contract. The Contractor shall not obtain embankment material, other than that developed from suitable materials excavated on site, without written approval of the Project Inspector. Material excavated at the project site may be used if approved by Weld County Inspector or Engineer. Subsection 203.03, delete all reference to CDOT's Central Lab and replace with Weld County Lab. Subsection 203.03, delete all references to CDOT and replace with Weld County Subsection 203.03, Paragraph 9 shall be revised to include: If the sulfates, chlorides, and/or resistivity test results of the imported materials show different pipe classes other than those specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. Subsection 203.06, paragraph 1 shall be deleted and replaced with the following: 203.06 General Embankment Construction Requirements. Contractor Process Control is mandatory for this element. The Contractor's Process Control Representative shall be certified with Western Alliance for Quality Transportation Construction (WAQTC) Embankment and Base Testing and CDOT's Excavation, Embankment and Soil Inspection certification course. 109 August 29, 2022 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Only approved equipment and methods proposed by the Contractor in Method Statements (see Section 108.03(j)), shall be used in the placement of, moisture conditioning and compaction of, and/or reconditioning of cut/fill and embankment materials. The Contractor shall be responsible for determining the moisture conditioning, the type of equipment, and number of passes that are needed to achieve adequate compaction; however, compression type or vibratory rollers are required for granular materials, and sheepsfoot rollers are required for cohesive soils. Water trucks, haul trucks, and scrapers shall not be used as compaction equipment or as interim compactive measures, apart from shouldering materials. The Contractor shall use approved equipment or attachments for conditioning/mixing during embankment placement and/or cut/fill reconditioning, for soils classified as A-4 to A-7 to ensure consistent moisture conditioning without disturbing compaction of preceding lifts. Dozer shall not be allowed unless approved by Engineer. Subsection 203.06, paragraph 4 shall be deleted and replaced with the following: The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified in the Contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present. Subsection 203.07, paragraph 1 shall be deleted and replaced with the following: It is anticipated that the majority of the materials excavated on this project will be placed within the roadway prism or hauled off -site. However, the Project Engineer and Inspector have the authority to order certain material be placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and pipe installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the top of embankment slopes. Materials incorporated into embankment fill shall be placed and compacted according to the following requirements: Subsection 203.07(a), paragraph 1 shall be revised to include the following: When conduits (e.g., culverts, pipes, etc.) are installed in embankment material, the embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the conduit of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. Subsection 203.07(a), paragraph 2, shall include the following: A Sheepsfoot compactor shall not be used on A-1 material containing less than 30% retained on the'/. -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 is 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. Subsection 203.07(a), paragraph 3, shall be revised include the following paragraphs: 110 August 29, 2022 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Compaction shall be tested using nuclear density gauges (CP 80-13) at the frequencies specified in Table 106-1. Compaction tests shall be performed in accordance CP 80 and shall utilize 4 one -minute readings. The use of 1, fifteen -second test shall be not acceptable for Process Control testing. Field rock correction tests (CP 23-13) shall be performed at the frequencies specified in Table 106-1 for each compaction test performed. Rock corrections shall be performed per CP 23. The Process Control tester shall provide their own screen, scale, and hot plate or microwave. A one -point moisture/density verification test (CP 25-13) shall be performed at the frequency specified in Table 106-1 to verify the use of the correct moisture/density curve. The test sites shall be selected randomly and shall be representative of the materials placed in the surrounding areas. The Contractor shall provide a stable platform on which the one -point tests can be performed. Subsection 203.08, paragraph 1 shall be revised to include the following: Contractor's verified proof rolling equipment, meeting the 18 kip loading per axle, will be available onsite during all phases of earthwork activities and as an erosion control method for dust control mitigation. A current certified scale ticket showing the fully loaded weight of the water truck(s) shall be submitted to the Engineer and Project Inspector before any proof roll acceptance. The Inspector may require a proof roll at any elevation to verify stability. Subsection 203.08, paragraphs 3 and 4 shall be deleted and replaced 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. Areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive as determined by the Engineer, shall be ripped, scarified, dried or wetted as necessary, and recompacted to the requirements for density and moisture at the Contractor's expense. After replacement and re -compaction, these areas shall be proof rolled again and all failures again corrected at the Contractor's expense. The repair may involve muck excavation, geogrid reinforcement, replacement of excavated materials, or other methods as directed by the Engineer. After the subgrade has been stabilized, the Contractor shall perform proof rolling per subsection 203.08. Final proof rolling will take place a maximum of two days (48 hours) after all mechanical stabilization or unbound aggregate work has been completed, unless otherwise approved by the Engineer. Final proof rolling will take place a minimum of two days after all lime or other chemical stabilization work has been completed, unless otherwise approved by the Engineer. The finished surface shall be smooth and uniform conforming to the typical sections. Variation from the subgrade plan elevations shall not exceed 0.04 feet. All irregularities, depressions, or weak spots which develop shall be corrected at the Contractor's expense. The surface shall be maintained in a smooth condition, free from undulations and ruts until other work is placed thereon or the work is accepted. No separate payment will be made for areas of unsuitable material excavation, geogrid reinforcement, or replacement of excavated materials. Subsection 203.11(a) shall be revised to include the following: The disposal of unsuitable material and replacement of embankment will not be measured and paid for separately but shall be included in the work. Subsection 203.11(b) shall be revised to include the following: 111 August 29, 2022 4 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 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 before beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. The quantities for Embankment and Unclassified Excavation will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Inspector before beginning the work. No allowances shall be. made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. Payment for Embankment and Unclassified Excavation shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. The Contractor's Process Control efforts will be measured and paid per the revision to Section 106.041. Subsection 203.12 shall be revised to include the following: Payment for Unclassified Excavation (Complete in Place), Embankment (Complete in Place), or Borrow (Complete in Place) shall be full compensation for all work necessary to complete the item including construction of embankments, reworking of existing materials to satisfy benching requirements, unclassified excavation, borrow, compaction, compaction of bases of cuts and fills, all work in available materials pits, and disposal of excess excavated material. Payment for Embankment (Complete in Place) shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, and hauling and disposal of excess or unsuitable materials off the jobsite. Payment will be made under: Pay Item Laborer Unit Hour END OF SECTION 112 August 29, 2022 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Section 206 of the Standard Specifications is hereby revised for this project as follows: Subsection 206.01 shall be revised to 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 shall be included in the work. Compaction, water, pumping, bailing, draining, de -watering, sheeting, bracing and all other work necessary to complete the above items shall be included in the work. Pipes located in traffic areas shall be excavated and backfilled within the same working day or covered with traffic rated steel plates during non -working hours. Excavations shall not be left open for extended periods of time. Excavations left overnight in non -traffic areas for any reason shall be surrounded by orange plastic construction safety fence. Safety fence used for such purpose shall be included in the work. Excavate and replace within same working day the structural excavation and structural backfill that is located below retaining walls. Subsection 206.02(a) shall be revised to include the following: 4. Structure Backfill (Special) shall be installed where shown on the plans. This layer shall consist of coarse washed rock. The rock size shall be 3 inch minus. Subsection 206.02(a)(2) shall be deleted and replaced with the following: 2. Structure Backfill (Flow -Fill). Flow -Fill shall be a self -leveling low strength concrete material with the following specifications. (1) Flow -fill shall have a slump of 7 to 10 inches, when tested per ASTM C143 (2) Compressive strength F'C = 1,000 psi at 28 days when tested per ASTM D4832. The compressive strength shall not exceed 1,500 psi at 28 days when tested per ASTM D4832. Flowfill which exceeds 1,500 psi at 28 days shall be removed and replaced at no additional cost to the project. (3) Weight of a minimum of 329 pounds ASTM 150 Type I -II. (4) Coarse aggregates when tested per ASTM-33 shall be a minimum of 1,000 pounds. (5) Fine Aggregate when tested per 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 per 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. If flash fill is approved by the Engineer, it will be tested, accepted, and paid for as Flow -Fill. Materials for Structure Backfill (Flow -Fill) shall meet the requirements specified in the following subsections: 113 August 29, 2022 2 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Fine Aggregate Coarse Aggregate Portland Cement Fly Ash Water Air -Entraining Admixture Chemical Admixtures 703.01 703.02 701.01 701:02 712.01 711.02 711.03 The Contractor shall submit a Structure Backfill (Flow -Fill) mix design for approval before placement. The mix design shall include the following laboratory test data: (1) ASTM C231, Air content. (2) ASTM D6023, Unit Weight. (3) ASTM C143, Slump or ASTM D6103 flow consistency. (4) ASTM D4832 28 -day Compressive Strength. The Contractor shall submit a Process Control (PC) Plan with the mix design to the Engineer. The PC Plan shall address the batching, mixing, testing, and a method statement for the placement of Structure Backfill (Flow -Fill). Subsection 206.02(a)(3), delete all reference to CDOT's Central Lab and replace with Weld County Lab. Subsection 206.02(a)(3), delete all references to CDOT and replace with Weld County Subsection 206.02(a)(3) shall be revised to include the following: If the sulfates, chlorides, and/or resistivity test results of the imported materials are outside of the limits in Table 206-1 or 206-2, and a different pipe class is required other than those specified in the Contract, the Contractor shall provide a compatible pipe class at no additional cost to the County. Subsection 206.03, paragraph 3 shall be deleted and replaced with the following: Rock, hardpan, or other unyielding material encountered in trenches for culvert pipe or conduit shall be removed below the designed grade for a minimum of 12 inches. This extra depth excavation shall be backfilled with loose Structure Backfill (Class 1) or other approved material. The subgrade beneath any structural element shall be scarified to the depth specified in Section 203.07 of the Specifications or as directed by the Engineer. The type of compaction shall be the same as that required for Structure Backfill (Class 2), as specified below. Subsection 206.03, paragraph 5 shall be revised to include the following: Structure Backfill (Special) shall be compacted for stability. Subsection 206.06 shall be revised to include the following: Rock Fill (57-67)(Contingency) will be measured as the volume in cubic yards when it is used to repair soft spots or replace unsuitable materials. Rock Fill (3 inch minus)(Contingency) will be measured as the volume in cubic yards when it used to repair soft spots or replace unsuitable materials. Structure Backfill (Special) will not be measured but will be the quantities designated in the Contract. 114 August 29, 2022 3 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Structure Backfill (Special)(Flowfill)(Weld County Mix) will not be measured but will be the quantities designated in the Contract. Subsection 206.07 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Rock Fill (57-67)(Contingency) Rock Fill (3 inch minus)(Contingency) Structure Backfiil'(Special) Structure Backfill (Special)(Flowfill)(Weld County Mix) Cubic Yard Cubic Yard Cubic Yard Cubic Yard Rock Fill (57-67)(Contingency) and Rock Fill (3 inch minus)(Contingency) shall include compaction for stability and all other work and materials including a geogrid or geotextile as directed by the Engineer necessary to complete the work. Additional materials will not be measured and paid for separately but shall be included in the work. Structure Backfill (Special) shall include compaction for stability and all other work and materials including a geogrid or geotextile as directed by the Engineer necessary to complete the work. Additional materials will not be measured and paid for separately but shall be included in the work. Structure Backfill (Special)(Flowfill)(Weld County Mix) shall include all work necessary to complete the work. Additional materials and work will not be measured and paid for separately but shall be included in the work. 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 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. Structure excavation, structure backfill including flowfill, filter material, and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be measured and paid for separately but shall be included in the work. 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. END OF SECTION 115 August 29, 2022 1 SECTION 207 TOPSOIL Subsection 207 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 207.01. This work consists of salvaging topsoil from onsite locations, stockpiling, maintaining, and preparing the subsoils for the placement of the topsoil at locations shown on the plans. It also includes creating seeding media by amending subsoils and importing offsite topsoil when shown on the plans. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project at no additional cost to the project. MATERIALS 207.02 General. Topsoil shall be salvaged onsite, imported, or produced as shown on the plans. Topsoil shall be free of refuse and litter along with noxious weed seed and reproductive plant parts, as listed in current State of Colorado A and B Noxious Weed List and local agency weed lists. Topsoil shall not include heavy clay, hard clods, toxic substances, pathogens, or other material, which would be detrimental to growing native vegetation. All required amendments shall be thoroughly incorporated to parent material, onsite. All amendments shall conform to Section 212. Topsoil and parent material shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all material used within the designed clear zone for the project. Topsoil outside of the clear zone may contain rock larger than 4 inches in any dimension. For slopes with no structures being used to protect areas from falling rocks the Contractor shall remove or secure any rocks deemed unstable and could pose a safety hazard. Topsoil shall be generated from one or more of the following as shown on the plans: (a) Topsoil (Onsite). Topsoil shall consist of the upper 6 -inch layer of the A horizon, as defined by the Soil Science Society of America, or at the depths and locations shown on the Stormwater Management Plan (SWMP). It shall consist of loose friable soil, salvaged from onsite and stockpiled or windrowed. Litter and duff (layer of partially decomposed plant material) shall be collected as part of the salvaging of topsoil unless specified to be removed and hauled offsite on the plans. The Contractor shall include with the CTR a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from an independent laboratory that participates in the National Association for Proficiency Testing (NAPT). If the topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. AS topsoil salvaged from onsite shall be amended/conditioned to meet the requirements Section 212. It may be necessary to add additional fertilizers and conditioners to the hydraulic growth medium in order to meet the recommendations of the Soil Testing Laboratory. 116 August 29, 2022 2 SECTION 207 TOPSOIL (b) Topsoil (Wetland). Wetland topsoil shall consist of moist, organic soil obtained from delineated wetlands, including any existing wetland vegetation and seeds. Wetland topsoil shall be extracted from the project site at locations shown on the plans or as directed, to a minimum depth of 12 inches or at the depths as shown on the plans. (c) Seeding Media. Seeding Media shall consist of one or all of the following approved materials: sub -soil, overburden, or material generated from rock. Contractor shall select onsite or offsite locations to generate material that meet the requirements of Table 207-1. The Contractor shall provide a Certified Test Report (CTR) per subsection 106.13, excluding lot, heat, and batch confirming that the excavated material conforms to Table 207-1. 'Amendments to the base imported material shall have the quantities of material verified onsite before incorporation into parent material, either at the stockpiles or after placement of parent material. Topsoil amended at the stockpiles shall be distributed to the site within seven days. Table 207-1 PHYSICAL PROPERTIES OF SEEDING MEDIA Property Range Test Soil pH (s.u.) 5.6 - 7.5 ASA Mono. #9, Part 2, Method 10 - or TMECC 04.11-A Soil Electrical Conductivity (EC) (mmhos/cm or ds/m) Soil EAR (s,u.) Rock Content (%) Trace, Contaminants (Arsenic, Cadmium, Copper, Mercury, Selenium, Zinc, Nickel, and Lead) Rock Content (%) greater than 3" diameter < 5.0 0 -.10 ≤ 25 Meets US EPA, 40 CFR 503 Regulations ASA Mono. #9, Part 2, Method 10-3.3 ASA; Mono. #9, Part 2, Method 10-3.4 USDA NRCS Rock Fragment Modifier Usage TMECC 04.06 or EPA6020/ASA (American Society of Agronomy) USDA Soil Texture < 25 No more than 70% clay, silt, and sand by percentage volume of topsoil. USDA NRCS Rock Fragment Modifier Usage ASA Monograph #9, Part 1, Method 15-4 Or ASA 1 43-5 All Particle Sizes Physical contaminants (man-made inerts) (%) C:N ratio * Fines % when manufacturing material from rock < 6 Inches TMECC 03.08-C <20 TMECC 05.02-A >25% material passing, through #4 sieve ASTM D6913 (d) Topsoil (Offsite). The Contractor shall submit a CTR for Topsoil (Offsite) for approval a minimum of 60 days before import per subsection 106.13. The Contractor shall include with the CTR a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from an independent laboratory that participates in the National Association for Proficiency Testing (NAPT). If topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. All imported topsoil shall be amended/conditioned to meet the requirements Section 212. It may be necessary to add additional fertilizers and conditioners to the hydraulic growth medium in order to meet the recommendations of the Soil Testing Laboratory 117 August 29, 2022 3 SECTION 207 TOPSOIL The Contractor shall submit a Certificate of Compliance (COC) for Topsoil (Offsite) for approval a minimum of 60 days before import that the source has controlled noxious weeds per the State of Colorado Noxious Weed Act 35-5.5-115. Table 207-2 TOPSOIL (OFFSITE) PROPERTIES Property Range Test Methods Soil pH (s.u) 5.6 - 7.5 ASA Mono. #9, Part 2, Method 10-3.2 or TMECC 04.11-A Salt by Electrical Conductivity (EC) (mmhos/cm or ds/m) < 2.0 ASA Mono. #9, Part 2, Method 10-3.3 Soil SAR (s.u.) 0 -10 ASA Mono. #9, Part 2, Method 10-3.4 Soil OM (%) 3 — 5 Methods of Soil Analysis, Part 3, Method 34 Methods of Soil Analysis, Part 3. Soil N (NO3-n, ppm) ` > 20.0 Chemical Methods. Ch. 38 Nitrogen — Inorganic Forms Soil P (ppm) > 13.0 — ASA Mono. #9, Part 2, 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" USDA NRCS Rock Fragment Modifier diameter < 25 — Usage Bioassay (seedling emergence TMECC 05.05-A or Approved and relative vigor) > 80% of control Germination Test No more than 70% clay, silt and Soil Texture sand by percentage volume of topsoil ASA Mono. #9, Part 1, Method 15-4 Physical contaminants (man- made inerts) (%) < 1 TMECC 03.08-C Trace Contaminants (Arsenic, Cadmium, Copper, Meets US EPA, 40 CFR 503 TMECC 04.06 or EPA6020/ASA Mercury, Selenium, Zinc, Nickel, and Lead) Regulations (American Society of Agronomy) All Particle Sizes < 6 Inches C:N ratio <20 TMECC 05.02-A The Contractor shall utilize a rod penetrometer for determining subgrade soil preparation and determining looseness of soil after ripping. The penetrometer shall have a psi pressure gage, and shall meet the following requirements: (1) Steel rod with a minimum diameter of'/ inch with graduations (tick marks) every 6 inches. (2) The rod shall be made of stainless steel or other metal that will not bend when weight is applied. (3) The end of the rod shall have a 30 -degree cone tip. (4) The diameter of the cone at its tip shall be no more than 0.1 inch. (5) The top of the rod shall be a T -handled configuration. CONSTRUCTION REQUIREMENTS 118 August 29, 2022 4 SECTION 207 TOPSOIL 207.03 Site Pre -vegetation Conference. Before the start of the initial Subgrade Soil Preparation for the project, the Contractor shall request a Site Pre -vegetation Conference. The Engineer will set up the conference and will include: the Engineer or designated representative, the Superintendent or designated representative, the sub-contractor(s) performing the subgrade soil preparation and soil amendments, and the Engineer. Only one meeting is required for the project unless a new sub -contractor is brought on that did not attend the previous meeting. The Agenda of the Pre -vegetation Conference can be found in Appendix A of the Construction Manual and includes the following: (1) Final review of the Topsoil (Offsite) Amendment Protocol (2) Review of the Method Statement detailing the equipment which will be used for the subgrade soil preparation operations (3) Review of rod penetrometer which will be used to determine subgrade soil preparation of topsoil (4) Permanent Stabilization Phasing Plan (identify strategies and site management measures to protect de - compacted, topsoil amended, seeded, and blanketed areas from foot, vehicle loads, and other disturbances). (5) Seeding. See subsection 212.03 for submittal requirements. (6) Meeting attendee sign -in log 207.04 Topsoil Stockpiling. Stockpiles of topsoil shall be created as shown on the plans or as approved by the Engineer. All Stockpiles of topsoil which are scheduled to remain in place for 14 days or more shall receive interim stabilization per subsection 208.04. All topsoil stockpiles shall be identified using white pin flags with "TOPSOIL" printed in black letters and shall have their locations shown on the SWMP Plans. Each individual stockpile shall require at least one flag, and one additional flag for each 10 cubic yards of salvaged topsoil. The contractor shall provide only perimeter flags for stockpile larger than 100 cubic yards with a minimum spacing of 25 feet. Topsoil may be placed in stockpiles or windrowed at the edge of the disturbance. When topsoil is windrowed, all stockpile requirements still apply. (1) Upland Topsoil. If included on the plans, stockpiles shall be treated with herbicide, per Section 217, or as directed. (2) Wetland Topsoil. Wetland stockpiles shall not be treated with herbicide. Weeds shall be hand pulled. Wetland topsoil shall be placed within 24 hours from excavation, unless otherwise approved by the Engineer. Wetland topsoil shall not be stockpiled for more than six months. 207.05 Subgrade Soil Preparation. Before placement of topsoil, the subgrade shall be ripped to a minimum depth of 14 inches. Subgrade shall be mostly dry and friable. Subgrade shall crumble without sticking together, yet not be so dry and hard that it does not break apart easily. Underground utilities shall be located before soil preparation. Subgrade soil preparation equipment shall be done with farming implements such as a moldboard plow and disk. The use of a dozer or grader equipped with ripping shanks shall not be allowed. Operation shall be performed to 119 August 29, 2022 5 SECTION 207 TOPSOIL fracture the soil uniformly without lifting or furrowing the surface excessively. The Contractor shall submit a method statement for subgrade soil preparation. The Contractor shall calibrate the subgrade soil preparation equipment using a minimum 30 linear feet of the initial pass. The Contractor shall utilize the rod penetrometer to verify that that de -compaction was successfully done. The Contractor shall take penetration measurements every 6 inches across a transect perpendicular to the direction of the tractor and spanning the width of the subgrade soil preparation. Depths of penetration shall confirm that a minimum of 12 inches can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). Existing subgrade shall be de -compacted to a depth of 14 inches. If multiple passes are needed, the subsequent passes shall be positioned so that the ripping equipment (subsoilers) from the previous pass are split by the subsequent pass. Following ripping, the Contractor shall remove all sticks, stones, debris, clods, and all other substances greater than 6 inches in diameter. The Contractor shall restrict motorized vehicle and foot traffic from passing over the ripped area since this would recompact the areas that received subgrade soil preparation. The first 4 feet from the edge of pavement shall be ripped to a depth of 6 inches. If the project is going to use aggregate base course or recycled asphalt as a shouldering technique, those areas will not require subgrade soil preparation. Depth of soil ripping for the subgrade soil preparation shall be checked with the rod penetrometer. The Contractor shall verify adequate de -compaction of the entire area to have topsoil placed using a rod penetrometer in the presence of the Engineer. Tests shall be performed at a minimum of ten random locations per each acre as selected by the Engineer. The Test shall verify that a depth of 12 inches of penetration into the soil can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). If this depth cannot be achieved for 80 percent of the penetrations, the Contractor shall re -rip the area at no additional cost to the Department. 207.06 Placement of Topsoil and Seeding Media. Topsoil and Seeding Media shall be hauled and placed at the locations disturbed and will be re -vegetated or as shown on the plans. The contractor shall place a minimum thickness of 6 inches and should only be handled when it is dry enough to work without damaging soil structure. Topsoil and Seeding Media shall be placed a minimum depth of twelve (12) inches when placed over riprap as required on the plans. No Topsoil or Seeding Media shall be placed below ordinary high water mark except as otherwise specified in bio-stabilization bank treatments. Salvaged topsoil placement deeper than 6 inches is allowed if additional approved material is on -site. Contractor shall place topsoil in a method that does not re -compact subgrade material using low ground -contact pressure equipment, or by excavators and/or backhoes operating adjacent to it. The final grade shall be free of all materials greater than 4 inches in diameter within the designed clear zone for the project. Equipment not required for revegetation work will not be permitted in the areas of placed topsoil. Soil amendments, seedbed preparation, and permanent stabilization mulching shall be accomplished within four working days of placing the topsoil on the de -compacted civil subgrades. If placed topsoil is not mulched with permanent stabilization mulch within four working days, the Contractor shall complete interim stabilization methods per subsection 208.04(e), at no additional cost to the Department. Time to perform the work may be extended for delays due to weather. METHOD OF MEASUREMENT 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. 120 August 29, 2022 6 SECTION 207 TOPSOIL 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 Yard Seedino Media Cubic Yard Topsoil (Wetland) Cubic Yard Oiatire.Yard Cubic Yard Stockpile Topsoil Amendments for Topsoil (Onsite) and Seeding Media will not be measured and paid for separately but shall be included in the work. Amendments for Topsoil (Offsite) will not be measured and paid for separately but shall be included in the work. Noxious Weed Management will be measured and paid for per Section 217. Stockpiling or windrowing of topsoil will not be measured and paid for separately but shall be included in the work. The contract unit prices for Stockpile Topsoil and Redistribute Topsoil (6 inches) shall be full compensation for all work necessary to complete the items including removing existing on -site topsoil material, stockpiling the existing topsoil material, haul, load, and redistributing the existing topsoil material onto the re -graded slopes. Loading and hauling to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately but shall be included in the work. Testing of Seeding Media 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 i the work. The Site Pre -vegetation Conference will not be paid for separately but shall be included in the work. Additional passes with the ripping equipment to achieve the desired de -compaction will not be measured and paid for separately but shall be included in the work. Removing of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all topsoil and Seeding Media used within the designed clear zone for the project will not be measured and paid for separately but shall be included in the work. 121 August 29, 2022 7 SECTION 207 TOPSOIL 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. END OF SECTION 122 August 29, 2022 SECTION 208 EROSION CONTROL Section 208 of the Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 208.01. This work consists of constructing, installing, maintaining, and removing when required, control measures during the 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 per 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. • Weld County has provided the Initial Condition, Interim Condition, and Permanent Condition SWMP drawings in the plans for this project. The control measures shown on the Initial Condition and Interim Condition drawings shall be installed in a phased manner prior to the beginning of construction activities within various areas of the limits of construction. The Contractor shall be responsible for preparing and submitting the Erosion Control Phasing Plan to the Engineer for approval. Installation of the erosion control measures shall not begin until the Engineer has provided a written approval of the Erosion Control Phasing Plan. When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin affecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and per 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. (a) Definitions — Per Part I.E of the CDPS-SCP, for the purposes of the CDPS-SCP permit the following words and/or phrases shall mean: (1) Bypass — The intentional diversion of waste streams from any portion of a treatment facility per 40 CFR 122.41(m)(1)(i) and Regulation 61.2(12). (2) Common Plan of Development — A contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules, but remain related. "Contiguous" means construction activities located in close proximity to each other (within 'A mile). Construction activities are considered to be "related" if they share the Contractor, equipment, storage areas, etc. (3) Construction Activity — Ground surface disturbing and associated activities (land disturbance), which include, but are not limited to, clearing, grading, excavation, demolition, installation of new or improved haul roads and access roads, staging areas, stockpiling of fill materials, and borrow areas. Construction does not include routine maintenance to maintain the original line and grade, hydraulic capacity, or original purpose of the facility. 123 August 29, 2022 2 SECTION 208 EROSION CONTROL Activities to conduct repairs that are not part of routine maintenance or for replacement are construction activities and are not routine maintenance. Repaving activities where underlying and/or surrounding soil is exposed as part of the repaving operation are considered construction activities. Construction activity is from initial ground breaking to final stabilization regardless of ownership of the construction activities. (4) Control Measure — Any best management practice or other method used to prevent or reduce the discharge of pollutants to state waters. Control measures include, but are not limited to, best management practices. Control measures can include other methods such as the installation, operation, and maintenance of structural controls and treatment devices. (5) Control Measure Requiring Routine Maintenance — Any control measure that is still operating per its design and the requirements of this permit, but requires maintenance to prevent a breach of the control measure. See also Inadequate Control Measure. (6) Dedicated Asphalt, Concrete Batch Plants and Masonry Mixing Stations — Are batch plants or mixing stations located on, or within 4 mile of, a construction site and that provide materials only to that specific construction site. (7) Diversion — Discharges of state waters that are temporarily routed through channels or structures (e.g., in -stream, uncontaminated springs, non -pumped groundwater, temporary rerouting of surface waters). (8) Final Stabilization — The condition reached when construction activities at the site have been completed, permanent stabilization methods are complete, and temporary control measures are removed. Areas being stabilized with a vegetative cover must have evenly distributed perennial vegetation. The vegetation coverage must be, at a minimum, equal to 70 percent of what would have been provided by native vegetation in a local, undisturbed area or adequate reference site. (9) Good Engineering, Hydrologic and Pollution Control Practices — Are methods, procedures, and practices that: (i) Are based on basic scientific fact(s). (ii) Reflect best industry practices and standards. (iii) Are appropriate for the conditions and pollutant sources. (iv) Provide appropriate solutions to meet the associated permit requirements, including practice based effluent limits. (10) Inadequate Control Measure — Any control measure that is not designed or implemented per the requirements of the permit and/or any control measure that is not implemented to operate per its design. See also Control Measure Requiring Routine Maintenance. (11) Infeasible — Not technologically possible, or not economically practicable and achievable in light of best industry practices. (12) Minimize — Reduce or eliminate to the extent achievable using control measures that are technologically available and economically practicable and achievable in light of best industry practice. 124 August 29, 2022 3 SECTION 208 EROSION CONTROL (13) Municipality — A city, town, county, district, association, or other public body created by, or under, State law and having jurisdiction over disposal of sewage, industrial wastes, or other wastes, or a designated and approved management agency under section 208 of CWA (1987). (14) Municipal Separate Storm Sewer System (MS4) — A conveyance or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, man-made channels, or storm drains): (i) Owned or operated by a State, city, town, county, district, association, or other public body (created by or pursuant to State law) having jurisdiction over disposal of sewage, industrial wastes, stormwater, or other wastes, including special districts under State law such as a sewer district, flood control district or drainage district, or similar entity, or a designated and approved management agency under section 208 of the CWA that discharges to state waters; (ii) Designed or used for collecting or conveying stormwater; (iii) Are not a combined sewer; and (iv) Are not part of a Publicly Owned Treatment Works (POTW). See 5 CCR 1002- 61.2(62). (15) Municipal Stormwater Management Program — A stormwater program operated by a municipality, typically to meet the requirements of the municipalities MS4 discharge certification. (16) Operator — The party that has operational control over day-to-day activities at a project site which are necessary to ensure compliance with the permit. This party is authorized to direct individuals at a site to carry out activities required by the permit (i.e., the general contractor). (17) Outstanding Waters — Waters designated as outstanding waters pursuant to Regulation 31, Section 31.8(2)(a). The highest level of water quality protection applies to certain waters that constitute an outstanding state or national resource. (18) Owner — The party that has overall control of the activities and that has funded the implementation of the construction plans and specifications. This is the party that may have ownership of, a long term lease of, or easements on the property on which the construction activity is occurring (e.g., Weld County). (19) Permittee(s) — The owner and operator named in the discharge certification issued under this permit for the construction site specified in the certification. The Contractor is considered the Permittee and Weld County is considered the Co-permittee. (20) Point Source — Any discernible, confined, and discrete conveyance, including, but not limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, container, rolling stock, concentrated animal feeding operation, or vessel or other floating craft, from which pollutants are or may be discharged. Point source does not include irrigation return flow. See 5 CCR102- 61.2(75). (21) Pollutant — Dredged spoil, dirt, slurry, solid waste, incinerator residue, sewage, sewage sludge, garbage, trash, chemical waste, biological nutrient, biological material, radioactive material, heat, wrecked or discarded equipment, rock, sand, or any industrial, municipal or agricultural waste. See 5 CCR 1002-61.2(76). 125 August 29, 2022 4 SECTION 208 EROSION CONTROL (22) Presentation of Credentials — A government issued form of identification, if in person; or providing name, position and purpose of inspection if request to enter is made via telephone, email or other form of electronic communication. A Contractor's non -response to a request to enter upon presentation of credentials constitutes a denial to such request, and may result in violation of the Permit. (23) Process Water — Any water which, during manufacturing or processing, comes into contact with or results from the production of any raw material, intermediate product, finished product, by product or waste product. (24) Public Emergency Related Site — A project initiated in response to an unanticipated emergency (e.g., mud slides, earthquake, extreme flooding conditions, disruption in essential public services), for which the related work requires immediate authorization to avoid imminent endangerment to human health or the environment, or to reestablish essential public services. (25) Qualified Stormwater Manager — An individual knowledgeable in the principles and practices of erosion and sediment control and pollution prevention, and with the skills to assess conditions at construction sites that could impact stormwater quality and to assess the effectiveness of stormwater controls implemented to meet the requirements of this permit. Also referred to as Erosion Control Supervisor (ECS), SWMP Administrator, and/or Erosion Control Inspector (ECI). (26) Qualifying Local Program — A municipal program for stormwater discharges associated with small construction activity that was formally approved by the Colorado Department of Public Health and Environment (CDPHE) as a qualifying local program. (27) Receiving Water - Any classified or unclassified surface water segment (including tributaries) in the State of Colorado into which stormwater associated with construction activities discharges. This definition includes all water courses, even if they are usually dry, such as borrow ditches, arroyos, and other unnamed waterways. (28) Severe Property Damage — Substantial physical damage to property, damage to the treatment facilities which causes them to become inoperable, or substantial and permanent loss of natural resources which can reasonably be expected to occur in the absence of a bypass. Severe property damage does not mean economic loss caused by delays in production. See 40 CFR 122.41(m)(1)(ii). (29) Significant Materials — Include, but not limited to, raw materials; fuels; materials such as solvents, detergents, and plastic pellets; finished materials such as metallic products; raw materials used in food processing or production; hazardous substances designated under section 101(14) of CERCLA; any chemical the Contractor is required to report under section 313 of Title III of the Superfund ,Amendments and Reauthorization Act (SARA); fertilizers; pesticides; and waste products such as ashes, slag and sludge that have the potential to be released with stormwater discharges. (30) Small Construction Activity -The discharge of stormwater from construction activities that result in land disturbance of equal to, or greater than, one acre and less than five acres. Small construction activity also includes the disturbance of less than one acre of total land area that is part of a larger common plan of development, if the larger common plan ultimately disturbs equal to, or greater than, one acre and less than five acres. (31) Spill — An unintentional release of solid or liquid material which may pollute state waters. 126 August 29, 2022 5 SECTION 208 EROSION CONTROL (32) State Waters — Means any and all surface and subsurface waters which are contained in or flow in or through Colorado, but does not include waters in sewage systems, waters in treatment works of disposal systems, waters in potable water distribution systems, and all water withdrawn for use until use and treatment have been completed. (33) Steep Slopes — Where a local government, or industry technical manual (e.g., stormwater BMP manual) has defined what is to be considered a "steep slope", this permit's definition automatically adopts that definition. Where no such definition exists, steep slopes are automatically defined as those that are 3:1 or greater. (34) Stormwater — Precipitation runoff, snow melt runoff, and surface runoff and drainage. See 5 CCR 1002-61.2(103). (35) Total Maximum Daily Loads (TMDLs) — The sum of the individual waste load allocations (WLA) for point sources and load allocations (LA) for nonpoint sources and natural background. For the purposes of the CDPS-SCP, a TMDL is a calculation of the maximum amount of a pollutant that a waterbody can receive and still meet water quality standards, and an allocation of that amount to the pollutant's sources. A TMDL includes WLAs, LAs, and must include a margin of safety (MOS), and account for seasonal variations. See section 303(d) of the CWA and 40 C.F.R. 130.2 and 130.7. (36) Upset — An exceptional incident in which there is unintentional and temporary noncompliance with permit effluent limitations because of factors beyond the reasonable control of the Contractor. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventative maintenance, or careless or improper operation per 40 CFR 122.41(n) and Regulation 61.2(114). Table 208-1 APPROVAL PROCESS FOR EROSION CONTROL MATERIALS Material Approval Process Notes Erosion ales (Weed Free) COC The Contractor shall provide a transit certificate number , or a copy of the transit certificate as supplied from the producer. Silt Fence COC Silt Berm APL Erosion Log (Type 1, Type 2, and Type 3) COC Silt Dikes COC Prefabricated Concrete Washout Structures (above ground) APL Prefabricated Vehicle Tracking Pad APL Aggregate Bag COC Storm Drain Inlet Protection (Type I, II, and Ill) APL COC = Certificate of Compliance; APL= Approved Product List MATERIALS 208.02. Erosion control materials are subject to acceptance per subsection 106.01. Erosion control materials shall be subject to the following approval process: (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 127 August 29, 2022 6 SECTION 208 EROSION CONTROL Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall be identified by blue and orange twine binding the bales. The Contractor shall not place certified weed free erosion bales or remove their identifying twine until the Engineer has inspected them. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the: Colorado Department of Agriculture, Weed Free Forage Program 305 Interlocken Pkwy Broomfield, CO 80021 Contact: Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.gov/ag/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 2 inch by 2 inch nominal. (b) Silt Fence. Silt fence posts shall be wood with a minimum length of 46 inches. Wood posts shall be 1.5 -inch width by 1.5 -inch thickness actual dimensions with 1/8 -inch tolerance. Geotextile shall be attached to wood posts with three or more staples per post. Silt fence geotextile shall conform to the following requirements: Table 208-2 PHYSICAL REQUIREMENTS FOR SILT FENCE GEOTEXTILES Property Wire Fence Supported Requirements Self -Supported Requirements Geotextile Elongation <50% Test Method Grab Strength, lbs. 90 minimum 124 minimum ASTM D4632 Permittivity sec -1 0.05 0.05 ASTM D4491 Ultraviolet Stability Minimum 70% Strength Retained Minimum 70% Strength Retained ASTM 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 .095 -inch minimum wall thickness. Wire fabric reinforcement for the silt fence geotextile shall be a minimum of 14 gauge with a maximum mesh spacing of 6 inches. Geotextile shall be attached to welded wire fabric with ties or nylon cable ties at 12 inches on center at top, middle, and bottom wire. Welded wire fabric shall be attached to the post with a minimum three 12 -gauge wire ties per post. Vinyl or rubber safety caps shall be installed on all T - post. (c) Temporary Berms. Temporary berms shall be constructed out of onsite soil materials. Temporary berms shall be track compacted and stabilized to prevent erosion of the berm. Tracking shall be done vertically up and down the slope of the berm to prevent the formation of rills. The cost of compacting and stabilizing 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 128 August 29, 2022 7 SECTION 208 EROSION CONTROL 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 per Section 216. The segment shall be secured to the ground with either metal or wood stakes. Minimum requirements for securing stakes shall be per the plans. Dimensions of individual segments shall meet the following criteria: Table 208-3 SILT BERM DIMENSIONS Width 6 - 11 inches 6 - 10 inches Height Weight Percent Open Area > 0.25 lbs/sq. ft. 20% - 50% (f) requirements of Section 506. Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the (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 subsection712.08. (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, photodegradable tube netting. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. (2) Erosion Log (Type 2) shall consist of cylinder casings filled with Erosion Log (Type 2) Compost per subsection 212.02. The compost -wood chip blend may be pneumatically shot into a geotextile cylindrical casing or bepre-manufactured. The geotextile casing shall consist of HDPE or polypropylene mesh (knitted, not extruded) with openings of 1/8 to 3/8 inch and contain the compost -wood chip material while not limiting water infiltration. (3) Erosion Log (Type 3) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width offibers 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 208-4, 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 208-5. 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). 129 August 29, 2022 8 SECTION 208 EROSION CONTROL Erosion Log (Type 1, Type 2, and Type 3) shall have minimum dimensions as shown in Table 208-4, based on the specified diameter of the log. Table 208-4 DIMENSIONS OF EROSION LOGS Diameter Type 1 and Type 3 (Inches) Diameter Type 2 (Inches) Length (feet) Weight (min) (pounds/foot) Stake Dimensions (Inches) Min. Max. 9 8 10 180 1.6 '/thickness x 3/ width x 18 long 12 12 10 180 2.5 1.5 thickness x 1.25 width x 24 long 20 18 10 100 4.0 1.5 thickness x 1.25 width x 30 long Wood stake acceptable tolerance +/- 1/8 inch. Stakes to secure erosion logs shall consist of pinewood or hardwood. Table 208-5 INDEX VALUES FOR NATURAL FIBER NETTING Property Fabric Tensile Strength Biodegradable Mesh Pattern Requirement >70 lbs.' 100% Rib Test Method ASTM D3822 ASTM D5988 (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 208-6 GEOTEXTILE REQUIREMENTS Property Water Flow Rate Grab Breaking Load Ultraviolet Degradatio Requirement 100 - 150 gallons per minute/square foot 200 lbs. minimum in each direction 70% of original unexposed grab breaking load after 500 hours Test Method ASTM D4491 ASTM D4632 ASTM D4595 Each silt dike segment shall have the following dimensions: Dimension ltertical :height afterinstallation Geotextile sleeve section to interlock segments Length >5 inches >8 inches Silt dike segments shall be anchored down using the minimum requirements shown in Table 208-7. Table 208-7 Silt Dike Segment Requirements Surface Nail Washers Soil Surface Installed in 4 inch deep trench with 6 inch nails no more than 4 feet Q.C. (on center) 1 inch concrete nails no more than 4 feet O.C. 1 inch washers Hard Surface 1 inch washers and solvent -free adhesive 130 August 29, 2022 9 SECTION 208 EROSION CONTROL (I) Concrete Washout Structure. The Contractor shall construct a washout structure that will contain washout from concrete placement, construction equipment cleaning operations, and residue from cutting, coring, grinding, grooving, and hydro -concrete demolition. Embankment required for the concrete washout structure may be excavated material if this material meets the requirements of Section 203 for embankment. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5. Table 208-8 IMPERMEABLE SYNTHETIC LINER REQUIREMENTS Tested Property Test Method ASTM D5199 ASTM D1004 ASTM D1780 Units Value Thickness >30 +1-1.5 Tear Strength Low Temperature Impact lbs. >8 Pass at -20 (k) Prefabricated Concrete Washout Structure. Prefabricated Concrete Washout Structures shall be one of the following typesunless otherwise shown on the plans: (I) (1) Prefabricated Concrete Washout Structure (Type 1). Type 1 portable bins shall be used only when specified in the Contract. It shall consist of a watertight multi -use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. Minimum capacity including freeboard shall be 440 gallons. (2) Prefabricated Concrete Washout Structure (Type 2). Type 2 portable bins shall be used only when specified in the Contract. It shall consist of a watertight one-time use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. The structure shall have a system to secure to the ground. Minimum capacity including freeboard shall be 50 gallons. (3) The use of disposable plastic swimming pools shall not be allowed. 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: Table 208-9 AGGREGATE GRADATION FOR VEHICLE TRACKING PAD Sieve size 75 mm (3 inch) 50 mm (2 inch) 19.0 mm (3/4 inch) Percent by weight Passing Square Mesh Sieves 0-25 -15 Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads. Erosion control geotextiles shall be a minimum Class 2, conforming to subsection 712.08 Prefabricated 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. 131 August 29, 2022 10 SECTION 208 EROSION CONTROL Minimum dimensions of the modular systems shall be: Table 208-10 MINIMUM DIMENSIONS FOR VEHICLE TRACKING PAD (m) Width Length of pad Weight (min.) (lbs./sq. ft.) Crush strength (min.) (psi) 12 feet 35 feet 8 400 To accommodate construction traffic turning radii between the tracking pad and a stabilized surface, additional flared sections of approved pads or aggregate per this specification shall be used at no additional cost to Weld County. If pads weigh less than 8 pounds per square foot, an anchoring system approved by the manufacturer shall be used for pads placed on soil and hard surfaces. A thin layer of stone, geotextile, or other stable surface may be required to stop rutting under the pad or area where the vehicles mount or dismount the manufactured trackout control device. Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Table 208-11 AGGREGATE BAG PROPERTIES Diameter (inches) 6-8 Weight (minimum) (pounds per foot) 6 10 10 12 15 Rubber used in bags shall be clean, 95 percent free of metal and particulates. Crushed stone contained in the aggregate bags shall conform to Table 703-1 for Coarse Aggregate No. 6. The aggregate bag shall consist of a woven geotextile fabric with the following properties: Table 208-12 GEOTEXTILE PROPERTIES FOR AGGREGATE BAF 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 03786 Ultraviolet Resistance 70% ASTM D4355 (n) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: 132 August 29, 2022 11 SECTION 208 EROSION CONTROL Table 208-13 AGGREGATE BAG DIMENSIONS FOR STORM DRAIN INLET PROTECTION Storm Drain Inlet Protection Properties Protection Types 'Type I 2Type II 3Type III Diameter 4 in. 4 in. N/A Minimum Section Length 7 ft. 5 ft. 5 ft. Apron Insert — 30 in. or sized to grate 30 in. or sized to grate '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 properties: Table 208-14 WOVEN GEOTEXTILE FABRIC FOR STORM DRAIN INLET PROTECTION Property Test Method Unit Requirement Grab tensile strength ASTM D4632 lbs. minimum 150x200 Mullen Burst Strength ASTM D3786 lbs. 400 Trapezoid Tear Strength ASTM O4533 lbs. minimum 60x60 Percent Open Area COE-22125-86 % ≥20 Water Flow Rate ASTM 04491 gal./min./sq. ft. ≥100 Ultraviolet Resistance ASTM D4355 % ≥70 Curb roll for Storm Drain Inlet Protection (Type I and II) shall have a weight >4 pounds per linear foot of device. The deviceshall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming Table 703-1 for Coarse Aggregate No. 6. CONSTRUCTION REQUIREMENTS 208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction, an on -site Environmental Preconstruction conference shall be held. The conference shall be attended by: (1) The Engineer. (2) The Superintendent. (3) The Contractor's Stormwater Management Plan (SWMP) Administrator. The SWMP Administrator is equivalent to theCDPS-SCP Qualified Stormwater Manager. (4) Supervisors or foremen of subcontractors working on the project. (5) (Not Used) (6) Weld County design professional who prepared or reviewed the Stormwater Management Plan. 133 August 29, 2022 12 SECTION 208 EROSION CONTROL At this Conference, the attendees shall discuss the SWMP, CDPS-SCP, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. Per Part I.D.1 of the CDPS-SCP, the required inspection schedules are a minimum frequency and do not affect the Contractor's responsibility to implement control measures in effective operating condition as prescribed in the SWMP. Proper maintenance of the control measures may require more frequent inspections. Site inspections shall start within 7 calendar days of the start of construction activities onsite. The person(s) inspecting the site may be on the Contractor's staff or a third party hired to conduct stormwater inspections under the direction of the Contractor. The Contractor is responsible for ensuring that the inspector meets the definition of a SWMP Administrator. Per Part I.C.2.ix of the CDPS-SCP, the SWMP shall: (i) Document the constraints necessitating an alternative temporary stabilization schedule, provide the alternative stabilization schedule, and identify all locations where the alternative schedule is applicable on the site map. (ii) Describe and locate the methods used to achieve final stabilization of all disturbed areas at the site. (iii) Describe the measures used to establish final stabilization through vegetative cover or alternative stabilization method, and describe and locate any temporary controls measures in place during the process of final stabilization. (iv) Describe and locate any planned permanent control measures to control pollutants in stormwater discharges that will occur after construction operations are completed, including but not limited to, detention/retention ponds, rain gardens, stormwater vaults, etc. Prior to beginning construction, the Contractor shall evaluate the project site for stormwater draining into or through the site. When such drainage is identified, control measures shall be used, if possible, to divert stormwater from running on -site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate control measures shall be employed. The SWMP Administrator shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. 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, per 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 per subsections 208.11 and 208.12. 134 August 29, 2022 13 SECTION 208 EROSION CONTROL (a), Project Review. The Contractor may submit modifications to the Contract's control measures in a written proposal to the Engineer. The written proposal shall include the following information: (1) Reasons for changing the control measures. (2) Diagrams showing details and locations of all proposed changes. (3) List of appropriate pay items indicating new and revised quantities. (4) Schedules for accomplishing all erosion and sediment control work. (5) Effects on permits or certifications caused by the proposed changes. The Engineer will approve or reject the written proposal in writing within seven days after receipt of the submittal. The Engineer may require additional control measures prior to approving the proposed modifications. Additional modifications and additional control measures will be paid for using the unit prices established for the additional control measures. (b) Erosion and Sediment Control Activities. The erosion and sediment control activities shall be included in the weekly meeting update. The project schedule shall specifically indicate the sequence of clearing and grubbing, earthwork operations, and construction of temporary and permanent erosion control features and stabilization. The project schedule shall include erosion and sediment control work for haul roads, borrow pits, storage and asphalt or concrete batch sites, and all areas within the project limits. If during construction the Contractor proposes changes which would affect the Contract's control measures, the Contractor shall propose revised control measures to the Engineer for approval in writing. If necessary, the SWMP Administrator shall update proposed sequencing of major activities in the SWMP. Revisions shall not be implemented until the proposed measures have been approved in writing by the Engineer. (c) Erosion Control Management. Erosion Control Management (ECM) for this project shall consist of SWMP Administration and Erosion Control Inspection. All ECM staff shall have working knowledge and experience in construction and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training(TECS) as provided by CDOT. The Superintendent cannot serve in an ECM role. The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects with not more than 40 acres of disturbed area. The ECI and the SWMP Administrator are equivalent to the CDPS-SCP Qualified Stormwater Manager. 1. SWMP Administration. The SWMP Administrator shall maintain the SWMP. Record the name of the SWMP Administrator on the SWMP Section 3.6. 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). (2) Participate in the Environmental Pre -construction Conference. (3) Attend weekly erosion and sediment control meetings. (4) (Not Used) (5) Coordinate with the Superintendent to implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities. 135 August 29, 2022 14 SECTION 208 EROSION CONTROL (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, update the SWMP Site Map to reflect current field conditions and include, at a minimum, the following: (i)Limits of Construction (LOC). (ii) Areas of disturbance (AD), including areas of borrow and fill. (iii) Limits of Disturbance (LDA). (iv) Areas used for storage of construction materials, equipment, soils, and/or wastes. (v) Location of dedicated asphalt, concrete batch plants, and masonry mixing machines. (vi) Location of construction offices and staging areas. (vii) Location of work access routes during construction. (viii) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (ix) Location of temporary, interim, and permanent stabilization. (x) Location of outfalls. (xi) Flow arrows that depict stormwater flow directions on -site and runoff direction. (xii) Location of structural and non-structural control measures. (xiii) Location of springs, streams, wetlands, and other State waters, including areas that require pre-existing vegetation be maintained within 50 horizontal feet of a receiving water, unless infeasible. (xiv) Location of stream crossings located within the construction site boundary. (xv) Locations where alternative temporary stabilization schedules apply. (8) The SWMP shall reflect the field conditions and shall be amended to reflect the date and control measures, including the following: (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. (iv) Corrective actions that are taken onsite and result in a change to the SWMP. 136 August 29, 2022 15 SECTION 208 EROSION CONTROL (v) The site or areas of the site qualifying for reduced frequency inspections. For SWMP revisions made prior to or following a change(s) onsite, including revisions to sections addressing site conditions and control measures, a notation must be included in the SWMP that identifies the date of the site change, the control measure removed, or modified, the location(s) of those control measures, and any changes to the control measure(s). The Contractor must ensure the site changes are reflected in the SWMP. The Contractor is noncompliant with the permit until the SWMP revisions have been made. (9) Complete vegetative survey transects when required per 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. Keep the SWMP and documentation 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 anarrative 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) Do not use vegetative buffers as a sole control measure. Use them only 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. (1) ECI duties shall be as follows: 137 August 29, 2022 16 SECTION 208 EROSION CONTROL 0) Coordinate with the SWMP Administrator on reporting the results of inspections and how to install and inspect the control measure. (ii) Review the construction site on all days during which work activities are occurring and all days following a storm event for compliance with the Stormwater Construction Permit. If maintenance is needed for the control measures, the SWMP Administrator, Superintendent, and Project Engineer shall be notified. Any identified maintenance shall be promptly performed by the Contractor. It is Weld County's intent for the Contractor to be performing daily inspection and maintenance on the erosion control measures. If the Contractor is performing daily maintenance on the control measures, there should be very few findings on the weekly SWMP inspections. (iii) Inspect with the Superintendent and the Engineer (or their designated representatives) the stormwater management system at least every seven calendar days. Variations to the seven-day inspection frequency are allowed, but shall not exceed 14 days. Post -storm inspections are required for 7 -day and 14 -day inspection frequencies. Conduct post -storm event inspections within 24 hours after the end of any precipitation or snowmelt event that may cause surface erosion. If no construction activities will occur following a storm event, post -storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. Document delay in inspections in the inspection report. Form 1176 (Stormwater Field Inspection Report — Active Construction) shall be used for all seven-day inspections and inspections following storm events. The Contractor shall notify the ECI when a storm event occurs. Per Part I.D.2.c of the CDPS-SCP, when site conditions make the above inspection frequencies impractical, the Contractor may submit an alternative inspection schedule to the Engineer for approval. The alternative inspection schedule shall not be implement prior to the Engineer's written approval and incorporation into the SWMP. The reason for an alternative inspection schedule shall be provided on the SWMP Inspection Report and shall be documented on the SWMP calendar. (iv) Per Part I.D.4 of the CDPS-SCP, site inspections may be performed at a reduced frequency when one or more of the following conditions exist: Post -storm inspections at temporarily idle sites — If no construction activities will occur following a storm event, post -storm inspections shall be conducted prior to re -commencing construction activities, and no later than 72 hours following the storm event. The inspection delay shall be documented in the inspection record. Routine inspections shall still be conducted at least every 14 days. b. Inspections at Completed Sites/Areas — When the site or portions of a site are awaiting establishment of a vegetative ground cover and final stabilization, a thorough inspection of the stormwater management system shall be conducted at least once every 30 days. Post -storm inspections are not required under this schedule. This reduced inspection schedule is allowed if all of the following criteria are met: i. all construction activities resulting in ground disturbance are complete, 138 August 29, 2022 17 SECTION 208 EROSION CONTROL ii. all activities required for final stabilization have been completed with the exception of seeding that has not occurred due to seasonal constraints, or the necessity for additional seed application to augment previous efforts, and iii. the SWMP has been amended to locate those areas to be inspected per the reduced schedule. c. Inspections are not required at sites when construction activities are temporarily halted, when snow cover exists over the entire site for an extended period and melting conditions do not pose a risk of surface erosion. This inspection exception shall be applicable only during the period where melting conditions do not exist and applies to the routine seven-day as well as the post -storm event inspections. Document the following information on Form 1176 for use of this exclusion: dates when snow cover occurred, date when construction activities ceased, and date melting conditions began. (2) The order of precedence for required inspections shall be as follows: (i) (Not Used) (ii) Post -storm event inspections (iii) Seven-day inspections When one of the listed inspections is performed, the inspections listed below it need not be performed on that day if the required Weld County and Contractor personnel participated in the inspection. A seven-day inspection is not required on the same day a Weld County 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. (3) 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) All disturbed areas (iii) Designated haul routes (iv) Material and waste storage areas exposed to precipitation (v) Locations where stormwater has the potential to discharge offsite (vi) Locations where vehicles exit the site (vii) Locations of installed control measures 139 August 29, 2022 18 SECTION 208 EROSION CONTROL (viii) Per Part I.D.3 of the CDPS-SCP, site inspections shall be conducted at least once every 7 calendar days for sites that discharge to a water body designated as an Outstanding Water by the CDPHE — Water Quality Control Commission. (4) Inspections shall include the following: (5) (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 measuresto minimize pollutant discharges. (iv) Identify all areas of non-compliance with the permit requirements and, if necessary, implement corrective action per the CDPS-SCP. Follow all other agency Stormwater requirements and inspections unless a waiver or other agreement has been made. The Contractor shall report the following circumstances orally to the Engineer, CDPHE, the Contractor's Superintendent, and the SWMP Administrator within 24 hours from the time the Contractor becomes aware of the circumstances, and shall mail to CDPHE a written report containing the information requested within five working days after becoming aware of the following circumstances: (i) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (ii) Unanticipated bypass which exceeds any effluent limitations per the CDPS-SCP. (iii) Upset conditions which causes an exceedance of any effluent limitation per the CDPS-SC P. (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. (6) Document spills, leaks, or overflows that result in the discharge of pollutants on the Form 1176. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated. (d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the Weld County field office during construction: 1. SWMP. The Engineer will provide an approved SWMP design at the Pre -construction Conference, which is and shall remain the property of Weld County. Prior to construction, Weld County will provide the documentation for items (1) through (4), and (18) as listed below, when 140 August 29, 2022 19 SECTION 208 EROSION CONTROL available. The Contractor shall provide the contents required for items (5) through (17) as well as items (1) through (4) and (18) when they were unavailable to Weld County. The SWMP shall be stored in the Weld County field office or at another on -site location approved by the Engineer. The SWMP Administrator shall modify and update the SWMP as needed to reflect actual site conditions prior to the change or as soon as practicable, but in no case more than 72 hours after the change. Per Part I.C.1.a through c of the CDPS-SCP, the SWMP shall be prepared per good engineering, hydrologic, and pollution control practices. The provisions of the SWMP shall be implemented as written and updated from the commencement of construction activity until final stabilization is complete. The Colorado Department of Public Health and 'Environment (CDPHE) may review the SWMP. Per Part I.C.4 of the CDPS-SCP, a copy of the SWMP must be provided upon request to the CDPHE, EPA, and any local agency with authority for approving sediment and erosion plans, grading plans, or stormwater management plans. If the SWMP is required to be submitted to any of these entities, the submission shall include a signed certification certifying that the SWMP is complete and compliant with all terms and conditions of the permit. The certification shall state: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision per a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquire of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." The SWMP required under the CDPS-SCP are considered reports that must be available to the public under Section 308(b) of the CWA and Section 61.5(4) of the CDPS regulations. The Contractor shall make plans available to members of the public upon request. However, the Contractor may claim any portion of the SWMP as confidential per 40 CFR Part 2. The following Contract documents and reports shall be kept, maintained, and updated in the SWMP under the appropriate items by the SWMP Administrator: (1) SWMP Plan Sheets — Notes, tabulation, site description. The SWMP site description shall include, 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. (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 including areas of borrow and fill. (iv) A summary of any existing data used in the development of the construction site plans or SWMP that describe the soil types and erodibility found in the permitted area or existing potential for soil erosion. 141 August 29, 2022 20 SECTION 208 EROSION CONTROL (v) A description of the percent of existing vegetative ground cover relative to the entire site and the method for determining the percentage, per CDOT Erosion Control and Stormwater Quality Guide. If a percent cover is not appropriate for the site location (i.e., arid), describe the technique and justification for the identified cover of vegetation. (vi) A description of any allowable non-stormwater discharges at the site, including those being dischargedunder 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. (ix) A description of the alternative temporary stabilization schedule, if applicable. (x) A description of the alternative diversion criteria as approved by CDPHE, if applicable. (2) SWMP Site Maps and Project Plan Title Sheet. (3) Specifications — Standard and project special provisions related to stormwater and erosion control. (4) Standard Plans M-208-1, M-216-1 and M-615-1. (5) Control Measure Details not in Standard Plan M-208-1 — Non-standard details. (6) 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 inthe design. (11) Spill Prevention and Response Plan — Per Part I.C.2.a.ii of the CDPS-SCP, the plan may incorporate by reference any part of a Spill Prevention Control and Countermeasure (SPCC) plan under Section 311 of the Clean Water Act (CWA) or Spill Prevention Plan required by a separate CDPS Permit. Reports of reportable spills submitted to CDPHE. (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. Per Part I.C.2.a.iv of the CDPS-SCP, the SWMP shall describe the handling procedures of all control measures implemented at the site to minimize impacts from handling significant materials that could contribute pollutants to runoff. These handling procedures may include 142 August 29, 2022 21 SECTION 208 EROSION CONTROL control measures for pollutants and activities such as, exposed storage of building materials, paints and solvents, landscape materials, fertilizers or chemicals, sanitary waste material, trash and equipment maintenance or fueling procedures. Per Part 1.C.2.a.v of the CDPS-SCP, potential sources of pollution which may be expected to affect the quality of stormwater discharges associated with construction activity from the site include but are not limited to: (i) Disturbed and stored soils; (ii) Vehicle tracking of sediments; (iii) Management of contaminated soils; (iv) Loading and unloading operations; (v) Outdoor storage activities (erodible building materials, fertilizers, chemicals, etc.); (vi) Vehicle and equipment maintenance and fueling; (vii) Significant dust or particulate generating processes (saw cutting materials, dust, etc.); (viii) Routine maintenance activities involving fertilizers, pesticides, herbicides, detergents, fuels, solvents, oils, etc.); (ix) On -site waste management practices (waste piles, liquid wastes, dumpster, etc.); (x) Concrete truck/equipment washing, including the washing of the concrete truck chute, and associated fixtures and equipment; (xi) Dedicated asphalt, concrete batch plants, and masonry mixing stations; and (xii) Non -industrial waste sources such as worker trash and portable toilets. (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, 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. All attendees shall sign the certification. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Pre -construction Conference has been held. (16) Project Environmental Permits — All project environmental permits and associated applications and certifications, including: CDPS-SCP, Senate Bill 40, USACE 404, 143 August 29, 2022 22 SECTION 208 EROSION CONTROL 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. (17) Photographs Documenting Existing Vegetation — Project photographs shall include the following information withthe record: project number, project code, name of the person who took the picture, date and time the picture was taken, and location and approximate station number or mile marker. The Contractor shall submit photographs documenting existing vegetation, prior to construction commencing, on paper with a maximum of four colored images per side of 8 1/2 inch by 11 -inch sheet or a digital copy on CD-ROM/Flash Drive (JPG format) as directed by the Engineer. (18) Permanent Water Quality Plan Sheets — Plan sheets and specifications for permanent water quality structures and riprap. Per Part I.C.2.ix of the CDPS-SCP, the SWMP shall: (I) Document the constraints necessitating an alternative temporary stabilization schedule, provide the alternative stabilization schedule, and identify all locations where the alternative schedule is applicable on the site map. (ii) Describe and locate the methods used to achieve final stabilization of all disturbed areas at the site. (iii) Describe the measures used to establish final stabilization through vegetative cover or alternative stabilization method, and describe and locate any temporary controls measures in place during the process of final stabilization. (iv) Describe and locate any planned permanent control measures to control pollutants in stormwater discharges that will occur after construction operations are completed, including but not limited to, detention/retention ponds, rain gardens, stormwater vaults, etc. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. The SWMP Administrator shall finalize the SWMP for Weld County use upon completion of the project. The Engineer shall approve SWMP completeness. Corrections to the SWMP shall be made at the Contractor's expense. Once the project is deemed complete, a final SWMP walkthrough shall be scheduled with the Engineer. Once the walkthrough has been completed and all erosion control requirements for permanent stabilization have been accepted by Weld County, the Contractor shall transfer the CDPS-SCP to Weld County. The SWMP notebook has to be up to date with all signatures and shall be complete prior to transferring the CDPS-SCP to Weld County. The Contractor is responsible for maintenance and weekly inspections until the CDPS-SCP is transferred to Weld County. Project Final Acceptance shall not be issued until the CDPS-SCP is transferred to Weld County. 2. Reference Materials. The following Reference materials shall be used: (1) CDOT Erosion Control and Stormwater Quality Guide. 144 August 29, 2022 23 SECTION 208 EROSION CONTROL (2) CDOT Erosion Control and Stormwater Quality Field Guide. (e) Weekly Meetings: The Engineer, the Superintendent, and the SWMP Administrator shall conduct a weekly meeting with supervisors involved in construction activities that could adversely affect water quality. The meeting shall follow an agenda prepared by the Contractor, or a designated representative, and have a sign in sheet on which the names of all attendees shall be recorded. The SWMP Administrator shall take notes of water quality comments and action items at each weekly meeting and place the agenda and sign in sheet in the SWMP. At this meeting the following shall be discussed and recorded in tab 6 of the SWMP: (1) Regular, recalcitrant, chronic, and severe inspection findings. (2) Unresolved issues from previous inspections. (3) Requirements of the SWMP. (4) Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. (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. All subcontractors not in attendance at the Environment Pre -construction Conference shall be briefed on the project bythe 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 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 per the CDPS-SCP, prior to use, at the Contractor's expense. All removed sediment shall be disposed of outside the project limits per 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 preapprovedcontainment area that has been identified in the SWMP. The concrete shall be picked up and recycled per 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 per 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 145 August 29, 2022 24 SECTION 208 EROSION CONTROL 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 (USAGE), the Environmental Protection Agency (EPA), or a Local Agency reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect the neighboring MS4, including installing additional measures. Implementation of these additional measures will be paid for at contract unit prices. (c) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside Weld County ROW and outside easements acquired by Weld County for construction, are the responsibility of the Contractor. These areas shall be subject to a separate CDPS-SCP and all other necessary permits, as they are considered a common plan of development if within a 14 mile of the construction site. The Contractor shall acquire these permits and submit copies to the Engineer prior to any disturbance. These permits shall be acquired, and all erosion and sediment control work performed at the Contractor's expense. These areas are subject to inspections by Weld County or any other agency. A documented use agreement between the Contractor and the owner or operator of any control measures located outside of the permitted area that are utilized by the Contractor's construction site for compliance with the CDPS-SCP, but not under the direct control of the Contractor shall be placed in the project's SWMP. (d) Construction Implementation. The Contractor shall incorporate control measures into the project as outlined in the accepted schedule. (e) Stabilization. Once earthwork has started, the Contractor shall maintain erosion control measures until permanent stabilization of the area has been completed and accepted. Clearing, grubbing and slope stabilization measures shall be performed regularly to ensure final stabilization. Failure to properly maintain erosion control and stabilization methods, either through improper phasing or sequencing will require the Contractor to repair or replace sections of earthwork at the Contractor's expense. The Contractor shall schedule and implement the following stabilization measures during the course of the project: 1. Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation or underlying soil of a site, such as clearing, grading, roadbed preparation, soil compaction, and movement and stockpiling of sediment and materials. Designated topsoil distributed on the surface or in stockpiles shall not receive temporary stabilization. Other stabilization measures may be implemented, as approved. The maximum area of temporary stabilization (excluding areas of designated topsoil) shall not exceed 20 acres. 2. Interim Stabilization. Per Part I.B.2.a.iii of the CDPS-SCP, stabilization shall be implemented for earth disturbing activities on any portion of the site where ground disturbing construction has permanently ceased, or temporarily ceased for more than 14 days. Temporary stabilization methods may include, but are not limited to, tarps, soil tackifier, and hydroseed. The Contractor may exceed the 14 -day schedule when either the function of the specific area of the site requires it to remain disturbed or physical characteristics of the terrain and climate prevent stabilization. The SWMP shall document the constraints necessitating the alternative schedule, provide the alternate stabilization schedule, and identify all locations where 146 (5) August 29, 2022 25 SECTION 208 EROSION CONTROL the alternative schedule is applicable on the site map. Minimum inspection frequency and scope shall be followed for temporarily stabilized areas. As soon as it is known with reasonable certainty that work will be temporarily halted for 14 days or more, sediment and material stockpiles and disturbed areas shall be stabilized using one or more of the following methods: (1) Application of 1.5 tons per acre of mechanically crimped certified weed free hay or straw in combination withan approved organic mulch tackifier. (2) Placement of bonded fiber matrix per Section 213. (3) Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, per Section 213. (4) Application of spray -on mulch blanket per Section 213. Magnesium Chloride, Potassium Chloride, and Sodium Chloride or other salt products shall not be used as a stabilization method. Topsoil stockpiles shall receive interim stabilization unless specified per Section 207 as a different material than the other disturbed areas on -site. 3. Summer and Winter Stabilization. Summer and winter stabilization is defined as stabilization during months when seeding is not permitted. As soon as the Contractor knows shutdown is to occur, interim stabilization shall be applied to the disturbed area. Protection of the interim stabilization method is required. Reapplication of interim stabilization may be required as directed. 4. Permanent Stabilization. Permanent stabilization is defined as the covering of disturbed areas with topsoil, seeding, mulching with tackifier, soil retention coverings, and such non -erodible methods as permanent pavement or concrete, riprap, road shouldering, etc., or a combination thereof as required by the Contract. Other permanent stabilization techniques may be proposed by the Contractor, in writing, and shall be used if approved in writing by the Engineer. Permanent stabilization requirements shown on the plans shall be completed within four working days of the placement of the topsoil per Section 207. 5. Final Stabilization. Final stabilization is achieved when all ground -disturbing activities at the site have been completed, and uniform perennial vegetative cover has been established with an individual plant density of at least 70 percent of pre -disturbance levels, or equivalent permanent physical erosion reduction methods have been employed. Per Part I.B.1.a.iii.b.3.b and c of the CDPS-SCP, the Contractor shall ensure all temporary control measures are removed from the construction site once final stabilization is achieved, except when the control measure specifications allow the control measure to be left in place (i.e., bio- degradable control measures). Maintenance. Per Part I.B.1.a.iii.3.b of the CDPS-SCP, the Contractor must ensure that all control measures remain in effective operating condition and are protected from activities that would reduce their effectiveness. Control measures must be maintained per good engineering, hydrologic and pollution control practices. 147 August 29, 2022 26 SECTION 208 EROSION CONTROL 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" per good engineering, hydrologic, and pollution control practices, including removal of collected sediment when silt depth is more than the effective height of the erosion control device shown in Section 208.05. When possible, the Contractor shall use equipment with an operator rather than labor alone to remove the sediment. Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain control measures shall be repaired at the Contactor's expense. Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures to assess the adequacy of control measures at the site and the necessity of changes to those control measures to ensure continued effective performance. Where site assessment results in the determination that new or replacement control measures are necessary, the control measures shall be installed to ensure continuous effectiveness. When identified, control measures shall be maintained, added, modified or replaced as soon as possible, immediately in most cases. Approved new or replaced control measures will be measured and paid for per 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 onembankment, 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 148 August 29, 2022 27 SECTION 208 EROSION CONTROL lanes. It shall be removed and disposed of per 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 per 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 per Sections 212, 213, and 216. Failures shall be immediately repaired or replaced at the Contractor's expense. (b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes. If the erosion bale fails, it shall be immediately repaired or replaced at the Contractor's expense. (c) Silt Fence. Silt fence shall be installed in locations specified in the Contract. If the silt fence fails, it shall be immediately repaired or replaced at the Contractor's expense. The Contractor shall remove all accumulated sediment and debris from behind the silt fence when the fence has 6 or more inches of accumulated sediment or as directed by the Engineer. (d) Temporary Berms. Berms shall be constructed to the dimensions shown in the Contract, and sufficiently compacted to prevent erosion or failure. If the berm erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. The Contractor shall remove all accumulated sediment and debris from behind the temporary berms when the berm 6 or more inches of accumulated sediment or as directed by the Engineer. (e) Temporary Diversion. Diversions shall be constructed to the dimensions shown in the Contract and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. 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. Temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion. If the temporary slope drain fails, it shall be immediately repaired or replaced at the Contractor's expense. (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. If the silt berm erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. (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. If the rock check dam fails, it shall be immediately repaired or replaced at the Contractor's expense. The Contractor shall remove all sediment and debris from the rock check dam when 1/3 of the original dam height (as measured at the upstream side center) has been filled with sediment or as directed by the engineer. (i) Riprap Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 -foot minimum. Riprap size shall be as shown on the plans. If the riprap outlet protection fails, it shall be immediately repaired or replaced at the Contractor's expense. 149 August 29, 2022 28 SECTION 208 EROSION CONTROL (i) 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. If the inlet protection fails, it shall be immediately repaired or replaced at the Contractor's expense. 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 eachType II and III containment area when it is more than one third full of sediment, or as directed. The Contractor shall protect storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. (k) Sediment Trap. Sediment traps shall be installed to collect sediment -laden water and to minimize the potential ofpollutants leaving the project site. Locations shall be as shown on the plans or as directed. Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed areas can be diverted into the trap. The area under the embankment shall be cleared, grubbed, and stripped of any vegetation and roots. Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material. Sediment shall be removed from the trap when it has accumulated to one half of the wet storage.depth of the trap and shall be disposed of per subsection 208.04(f). (I) Erosion Logs. Erosion logs shall be embedded 2 inches into the soil. Stakes shall be embedded so that the top of the stake does not extend past the top erosion log more than 2 inches, at the discretion of the Engineer, a shallower stake depth may be permitted if adverse site conditions are encountered, e.g., rock or frozen ground. (m) (n) The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs. The Contractor shall remove all accumulated sediment and debris when the sediment accumulation reaches '/ the height of the log. If the log fails, it shall be immediately repaired or replaced at the Contractor's expense. Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the silt dikes are to be installed such that they are free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. Concrete Washout Structure. The concrete washout structure shall meet or exceed the dimensions shown on the plans. Work on this structure shall not begin until the Engineer provides written acceptance of location. Implement control measures designed for concrete washout waste. An impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5 or use a prefabricated washout. Meet the following requirements: (1) The structure shall contain all washout water. 150 August 29, 2022 29 SECTION 208 EROSION CONTROL (2) Stormwater shall not carry wastes from washout and disposal locations. (3) The site shall be located a minimum of 50 horizontal feet away from State waters and shall meet all requirements for containment and disposal as defined in subsection 107.25. (4) The site shall be signed as "Concrete Washout". (5) The site shall be accessible to appropriate vehicles. (6) Freeboard capacity shall be included in the structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. (7) The Contractor shall prevent tracking of washout material out of the washout structure. (8) Do not add solvents, flocculants, and acid to wash water. (9) Surround the structure on three sides by a compacted berm. (10) The structure shall be fenced with orange plastic construction fencing to provide a barrier to construction equipment and to aid in identification of the concrete washout area. (11) Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. (o) Prefabricated concrete washout structures (Type 1 and Type 2). Structures and sites shall meet the following requirements: (1) Structure shall contain all washout water. If bins are determined to be leaking, the Contractor shall replace the bin onsite and clean up the spilled material. (2) Structure shall be located a minimum of 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be as approved by the Engineer. Sign the prefabricated structure as "Concrete Washout". Sign can be on portable bin. (3) The site shall be accessible to appropriate vehicles. (4) Washout bins shall be covered with a tarp tied down to the structure or staked to the ground when a storm event is anticipated. (5) Do not add solvents, flocculants, and acid to wash water. (6) Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. (7) Do not move prefabricated structures when they contain liquid, unless otherwise approved. (8) The concrete washout structure shall be installed and ready for use prior to concrete placement operations. (9) Check and maintain washout areas as required. Do not allow on -site permanent disposal of concrete washout waste. 151 August 29, 2022 30 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. (p) (q) (r) (5) Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area. The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance but will not be measured and paid for separately. The use of pre -fabricated VTPs is highly encouraged. Delivery to the site shall not occur until written acceptance is provided by the Engineer for the pre -fabricated VTP. Detention Pond. Permanent detention ponds shown on the plans may be used as temporary control measures if the following conditions are met: (1) The pond is designated as a construction control measure in the SWMP. (2) The pond outfall and outlet are designed and implemented for use as a control measure during construction per 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. 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 notcause erosion. The Contractor shall remove all accumulated sediment and debris when the sediment accumulation reaches V the height of the bag. If the bag fails or is damaged, it shall be immediately repaired or replaced at the Contractor's expense. Surface roughening. Surface roughening creates horizontal grooves along the contour of the slope. Roughening may be accomplished by furrowing, scarifying, ripping, or disking the soil surface to create a 2 to 4 -inch minimum variation in soil surface. (t) Vertical Tracking. Vertical tracking involves driving a tracked vehicle up and down the soil surface and creating horizontal grooves and ridges along the contour of the slope. Sandy soils or soils that are primarily rock need not be tracked. 208.06 Materials Handling and Spill Prevention. The SWMP Administrator shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in placeas specified in subsections 107.25(b) or 208.06(c). Construction equipment, fuels, 152 August 29, 2022 31 SECTION 208 EROSION CONTROL 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 per 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 (3) (4) (5) (6) (7) permitted. Location of clean-up kits. Quantities of chemicals and locations stored on -site. Label system for chemicals and Safety Data Sheets (SDS) for products. Clean-up procedures to be implemented in the event of a spill that does not enter State waters or ground water. 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. 153 August 29, 2022 32 SECTION 208 EROSION CONTROL 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 (LDA). 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 additionaldisturbances to the Engineer, Water Quality Control Division of CDPHE, and all other involved agencies. The Contractor shall pursue stabilization of all disturbances to completion. 208.09 Regulatory Mechanism for Water Quality. Per Part I.B.1.c. of the CDPS-SCP, the Contractor shall assess the adequacy of control measures at the site and the need for changes to those control measures to ensure continued effective performance. The Contractor shall comply with the Water Quality Specifications as specified in Subsection 208.09(a((7( and the CDPS-SCP. Failure to comply with the requirements of this section may result liquidated damages from the County and/or monetary penalties from CDPHE for which the Contractor is responsible. As a co-Permittee, Weld County has implemented the following procedures to ensure the Contractor is meeting the CDPS-SCP, Section 107.25, and Section 208 requirements. The Engineer will identify and document findings not in compliance with the Water Quality Specifications, as specified in subsection 208.09(a)(7(, during regular water quality control inspections, during monthly water quality control audits, 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. Corrective actions must be addressed as soon as possible, immediately in most cases, to minimize the discharge of pollutants. (a) Definitions. 1. (Not Used) 2. Deferment. A request from the Contractor to the Engineer to delay implementation of corrective actions for Regular Findings pertaining to Water Quality Specifications and/or the CDPS-SCP. Deferments may only be granted due to extraordinary circumstances. However, it is at the Engineer's discretion to approve or reject these requests. 3. Finding. An incident discovered through inspection by Weld County or by Engineer observation, which is noncompliant with the Water Quality Specifications, as Specified in 208.09(a((7( and/or the CDPS-SCP. The timelines noted in Section 208.09(b( do not indemnify the Contractor from failing to comply with CDPS-SCP timelines for corrective actions. A Finding will be classified as one of the following: 154 August 29, 2022 33 SECTION 208 EROSION CONTROL (1) Regular Finding. A situation upon inspection that is in noncompliance with the Water Quality Specifications. Includes maintenance items which are considered a low risk 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). (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 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 per 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. 8. CDPS-SCP. Colorado Discharge Permitting System — Stormwater Construction Permit (COR 400000). 9. Immediately. For the purposes of this section, immediately shall mean by the end of the construction day. (b) Liquidated Damages and Stop Work Orders. The Contractor will be subject to Liquidated Damages for incidents of failure to comply with the Water Quality Specifications and implement corrective actions to resolve noncompliance in the time frame established in subsection 208.09(b) and (c). Liquidated damages are for the Cgntractor'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 and Severe Findings per 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. 155 August 29, 2022 34 SECTION 208 EROSION CONTROL 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) A description of 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 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. 156 August 29, 2022 35 SECTION 208 EROSION CONTROL (1) 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 per CDPS-SCP requirements. (2) 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)). 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 per 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. Deferment. If the Contractor seeks deferment because an erosion control finding cannot be corrected immediately upon discovery, 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) Description of Regular Findings to be deferred 157 August 29, 2022 36 SECTION 208 EROSION CONTROL (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 Deferments will not be accepted or approved due to the Contractor's operational error, improperly installed control measures, inadequate control measures, lack of preventative maintenance, careless or improper operation, or other non -proactive reason. Note: If an alternative control measure is implemented to correct a Regular Finding, a deferment is not necessary. All modifications to the plan shall be documented in the SWMP. The Engineer will discuss the deferment request and may meet with the Superintendent to recommend modifications to the action plan. 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. Weld 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 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. 158 August 29, 2022 37 SECTION 208 EROSION CONTROL 2. Documented Reportable Spills. The Contractor shall report, both verbally and in writing, the Reportable Spill to CDPHE per subsection 107.25(b) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Reportable Spill. 3. Winter Exemptions. The Contractor is unable to address findings noted on the water quality control inspection due to. (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. (f) Routine Water Quality Audits. Routine water quality audits will be performed by Weld County Stormwater Staff to ensure the SWMP Notebook is compliant with the CDPS-SCP and provisions of Section 208. The audits will be performed a minimum of once per month but may occur more frequently or reduced based upon the history of compliance with the CDPS-SCP and the provisions of Section 208. The results of the audit will be sent to the Engineer to determine appropriate enforcement actions. 208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work. (a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed per subsection 208.05(n) at the Contractor's expense. (b) Survey. When Permanent Water Quality (PWQ) control measures are required on the project and once built, the Contractor shall survey the control measures to confirm that the PWQ control measures conform to the configuration, grade, and volume shown on the plans. The survey shall conform to Section 625. The results of the survey shall be submitted per CDOT's Survey Manual (AutoCAD to GIS and TMOSS Codes), or GIS with attribute tables, showing both designed and final elevations and configurations. The Contractor's Surveyor shall submit electronically sealed control measure drawings. (c) PWQ control measures that do not meet the Contract requirements will be identified in writing by the Engineer and shall be repaired or replaced at the Contractor's expense. Correction surveys shall be performed at the Contractor's expense to confirm the locations, dimensions, and volume certification (for water quality capture volume structures only) of each PWQ control measure. The Engineer and SWMP Administrator will perform a walkthrough of the PWQ control measures to confirm conformance to material requirements, locations, and dimensions. Before the walkthrough, the Contractor shall provide the corrected survey to the Engineer and SWMP Administrator. 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 159 August 29, 2022 38 SECTION 208 EROSION CONTROL Contractor. Upon completion of work required, the SWMP Administrator shall modify the SWMP to provide an accurate depiction of control measures to remain on the project site. All punch list and walkthrough items shall be completed by the Contractor and accepted by the Engineer prior to the request for partial acceptance of the water quality control work . METHOD OF MEASUREMENT 208.11. Erosion Control Management (ECM) will be measured as the actual number of days of ECM work performed regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and preparation of the SWMP. If the combined hours of SWMP Administration and Erosion Control Inspection is four hours or less in a day, the work will be measured as '/ day. If the combined hours of SWMP Administration and Erosion Control Inspection is more than 4 hours in a day, the work will be measured as one day. If the combined hours of SWMP Administration and Erosion Control Inspection exceed more than 8 hours in a day, it shall be counted as 1 day. The SWMP Administrator or Erosion Control Inspector shall be onsite daily to perform daily inspections of the SWMP plan (reported on Form 1388) and perform maintenance activities. In order to be paid for ECM time, the SWMP Administrator and/or the ECI shall sign in and out at the Weld County field office and shall include the Form 1388 in the SWMP Notebook. The SWMP Notebook shall be kept up to date. The required signatures shall be done immediately following the correction of the findings. There shall be a pay reduction of $300 per incident the SWMP Notebook is out of date by more than one week. The Engineer shall document the pay reduction with a Form 105 which shall be signed by the Contractor. The pay reduction shall be deducted from the amount owed to the Contractor for the pay period in which the pay reduction occurred. Erosion bales and rock check dams will be measured by the actual number installed and accepted. Silt fence, silt berms, erosion logs, aggregate bags, silt dikes, temporary berms, temporary diversions, and temporary slope drains, will be measured by the actual number of linear feet that are installed and accepted. Measured length will not include required overlap or waste. Concrete washout structure will be measured by the actual number of structures that are installed and accepted. Prefabricated concrete washout structures will be measured by the actual number of structures delivered to the site. It shall not include structures moved on -site. Storm drain inlet protection will be measured by linear foot or actual number of devices that are installed and accepted. Sediment trap quantities will be measured by the actual number installed and accepted. Removal of trash that is not generated by construction activities will be measured by the actual number of hours that Contractor workers actively remove trash from the project. Each week the Contractor shall submit to the Engineer a list of workers and the hours spent collecting such trash. Removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. Vehicle tracking pads will be measured by the actual number constructed and accepted. Additional aggregate may be required for maintaining vehicle -tracking pads and will not be measured separately but shall be included in the work. 160 August 29, 2022 39 SECTION 208 EROSION CONTROL Prefabricated vehicle -tracking pads will be measured by the actual number of pads delivered to the site and set up to the minimum dimensions. It shall not include pads moved on -site. BASIS OF PAYMENT 208.12. Pay for ECM and control measures at the Contract unit price for each of the items listed below that appear in the bid schedule. Payment will be made under: Pay Item Aggregate Bag Concrete Washout Structure Concrete Washout Structure (Lined) Erosion Bales (Weed Free) Erosion Control Management Erosion Log (Type 1) (_Inch) Erosion Log (Type 2) (_Inch) Erosion Log (Type 3) (_Inch) Prefabricated Concrete Washout Structure (Type 1) .; Prefabricated Concrete Washout Structure (Type 2) Prefabricated Vehicle Tracking Pad Removal and Disposal of Sediment (Equipment) Removal and Disposal of Sediment (Labor) Removal of Trash (Interim) Rock Check Dam" Rock Sock (Aggregate Bag) Sediment Basin Sediment Trap Silt Berm Silt Dike Silt Fence Silt Fence (Reinforced) Storm Drain Inlet Protection (Type. Storm Drain Inlet Protection (Type_) Storm Drain Inlet Protection (Type, Storm Drain Inlet Protection (Type_) Sweeping (Sediment Removal) Temporary Berm Temporary Diversion Temporary Slope Drain Temporary Slope Drain Vehicle Tracking Pad Vehicle Tracking Pad (Prefabricated) Pay Unit Linear foot Each Each Each Day Linear foot Linear foot Linear foot Each Each Each Hour Hour Hour Each Linear Foot Each Each Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Each Each Hour Linear Foot Linear Foot Linear Foot Linear Foot Each 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. 161 August 29, 2022 40 SECTION 208 EROSION CONTROL 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 tofurnish, 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 andmaterials 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 per Section 216. Compost and wood stakes for Erosion Log (Type 2) will not be measured and paid for separately but shall be included in thework. Spray -on mulch blankets required by the Contract, including those used in both interim and final stabilization, will bemeasured and paid for per Section 213. Payment for storm drain inlet protection will be full compensation for all work, materials, and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of thework. Aggregate will not be measured and paid for separately but shall be included in the work. Sweeping, when used as a control measure as shown in the Contract, will be measured by the number of hours that a pickup broom or equipment capable of collecting sediment, authorized by the Engineer, is used to remove sediment from the roadway or other paved surfaces. Each week the Contractor shall submit to the Engineer a statement detailing the type of sweeping equipment used and the number of hours it was used to pick up sediment. The operator will not be measured and paid for separately but shall be included in the work. Stakes, anchors, connections, geotextile, riprap, and tie downs used for temporary slope drains will not be measured and paid for separately but shall be included in the work. Payment for vehicle tracking pad will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be measured and paid for separately but shall be included in the work. If additional aggregate for maintenance of vehicle tracking pads is required, it will not be measured and paid for separately but shall be included in the work. Seeding, sod, mulching, soil retention blanket, and riprap will be measured and paid for per 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 per 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 162 August 29, 2022 41 SECTION 208 EROSION CONTROL 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 8 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 163 August 29, 2022 REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.01 shall be revised to include the following: This work consists of resetting of the existing mailbox structures due to the configuration of the new roadway. Subsection 210.13 shall be revised to include the following: 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 is 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. If the existing culvert ends that are identified to be salvaged and reused are damaged during removal, as determined by the Engineer, the Contractor shall provide a new end section at no additional cost to Weld County. No separate payment will be made. Payment will be made under: Pay Item Reset Mailbox Structure Reset Ground Sign Pay Unit Each Each END OF SECTION 164 August 29, 2022 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS Section 211 of the Standard Specifications is hereby added for this project as follows: DESCRIPTION 211.01. This work consists of dewatering temporary excavations and constructing temporary diversions required to control groundwater and surface water for the installation of hydrologic structures (e.g., concrete box culvert, ditches, irrigation structures, culverts, etc.). All diversion and dewatering activities shall be performed per Sections 107.25 and 208 of the Specifications. All dewatering activities shall be performed per Colorado Department of Health and Environment dewatering regulations. Contractor is cautioned that the work involves construction in and around irrigation channels and areas of local drainage. These areas are subject to frequent periodic inundation. MATERIALS 211.02. On -site materials may be used within the limits of construction to construct temporary dams and berms. Materials such as plastic sheeting, sand bags, inflatable devices and storm sewer pipe may also be used if desired by Contractor. The Contractor shall provide all required materials and equipment to facilitate dewatering activities. Dewatering shall also include all materials, equipment, erosion/sediment control measures, and personnel required for the treatment of groundwater, surface water, or stormwater that has come into contact with construction materials. CONSTRUCTION REQUIREMENTS 211.03. Requirements for diverting and controlling surface and groundwater during construction are as follows: (a) General. When diverting surface water and/or groundwater through the project area, the Contractor shall ensure that comingling of offsite and onsite water does not occur unless all of the water discharging from the site is treated before releasing it offsite. Irrigation water should be piped through the project, wherever possible, in order to avoid comingling with onsite water and the subsequent treatment of the water before its release offsite. For all excavation, Contractor shall provide suitable equipment and labor to remove water, and shall keep the excavation dewatered so construction can be carried on under dewatered conditions. The Contractor shall dewater, by pumping or by excavating trenches leading to a positive gravity outlet, to a depth of at least three feet below the underside of any permanent structural element including but not limited to footings, cutoff walls, headwalls, etc. before exposing their proposed bearing surfaces. The dewatering process shall be commenced a sufficient amount of time in advance of placing excavation equipment thereon to prevent undue disturbance of the foundation soil. If, in the opinion of the Engineer, equipment is causing undue disturbance, the Engineer may require further drying of the bearing area or place limitations on the type of equipment permitted on the bearing area. The Engineer may require the Contractor to place (at the Contractor's expense) additional filter material beyond any limits that may be shown on the plans to compensate for the loss of bearing capacity. The water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. The Contractor's method of dewatering and water disposal, including pumping and discharge equipment, must be approved by the Engineer before implementation. The Contractor shall submit a dewatering plan for review and approval 30 calendar days before implementation per Subsection 105.02. Water Disposal shall be per Subsection 107.25 - "Water Quality 165 August 29, 2022 2 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS Control". Contractor shall obtain all necessary permits and submit copies to the Engineer before commencing any dewatering activities. The dewatering plan shall include the following: Copies of all permits required for dewatering, treatment of, and/or disposing of the water; b. Method statement detailing how dewatering activities will be minimized in excavations; c. Method of measuring surface water or groundwater discharge; d. Listing of equipment descriptions including the size, number, type, capacity, and location of equipment during dewatering operations; Methods of testing surface water and groundwater to determine the appropriate disposal methods; f. Detailed methods for water disposal; g. If applicable, name of the facility where contaminated water is to be delivered; and h. Plans and design calculations, sealed and signed by a Professional Engineer licensed in the State of Colorado which support the dewatering plan including but not limited to: 1. Method for determining the design flow; 2. Map showing location of the discharge points; 3. Phasing plans; and 4. Site restoration plans show how the area will returned to its original configuration. Water control shall be accomplished such that no damage is done to adjacent channel banks or structures. Contractor is responsible for investigating and becoming familiar with all site conditions that may affect the work including surface water, potential flooding conditions, level of groundwater and the time of year the work is to be done. All excavations made as part of dewatering operations shall be backfilled with the same type of material as was removed and compacted to ninety five percent (95%) of Maximum Standard Proctor Density (ASTM D698) except where replacement by other materials and/or methods are required. Contractor shall conduct operations in such a manner that storm or other waters may proceed uninterrupted along their existing drainage courses. By submitting a bid, Contractor acknowledges that Contractor has investigated the risk arising from such waters and has prepared his bid accordingly, and assumes all of said risk. At no time during construction shall Contractor affect existing surface or subsurface drainage patterns of adjacent property. Any damage to adjacent property resulting from Contractor's alteration of surface or subsurface drainage patterns shall be repaired by Contractor at no additional cost to the Owner. Contractor shall remove all temporary water control facilities when they are no longer needed or at the completion of the Project. 166 August 29, 2022 3 REVISION OF SECTION 211 DEWATERING AND DIVERSIONS Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices. (b) Surface Water Control. Surface water control generally falls into the following categories: 1. Normal low flows along the channel 2. Storm/flood flows along the channel 3. Flows from existing storm drain pipelines; and 4. Local surface inflows not conveyed by pipelines Contractor shall coordinate, evaluate, design, construct, and maintain temporary water conveyance systems. These systems shall not worsen flooding, alter major flow paths, or worsen flow characteristics during construction. Contractor is responsible to ensure that any such worsening of flooding does not occur. Contractor is solely responsible for determining the methods and adequacy of water control measures. At a minimum, Contractor shall be responsible for diverting the quantity of surface flow around the construction area so that the excavations will remain free of surface water for the time it takes to install these materials, and the time required for curing of any concrete or grout. Contractor is cautioned that the minimum quantity of water to be diverted is for erosion control and construction purposes and not for general protection of the construction -site. It shall be Contractor 's responsibility to determine the quantity of water which shall be diverted to protect the Work from damage caused by stormwater. Contractor shall, at all times, maintain a flow path for all channels. Temporary structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel flow, as long as such measures are not a major obstruction to flood flows, do not worsen flooding, or alter historic flow routes. The Contractor's method of diverting the surface water shall be approved by the Engineer before implementation. The Contractor shall submit a diversion plan for review and approval 30 calendar days before implementation per Subsection 105.02. The diversion plan shall include the following: (1) Method statement addressing all requirements including copies of the relevant permits required for stream diversion; and (2) Plans and design calculations, sealed and signed by a Professional Engineer licensed in the State of Colorado, support the diversion plan including but not limited to: Method for determining design flow; b. Surface water profiling and conveyance calculations; c. Phasing Plans; and d. Site restoration plans showing how to return the stream bed to its original configuration as it was before construction. (c) Groundwater Control. Contractor shall install adequate measures to maintain the level of groundwater below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, earthwork, and rock work. Such measures may include, but are not limited to, installation of 167 August 29, 2022 4 REVISION OF SECTION 211 DEWATERING & DIVERSIONS perimeter sub -drains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. Dewatering from within the foundation excavations shall not be allowed. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. Disturbance of foundation subgrade by Contractor operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at Contractor's expense. Any temporary dewatering trenches or well points shall be restored following dewatering operations to reduce permeability in those areas as approved by Engineer. METHOD OF MEASUREMENT 211.04. In order to construct the drainage infrastructure, it is possible that the Contractor will need to maintain flow in a channel or ditch. If needed, diverting flows in the channel shall be included as part of the Dewatering pay item. No separate measurement for payment will be made for any labor, equipment, erosion/sediment control measures, and materials required for this item. The price will include all of Contractor's costs. This item includes: 1. Implementing measures to control surface water and groundwater 2. Obtaining and transferring all required permits, upon approval. 3. Providing temporary power as required. 4. Evaluating, designing, constructing, maintaining, and monitoring dewatering measures 5. Installing erosion/sediment control measures including but not limited to: check dams, pumps, dewatering bags, earth embankments, diversion channels, sheet pile, wells, turbidity curtains, or any other material necessary for dewatering. 6. Monitoring, sampling, analysis, and water quality reports if required. 7. Protect work from base flows and storm events. 8. Providing all other related and necessary labor, equipment, and materials to complete the work. BASIS OF PAYMENT 211.05. Payment will be on a daily basis for the time that the Contractor starts to put his Water Control and Dewatering in place to the time it is removed as accepted by the Engineer. Dewatering will not be paid for on days when no dewatering occurs. The Engineer at their sole discretion will determine if dewatering occurred. Dewatering operations shall be terminated as quickly as possible and shall not continue beyond the time needed for the construction activity. Dewatering requires pre -approval by the Engineer. Payment will be made under: 168 August 29, 2022 5 REVISION OF SECTION 211 DEWATERING & DIVERSIONS Pay Item Devratering Pay Unit Day END OF SECTION 169 August 29, 2022 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby deleted and replaced with the following: DESCRIPTION 212.01. This work consists of application of fertilizer, soil amendments, seedbed preparation, and placing seed and sod. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Engineer. Multiple seeding operations shall be anticipated as portions of the job site shall be seeded as they are completed in order to take advantage of the growing conditions and to comply with Section 208 and the remainder of this section. MATERIALS 212.02 Seed, Fertilizers, Soil Conditioners, Mycorrhizae, Elemental Sulfur, and Sod. (a) Seed. The seed mix identified for use on this project is: Common Name Western wheatgrass (Arriba, Barton, Rosana) Blue Grama (Hachital, Lovington) Sideoats Grama (Vaughn, Butte, Niner, El Reno, Haskell) Smooth Brome (Lincoln, Manchar) Sand dropseed Perennial Ryegrass (Calibra or Garibaldi tetraploid) Slender Wheatgrass (Pryor, Revenue, or San Luis) Alkaligrass (Fults II, Salt on Sea) Switchgrass (Nebraska 28, Blackwell) WB-cedar wheat or approved equivalent Pounds PLS/Acre 2.50 1.50 2.25 2.00 0.25 0.75 2.50 1.25 1.50 5.00 Total 19.50 Native grass and nurse crop seeding shall be done using the appropriate seed drill. Seed shall be delivered to the project site in sealed bags tagged by a registered seed supplier conforming to the requirements of the Colorado Seed Act, CRS 35-27-111(1). Seed used on the project shall not be in the Contractor's possession for more than 30 days from the date of pickup or delivery on the seed vendors packing slip. Bags which have been opened or damaged before Engineer inspection will be rejected. The State required legal tags shall remain on the bag until opened and the seed is placed in either the drill or 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 170 August 29, 2022 2 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (6) Pounds of Pure Live Seed (PLS) of each seed species (7) Total net weight in pounds of PLS in the sealed bag (8) Calendar month and year of test date Seeds shall be free from all noxious weed seeds per Colorado Seed Act (CRS 35-17) prohibited noxious weed seed list. Weed seed content shall not exceed the requirements in part 7.2 of the Colorado Department of Agriculture's Seed Act Rules and Regulations. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. Seed and seed labels shall conform to all current State regulations and to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. The Contractor shall store seed under dry conditions, at temperatures between 35°F to 90°F, under low humidity and out of direct sunlight. The Contractor shall provide the location of where seed is stored and access to stored seed locations to the Engineer. Seed stored by the Contractor for longer than 30 days will be rejected. (b) Organic Fertilizer. Soil in all areas to receive native seed shall be fertilized and conditioned as identified by the topsoil test recommendations specified in Section 207. 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 Weld County on grab samples of organic fertilizer delivered to the site to determine the reliability of bag label analysis and for ingredients which are injurious to plants. If a product of any supplier is found to consistently deviate from the bag level analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the Colorado State Board of Agriculture for appropriate action under the "Colorado Fertilizer Law". Fertilizer shall be supplied in one of the following physical forms: (1) A dry free -flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. (2) A homogeneous pellet, suitable for application by agricultural fertilizer spreader. Pellet size shall be 2-3 mm. Smaller may be allowed when Seeding (Native) Hydraulic is shown on the plans. (3) A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. 171 August 29, 2022 3 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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. Note: Hydraulic Growth Medium may be substituted for the fertilizer requirement if it meets or exceeds the CSU Soil Testing Laboratory's recommended fertilizer amounts. High N organic fertilizer chemical analysis shall conform to Table 212-1. Table 212-1 CHEMICAL ANALYSIS FOR HIGH N FERTILIZER Ingredient Range Test Method Nitrogen (N) (%) 6 -10 AOAC Official Method 993.13 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 Low N organic fertilizer chemical analysis shall conform to Table 212-2. Table 212-2 CHEMICAL ANALYSIS FOR LOW N FERTILIZER Ingredient Range Test Method Nitrogen (N) (1) 2-5 AOAC Official Method 993.13 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 Moisture content by weight Range < 6% (c) Compost (Mechanically Applied). Soil in all areas to receive native seed shall have compost applied as identified by the topsoil test recommendations outlined in Section 207. Compost shall be suitable for use in Erosion Log (Type 2) and permanent seeding applications. Compost shall not contain visible refuse, other physical contaminants, or substances considered harmful to plant growth. Compost shall be used per all applicable EPA 40 CFR 503 standards for Class A biosolids including the time and temperature standards. Materials that have been treated with chemical preservatives as a compost feedstock will not be permitted. Soil in all areas to receive native seed shall have compost applied as required by the CSU Soil Testing Laboratory recommendations. 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) 172 August 29, 2022 4 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Seal of Testing Assurance (STA) program. The Department will only accept STA approved compost that is tested per the USCC Test Methods for Examining of Composting and Compost (TMECC) manual. Verification tests may be conducted by Weld County on grab samples of compost delivered to the site to determine the gradation and physical properties. Testing may be done for indication of ingredients which are injurious to plants. Sampling procedures will follow the STA 02.01 Field Sampling of Compost Materials and 02.01-B Selection of Sampling Locations for Windrows and Piles. If a product is found to consistently deviate from the gradation and property analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the USCC. 1. Compost for permanent seeding soil conditioner locations onsite and application rates shall be as shown on the plans or at the rate recommended by the 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. Note: Hydraulic Growth Medium may be substituted for the composting requirement if it meets or exceeds the CSU Soil Testing Laboratory's recommended composting rates. Organic matter in compost shall be no more than 2 inches in length. , Compost (Mechanically Applied) for permanent seeding shall meet the gradation and physical properties as shown in Table 212-4 and Table 212-5. The Contractor shall provide a written explanation for compost tested parameters not within the acceptable requirements for review and consideration. The Contractor shall provide documentation from the composting facility confirming that the material has been tested per USCC TMECC. Table 212-4 Gradation for Permanent Seeding Compost Sieve Size Percent Passing Minimum Maximum Test Method 25.0 mm (1") 100 TMECC 02.02-B, "Sample Sieving for Aggregate Size Classification" 19.0 mm (3/4") 90 100 6,25 mm (1/4") ` 70 100 Note: Compost shall be from a producer that participates in the USCC STA program. 173 August 29, 2022 5 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Table 212-5 PROPERTIES FOR PERMANENT SEEDING COMPOST Compost Parameters Reported as Requirements Test Method pH pH units 60 - 8.5 TMECC 04.11-A Soluble Salts (Electrical Conductivity) dS/m (mmhos/cm) < 5.0 TMECC 04.10-A Moisture Content %, wet weight basis 25% - 50% TMECC 03.09-A Organic Matter Content %, dry weight basis pounds per cubic yard 20% - 50% >240 TMECC 05.07-A Carbon to Nitrogen Ratio (C:N) < 15:1 Man-made Inert Contamination (plastic, concrete, ceramics, metal, etc.) %, dry weight basis < 1% TMECC 03.08-A Stability (respirometry) mg CO2-C per g TS per day mg CO2-C per g OM per day 8 or below TMECC 05.08-B Select Pathogens and weed free (PASS/FAIL) Limits: Salmonella < 3 MPN/4 grams of TS, or Coliform Bacteria < 1000 MPN/gram Pass TMECC 07.01-B Fecal Coliforms, or 07.02 Salmonella Trace Metals (PASS/FAIL) Limits (mg kg -1. dm/ basis): Arsenic (As) 41, Cadmium (Cd) 39, Copper (Cu)1500, Lead (Pb) 300, Mercury (Hg) 17, Nickel (Ni) 420, Selenium (Se) 100, Zinc (Zn) 2800 Pass TMECC 04,06 Maturity (Bioassay) TMECC 05.05-A Percent Emergence %, (average) > 80% Relative Seedling Vigor %, (average) > 80% Use the STA Lab bulk density lb/cu ft as received, multiplied by organic matter % as received, multiplied by 27 to calculate pounds per cubic yard of organic matter. 2. Compost for Erosion Log (Type 2) shall meet the gradation and physical properties as shown in Table 212-6 and Table 212-7. Table 212-6 GRADATION FOR EROSION LOG (TYPE 2) COMPOST Sieve Size Percent Passing 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. 174 August 29, 2022 6 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 Conductivity) dS/m (mmhos/cm) < 5.0 TMECC 04.10-A Moisture Content %, wet weight basis < 60% TMECC 03.09-A Organic Matter Content %, dry weight basis 25% - 100% TMECC 05.07-A Man-made Inert Contamination (plastic, concrete, ceramics, metal, etc.) %, dry weight basis < 0.5% TMECC 03.08-A Stability (respirometry) mg CO2-C per g TS per day mg CO2-C per g OM per day N/A TMECC 05.08-B Select Pathogens and weed free (PASS/FAIL) Limits: Salmonella < 3 MPN/4 grams of TS, or Coliform Bacteria < 1000 MPN/gram Pass TMECC 07.01-B Fecal Coliforms, or 07.02 Salmonella Trace Metals (PASS/FAIL) Limits (mg kg -1, dw basis): Arsenic (As) 41, Cadmium (Cd) 39, Copper (Cu)1500, Lead (Pb) 300, Mercury (Hg) 17, Nickel (Ni) 420, Selenium (Se) 100, Zinc (Zn) 2800 Pass TMECC 04.06 Maturity (Bioassay) TMECC 05.05-A Percent Emergence %, (average) N/A Relative Seedling Vigor %, (average) N/A (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 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 and the HGM does not include enough fertilizer and soil conditioner to meet the recommendations, the recommended amounts of fertilizer and soil conditioner 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. 175 August 29, 2022 7 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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°F to ensure material is weed free. The Contractor shall provide a CTR with independent laboratory analysis per subsection 106.13. The use of mulch tackifier (Plantago Insularis or pre -gelatinized corn starch polymer) shall be per Section 213. It shall be used as a wetting agent at a rate of 30 pounds per acre. Biotic soil amendments shall provide a continuous and uniform cover. (e) Humate. The Contractor shall provide a screened dry granular form of organic humic and fulvic acid substance. Humate shall be pre-packaged and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacture's original label and sealed at the manufacturing facility. Humate shall be stored in locations not exceeding 80°F. Humate shall be provided per the rates shown on the plans. Product shall conform to the parameters in Table 212-8 and Table 212-9. Table 212-8 SCREENED SIZE REQUIREMENTS FOR HUMATE Seeding Method Reported as Requirement Seeding (Native) Drill, Hydraulic and Broadcast inches < 1/4 Table 212-9 PERFORMANCE AND PHYSICAL REQUIREMENTS FOR HUMATE Parameters Reported as Requirement Test Method Organic Matter %, dry weight basis >70% Fines (material that is finer than the No. 200 (75 -pm) sieve) %, dry weight basis <2% ASTM D7928 pH pH units 3.0 - 4.5 ASTM D1293 Acute Toxicity Pass / Fail Non Toxic ASTM 7101 or EPA Method 2021 or 2002 Humic and Fulvic Acids %, dry weight basis > 70% A & 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 per subsection 106.13. (f) Mycorrhizae. Mycorrhizae shall arrive onsite in original and undamaged packaging. Handling of this material shall follow manufacturer's safety recommendations. Mycorrhizae shall be stored onsite in 176 August 29, 2022 8 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 212-10: (1) Glomus intraradices (a.k.a. Rhizophagus intraradices) (2) Glomus mosseae (a.k.a. Funneliformis mosseae) (3) Glomus aggregatum (a.k.a. rhizophagus aggregatus) (4) Glomus etunicatum (a.k.a. Claroideoglomus etunicatum) Table 212-10 PHYSICAL REQUIREMENTS of ENDO MYCORRHIZAE Parameters Acute Toxicity Reported as Pass or Fail Requirement Non Toxic Test Method 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 per subsection 106.13. (9) 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. 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 212-11. Elemental sulfur shall arrive onsite in original and undamaged packaging. Table 212-11 PHYSICAL REQUIREMENTS FOR ELEMENTAL SULFUR Parameters Reported as Requirement Guaranteed Analysis of Elemental Sulfur (S) Bulk Density Lbs per cu. ft. > 90 > 75 The elemental sulfur application rate shall be at the rate specified on the plans or as recommended by CSU Soil Testing Laboratory. (h) Sod. Sod shall be nursery grown and 99 percent weed free. Species shall be as shown on the plans. The 1 percent allowable weeds shall not include undesirable perennial or annual grasses, or plants 177 August 29, 2022 9 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING defined as noxious by current State statute or county noxious weed list. Soil thickness of sod cuts shall not be less than Y. inch or more than 1 inch. Sod shall be cut in uniform strips with minimum dimensions of 18 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod proposed for use, which shall serve as a standard if approved. Sod furnished, whether in place or not, that is not up to the standard of the sample will be rejected. Weld County will reject all sod that was cut more than 72 hours before installation. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod and the date and time of cutting. The Contractor shall submit the certificate to the Engineer before application of the sod. Only sod that is accompanied by the certificate from the grower will be accepted and paid for. CONSTRUCTION REQUIREMENTS 212.03 Submittals. The Contractor shall provide the name and contact information of the seeding contractor 30 days before start of seeding work. The Contractor shall provide two copies of items (1) - (15) listed below 5 days before the Pre -Vegetation Conference per Section 207. (1) Written confirmation from the registered seed supplier, on the Contractor's letterhead, that the Contract specified seed has been secured. No substitutions of the contract specified seed will be permitted unless evidence is submitted, from one of the registered seed suppliers that the Contract specified seed is not available and will not become available during the anticipated construction period. (2) Seed vendor's "seed dealer" endorsement. (3) A copy of each seed species germination report of analysis that verifies the lot has been tested by a recognized laboratory for seed testing within 13 months before the date of seeding. (4) A copy of each seed species purity laboratory report of analysis that verifies that the lot has been tested by a recognized laboratory for seed testing. The report shall list all identified species, seed count, and date of test. (5) Manufacturer's documentation stating that the fertilizer meets the Contract requirements. (6) Organic fertilizer documentation showing manufacturer and chemical analysis. (7) Permit issued from CDPHE confirming that the vendor can produce or sell compost per House Bill (HB) 1181 (8) Documentation from the compost manufacturer that it is a participating member of in the U.S. Composting Council's Seal of Testing Assurance Program (STA). (9) Results of compost testing on an STA Compost Technical Data Sheet confirming all required test methods are met using the STA Program. (10) Sample of physical compost (at least one cubic foot of material). (11) Manufacturer's documentation confirming that biotic soil amendment meets the required physical and performance criteria based on independent testing by the manufacturer. (12) Manufacturer's documentation confirming that humate meets the required physical and performance criteria based on independent testing by the manufacture. 178 August 29, 2022 10 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (13) Manufacturer's documentation confirming that mycorrhizae meets the physical criteria based on independent testing and that the minimum required species is provided. (14) Pictures and descriptions of seeding equipment proposed to be used on the project. Based on the seeding methods required at a minimum this should include the drill seeder, hydraulic seeder, cultipacker or seed bed roller implements. (15) Instructions and documentation on how seeders will be calibrated onsite, per subsection 212.05(a). 212.04 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-12. Table 212-12 SEEDING SEASON TIMETABLE AND REQUIREMENTS Zone BE Spring Seeding ril 1. or spring thawoi to June Fall Seeding September 15th or until consistent grounc freeze(2)` (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. tonsistentgr`ound freeze" is the timer during the fall months in which the surface soil (tops " _ conditions, prevents burying 'the seed 14 inch through" normal drill, see ud shall not,ber sown, rilled, or planted when the: surface soil or,₹opsoil is. usted 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 Weld County: reseed, remulch, and repair areas which fail to produce species indicated in the Contract. If seeding is ordered by the Engineer outside the time periods listed above, the cost to repair areas that fail to produce species will be paid for by Weld County. 212.05 Native Seeding Methods. Areas to be seeded shall be installed per SWMP Permanent Stabilization Plan. All amendments shall be applied based on the seeding method and rates specified on the plans or recommended by the CSU Soil Testing Laboratory. All seed shall be done per the rates specified in the Specifications. The Contractor shall submit a proposed Permanent Stabilization Phasing Plan to the Engineer before the Pre- revegetation Conference for approval showing how the SWMP Permanent Stabilization Plans will be implemented to minimize traffic loading damage to subgrade soil prepared and seeded areas. The proposed sequencing shall consider and identify strategies and site management control measures to protect seeded areas from foot, vehicle, and other disturbances. The strategic planning of the permanent seeding and mulch shall consider all other phasing of construction activities including traffic management and utility work. Areas damaged due to the Contractor's failing to protect the seeded areas shall be repaired at no cost to Weld County. Seeded areas damaged due to circumstances beyond the Contractor's control shall be repaired and reseeded as ordered. Payment for corrective work, when ordered, shall be at the Contract prices shown and per subsection 109.04. The following seeding application methods shall not be implemented during winds which are consistently higher than 20 MPH, or when the ground is frozen, excessively wet, or otherwise untillable. The Engineer may test to see if the moisture level in the soil is acceptable to work the soil by performing a Soil Plasticity Test as described in the CDOT Construction Manual. Multiple seeding operations shall be anticipated, based on acceptable seeding conditions. The seeding methods to be implemented shall be one or more of the following, as shown on the plans: 179 August 29, 2022 11 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (a) Seeding (Native) Drill. 1. Soil Preparation. Slopes flatter than 2:1, shall be tilled into an even and loose seed bed 4 inches deep. Slopes 2:1 or steeper shall be left in a roughened condition. Slopes shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension and brought to the desired line and grade. Roll, rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas that can be planted within 24 hours after fine grading has been completed. No additional payment will be made if the Contractor has to complete fine grading or for fine grading more than one time. 2. Fertilizer, Compost, and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the topsoil using an agricultural spreader at the rate outlined in above. All competitive, non-native vegetation shall be uprooted and hauled offsite before spreading amendments. If SWMP Site Maps are not included in the Contract, the Contractor shall use the Grading or Roadway plan sheets. When compost and elemental sulfur is required, the Contractor shall homogenously incorporate the compost and elemental sulfur into the top 6 inches of topsoil. Tillage of the amendments shall be completed using a disc and harrow, field cultivator, vibra-shank, or other method suitable to site conditions. For small areas tillage shall be completed using rotary tillers. No measurable depth of organic amendment shall be present on the surface. The shanks on the back of a grader or dozer shall not be used for tillage. Tillage may take multiple passes to achieve the desired harmonious incorporation. If multiple passes are required, the Contractor shall cross till the soil with the second pass occurring at a 30 -degree angle to the first pass. On slope areas, all tillage shall be parallel to the contour. For projects that will utilize aggregate or recycled asphalt shouldering material amendments, tillage is not required under shouldering material. Projects seeding up to the edge of pavement, tillage is not required for first 12" from the edge of pavement. When fertilizers are required, the Contractor shall uniformly apply fertilizer on the surface of the topsoil using an agricultural spreader and then work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. When HGM is required, the HGM shall be mixed in the tank following the procedures outlined below: (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 before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. (5) Continue filling tank with water to approximately' full and begin adding bags of HGMs. (6) All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. 180 August 29, 2022 12 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (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. 3. Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using cultipacker or seed bed roller implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension per Section 207. Areas shall be left in a rough and uncompacted condition with a surface variance of 2 to 4 inches. 4. Seed and Mycorrhizae. Before seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be done within two days of seedbed preparation efforts (tilling or scarifying). If a rain event occurs that compacts or erodes the seedbed before performing seeding, the seedbed shall be re - prepared as directed by the Engineer. Areas shall be seeded by mechanical power drawn drills suitable for area soils, topography, and size followed by packer wheels. Mechanical power drawn drills shall have furrow openers and depth bands set to maintain a planting depth of at least '/< inch and not more than '/ 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) (2) (3) Measure the total width (VV) of the drill seeder in feet. Count the number of drill rows (N) on the seeder. On drill seeders that the tire drives the seeding mechanism, measure the tire circumference (C) in feet. 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 Reduce the amount of tire rotations by one tenth. .90R = # Tire rotations to calibrate seeder (RCS) Find the seeding rate (LBS PLS / Acre) on the Stormwater Management Plan. Using the information from the seed tag, convert the PLS seed rate to a bulk seeding rate using the following equations: 181 August 29, 2022 13 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING % 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. 5. Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. When 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 before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. (5) Continue filling tank with water to approximately' full and begin adding bags of HGM. (6) All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. (7) Fertilizer and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. (8) Add seed and/or other amendments to slurry as required. (9) Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. 182 August 29, 2022 14 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, 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. Mycorrhizae granules shall be included with the seed in the drill seeder such that the mycorrhizae is placed at or below the seed. The distance between furrows produced using the drill shall not be more than 8 inches. If rows on the drill exceed 8 inches, the Contractor shall drill the areas twice (if achievable at 30 -degree angles to each other) at no additional cost to Weld County. After seeding, the furrows that were created by the drill shall be maintained in place. Construction traffic, other than what is needed to mulch the areas, shall not be permitted on the areas completed. Permanent stabilization mulching shall be accomplished within 24 hours of drill seeding. (b) Seeding (Native) Hydraulic. Hydraulic seeding shall not be allowed unless approved in advance by the Engineer. If hydraulic seeding is approved, it shall be completed at twice the rate specified in the Contract at no additional cost to the project. If hydraulic seeding is approved, the hydraulic seeding shall be completed as outlined below. This method utilizes water as the carrying agent and mixes biotic soil amendments, seed, organic fertilizer, humates, mycorrhizae and elemental sulfur into a single slurry for hydraulic application. The Contractor shall furnish and place combined slurry with a hydro -seeder that will maintain a continuous agitation and apply homogenous mixture through a spray nozzle. The pump shall produce enough pressure to maintain a continuous, non -fluctuating spray that will reach the extremities of the seeding area. Water tanks shall have a means of measuring volume in the tank. Seed shall be added to the slurry onsite, no more than 60 minutes before starting application. Slurry shall be applied from a minimum of two opposing directions to achieve complete soil coverage. The application of the single slurry shall be applied within four hours of adding Mycorrhizae. 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. Seedbed Preparation. All areas shall be loosened to at least 6 inches, leaving the surface in rough condition with a surface variance of 6 to 8 inches. On steep slopes, tillage shall be accomplished with appropriate equipment as the slope is constructed. Soil areas shall be tilled to produce loose and friable surfaces with crusted hard soils broken up. All slopes shall be free of clods, sticks, stones, debris, concrete, asphalt and all other materials in excess of 4 inches in any dimension. All competitive, non-native vegetation shall be uprooted and hauled offsite before spreading amendments. Under no circumstances shall the ground surface be smooth and compacted. 2. Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. When these items are required, they shall be mixed according to the process outlined below. 183 August 29, 2022 15 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 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 before adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. (5) (6) (7) (8) (9) Continue filling tank with water to approximately'/. full and begin adding bags of HGM. All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. Fertilizer and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. Add seed and/or other amendments to slurry as required. Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. Hydraulic seeding equipment shall include a pump capable of being operated at 100 gallons per minute and at 100 pounds per square inch pressure. The equipment shall have a nozzle adaptable to hydraulic seeding requirements. Storage tanks shall have a means of estimating the volume used or remaining in the tank. Seed shall be added to the slurry onsite no more than 60 minutes before starting application. The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) by 2 times at no additional cost to Weld County. The Contractor may be required to apply slurry using multiple hoses to ensure uniform application to all areas of the site. Coverage rates shall be based on the volume of material in the tank, as verified by the Engineer. Areas of lighter applications (covering more area than what is calculated) will require additional application, as directed at no additional cost to the County. An appropriate curing period shall be per manufacturer's recommendations and shall consider forecasted weather conditions. Permanent stabilization mulching shall be accomplished within 24 hours of hydraulic application of native seed. (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. 184 August 29, 2022 16 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING 1. Fertilizing, Compost, Humate and Elemental Sulfur. When 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 before spreading amendments. 2. Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using tractor implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension per Section 207. Areas shall be left in a rough condition with a surface variance of 2 to 4 inches. Under no circumstances shall the ground surface be smooth and compacted. 3. Seed and Mycorrhizae. Before seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be accomplished within two days of seedbed preparation efforts (tilling or scarifying) to make additional seedbed preparation unnecessary. If a rain event occurs that compacts or erodes the seedbed before performing seeding, the seedbed shall be re -prepared as directed. Areas shall be seeded by broadcast -type seeders (cyclone or approved mechanical seeders). The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) as shown on the plans by 2 times at no additional cost to Weld County. After seeding, mycorrhizae shall be evenly hand -distributed across the area. Seed and mycorrhizae shall be covered by hand raking and covering with 'A to 'A 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 per SWMP Interim Site Maps or as directed by the Engineer. Temporary seeding may take place at any time during the year as long as the ground is not covered in snow and topsoil is not frozen. Topsoil may be placed in a stockpile or distributed on -grade after receiving subgrade soil preparation. Interim stabilization for areas that receive temporary seeding shall be per subsection 208.04(e((2(. Seed shall not be included with interim hydraulic mulch applications. The Contractor shall wait to amend topsoil until the area is ready for permanent seeding with native seed mix shown on the SWMP. The Contractor shall use either the drill, hydraulic, or broadcast method of seeding. Seeding rates (LBS PLS / Acre) shall be increased by 2 times for hydraulic and broadcast methods at no additional cost to Weld County. Seed shall meet the requirements of 212.02(a) and shall be selected from Table 212-13 based on the application time. 185 August 29, 2022 17 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Table 212-13 Temporary Seed Mixes Common Name Oats Foxtail Millet Botanical Name Avena sativa Setaria italica Application Time October 1 - May 1 May 2 - September 30 Seeding Rates ( LBS PLS/Acre) 35 30 Planting Depth (inches) 1-2 1/2 - 3/4 The Contractor shall restrict motorized vehicle and foot traffic from areas that have received temporary seeding. 212.07 Seeding (Lawn). Lawn grass seeding shall be accomplished in the seeding seasons per subsection 212.03. (a) Fertilizing and Soil Conditioning. The first application of fertilizer, soil conditioner, or both shall be incorporated into the soil immediately before seeding, and shall consist of a soil conditioner, commercial fertilizer, or both as designated in the Contract. Fertilizer shall be applied at the rate recommended by the Soil Testing Laboratory and shall be worked into the top 4 inches of soil. Biological nutrient, culture, or humate based material shall be applied at the rate recommended by the Soil Testing Laboratory and shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. The second application of fertilizer shall consist of a fertilizer having an available nutrient analysis of 20- 10-5 applied at the rate of 100 pounds per acre. It shall be uniformly broadcast over the seeded area three weeks after germination or emergence. The area shall then be thoroughly soaked with water to a depth of 1 inch. Fertilizer shall not be applied when the application will damage the new lawn. (b) Seedbed Preparation. In preparation of seeding lawn grass, irregularities in the ground surface, except the saucers for trees and shrubs, shall be removed. Measures shall be taken to prevent the formation of low places and pockets where water will stand. Immediately before seeding, the ground surface shall be tilled, or hand worked into an even and loose seedbed to a depth of 6 inches, free of clods, sticks, stones, debris, concrete, and asphalt in excess of 2 inches in any dimension and brought to the desired line and grade. (c) Seeding. Seed shall be drilled with mechanical landscape type drills. Broadcast type seeders or hydraulic seeding will be permitted only on small areas not accessible to drills. Seed shall not be drilled or broadcast during windy weather or when the ground is frozen or untillable. 212.08 Sodding. (a) Fertilizing and Soil Conditioning. Before laying sod, the 4 inches of subsoil underlying the sod shall be treated by tilling in fertilizer, compost, or humates as recommended by the Soil Testing Laboratory. Amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. After laying the sod, it shall be fertilized with a fertilizer having a nutrient analysis of 20-10-5 at the rate of 200 pounds per acre. Fertilizer shall not be applied when the application will damage the sod. 186 August 29, 2022 18 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING (b) Soil Preparation. Before sodding, the ground shall be tilled, or hand worked into an even and loose sod bed to a depth of 6 inches, and irregularities in the ground surface shall be removed. Sticks, stones, debris, clods, asphalt, concrete, and other material more than 2 inches in any dimension shall be removed. Depressions or variances from a smooth grade shall be corrected. Areas to be sodded shall be smooth before sodding occurs. (c) Sodding. Sod shall be placed by staggering joints with all edges touching. On slopes, the sod shall run approximately parallel to the slope contours. Where the sod abuts a drop inlet, the subgrade shall be adjusted so that the sod shall be 1-'/ inches below the top of the inlet. Within one hour after the sod is placed and fertilized it shall be watered. After watering, the sod shall be permitted to dry to the point where it is still wet enough for effective rolling. The Contractor shall roll the sod in two directions with a lawn roller capable of applying between 50 - 80 pounds per square inch of surface pressure to eliminate air pockets. METHOD OF MEASUREMENT 212.09. The quantities of lawn seeding, and the three native seeding types will not be measured but shall be the quantities designated in the Contract, except that measurements will be made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. The quantity of sod will be by the actual number of square feet, including soil preparation, water, fertilizer, and sod, completed and accepted. Fertilizer, compost, elemental sulfur, humates, and mycorrhizae soil amendments for Seeding (Native) methods drill, hydraulic, and broadcast will not be measured separately but shall be included in the work unless they are identified as separate pay items in the 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. Measurement for acres will be by slope distances. Hydraulic Growth Medium shall be measured by the actual quantity in pounds of material applied and accepted. BASIS OF PAYMENT 212.10. The accepted quantities of lawn seeding, native seeding, soil conditioning, and sod will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Rejected seed that has been stored longer than 30 days shall be re -ordered at the expense of the Contractor. Topsoil preparation including incorporating and applying amendments, seedbed preparation, water, and seed mix (LBS PLS/Acre) will not be measured and paid for separately but shall be included in the work. Calibrating, adjusting, or readjusting seeding or fertilizing equipment will not be measured and paid for separately but shall be included in the work. No additional cost will be accepted for approved substitution of specified seed mix. Additional seedbed preparation before seeding to correct compaction or erosion from storm events will not be measured and paid for separately but shall be included in the work. 187 August 29, 2022 19 SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Additional mobilizations as needed to complete seeding within allowed seeding seasons will not be measured and paid for separately but shall be included in the work. Removal of all competitive, non-native vegetation before spreading amendments will not be measured and paid for separately but shall be included in the work. Unless specifically identified as separate pay items in the 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. Payment will be made under: Pay Item Organic Fertilizer Compost (Mechanically Applied) Biotic Soil Amendments (Hydraulic Applied) Biotic Earth Black (HGM) Humate Mycorrhizae Elemental Sulfur Seeding (Native)(Drill) Seeding (Native)(Hydraulic) Seeding (Native)(Broadcast) Seeding (Wetland)(Drill) Seeding (Wetland)(Hydraulic) Seeding (Wetland)(Broadcast) Seeding (Temporary) Seeding (Lawn) Sod Soil Conditioning (Fertilizer) Soil Conditioning (Compost) Soil Conditioning (Elemental Sulfur) Biotic Soil Amendments (Biotic Earth Black) Pay Unit Pound, Acre Cubic Yard, Acre Pound Acre Pound Pound Pound, Acre Acre Acre Acre Acre Acre Acre Acre Acre Square Foot Acre END OF SECTION Acre Acre Pounds 188 August 29, 2022 REVISION OF SECTION 213 MULCHING Section 213 of the Standard Specifications is hereby revised for this project as follows: Subsection 213.04, paragraph 2 shall be deleted and replaced with the following: The quantity of hydro -mulch and tackifier will not be measured separately but shall be included in the measurement for seeding. Subsection 213.05 shall include the following: Mulching (Hydro -mulch with Tackifier) shall be considered incidental to the Seeding (Native) pay item. END OF SECTION 189 August 29, 2022 REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby deleted for this project and replaced with the following: Subsection 216.01 shall be deleted and replaced 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). Table 216-2 shall be deleted and replaced with the following: Table 216-2 PERFORMANCE REQUIREMENTS FOR SOIL RETENTION BLANKET - PHOTODEGRADABLE OR BIODEGRADABLE BLANKETS Product Class Slope Application "C" Factor' ASTM D 6459 Channel Application Permissible Shear Stress2 (Un-vegetated) ASTM D 6460 Minimum Tensile Strength ASTM D 6818 2 ≤ 0.10@3:1 < 0.10@3:1 2.00 lbs/sf 2.25 lbs/sf 100 lbs/ft 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 toss when it is installed on a bare soil channel. Failure is defined as 14 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: Before installation, topsoil shall be placed and amended with soil conditioning per Section 207 and Section 212. Then one-half of the specified seed shall be applied by hand broadcasting at the broadcast rate and raked into the soil per Section 212. After installation, the TRM shall be covered with 0.5 inches of topsoil per Section 207. After the topsoil has been placed, the remaining one-half of the seed shall be hand broadcast at the broadcast rate and raked into the soil per Section 212. Table 216-4 shall be deleted and replaced with the following: 190 August 29, 2022 2 REVISION OF SECTION 216 SOIL RETENTION COVERING Table 216-4 PERFORMANCE REQUIREMENTS FOR TURF REINFORCEMENT MAT Specification Product Name', andLok 450 Pyr rarnat w Pyrarnat 75 Thickness ASTM D-6525 (in) Tensile Strength ASTM D-6818 (jbslft) Elongation ASTM D-6818 (%) Resit( er cy ASTM D-6524 (%) Flexibility ASTM D-6576 (in -lb) UV Resistance % Retained 1,000 Hours ASTM D-4355 Velocity (Vegetated) (ft/sec) Permissible Shear Stress (Vegetated) ASTM D 6460 (lbe/ft2) Manning's n (Unvegetated) Seeding Emergence ASTM. 0-7322 (%) 0.50 0.30 0.40 425 x 350 50 3200 x 3000 30x30 x 35Q0 40x35 90 70. i0 0.026 0.195 0.534 80 90 18 0 0.025 22 14 0.028 25 6 0.028 409 Roll Sizes (ft x ft) 8x 140 16x140 16 x 348.75 8.5 x 120 15x120 Notes: ' In the event that the product name is hot called out in the plans, Pyram installed. 2 Approved equivalent products may be used if approved by the Enginee Heel or exceed,all spermcations ltsted,above. ermissible s ear stress is the;minimurri shearstress that a product mt ally vegetated' annel without physical damage or excess soil toss. " E luring a "30 -minute flow event in large scale.teating. 75 or approved equivalent An approved equivi be able to sustain ire is defined as 8.5 x 120 15 x 120 Subsection 216.02(c), paragraph 1 shall be deleted and replaced 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: Pan Item Pan Unit Soil Filled Turf Reinforcement Mat (Class 3) Soil Retention Blanket )Straw-Caconut)(Biodegradable Class Square Yard Square Yard 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. Overlap and waste of soil retention materials will not be measured and paid for separately but shall be included in the work. Staples will not be paid for separately but shall be included in the work. END OF SECTION 191 August 29, 2022 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 be revised to include the following: This work consists of furnishing and placing aggregate base course as shouldering material adjacent to the edges of pavement as designated in the plans. Equipment used in grade control of the base course shall be rubber tired or soft track to protect against gradation breakdown. A steel tracked dozer shall not be used for grade control. Pneumatic and/or steel wheel vibratory rollers shall be used to achieve compaction of the aggregate base course. Subsection 304.02 shall be revised to 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. Subsection 304.03 shall be revised to include the following: Commercial Mineral Fillers will not be allowed in Aggregate Base Course (Class 6). Subsection 304.04 shall be revised to 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. Any roadway and/or shoulder damage shall be removed by milling 2 inches of material from the roadway and replacing it to the nearest longitudinal or transverse joint at no additional cost to the Department. Subsection 304.06, paragraph 3 shall be deleted and replaced with the following: Shouldering material shall be compacted initially after placement with approved rubber -tired equipment. Shouldering material shall be wetted to achieve proper moisture content and shall achieve a compacted density of at least 95% of the modified proctor maximum density value. A water truck and or loaded bucket loader can be used for wheel rolling compaction on shoulder material. A heavy plate tamper may be needed. 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 be revised to include the following: Payment will be made under: 192 August 29, 2022 2 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Pay Item Aggregate Base Course (Shouldering) Aggregate Base Course (Surface Gravel) Aggregate Base Course (Class 6) Pay Unit Ton, Cubic Yard Ton, Cubic Yard Ton, Cubic Yard 193 August 29, 2022 3 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE 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 Surface Gravel Standard (mm) Mesh (in) Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 150.00 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 50-90 95-100 12.50 '/ 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 O.07 No. 200 3-15 3-15" 20 Max. 3-12 3-15 3-12 5-15 4-15 Plasticity Index 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 4-12 LA wear test (T96) 50 Max. 50 Max. 40 Max. NOTE: Class 3 material shall consist of bank or pit run material END OF SECTION 194 August 29, 2022 REVISION OF SECTION 306 RECONDITIONING Section 306 of the Standard Specifications is hereby revised for this project as follows: Subsection 306.01 shall be revised to include the following: This work is to help minimize possible earthwork settlements and to provide consistency in the subgrade material. The work areas shall be those contained within the roadway prism and located within 2 feet of the top of subgrade (bottom of aggregate base course elevations, as indicated on the Plans. A general description of the activities to be included within this work item follows: (1) Complete clearing/grubbing, removals, and topsoil stockpiling to establish top of existing subgrade elevations. (2) Any areas which require cuts to get to the designed top of subgrade elevations will require the top two feet of subgrade soils to be reconditioned. (3) Any areas which require fills of less than two feet to get to the designed top of subgrade elevations will require the top two feet of subgrade soils to be reconditioned. (4) Any areas which require fills of greater than two feet do not require subgrade soils reconditioning. (5) The two feet reconditioning areas shall be brought up to design top of subgrade elevations in equal lifts not to exceed 8 inches in depth. Each lift shall be tested for proper moisture and compaction requirements before proceeding with the next lift. (6) After the final top lift of subgrade material has been placed, all areas located within the roadway prism Subsection 306.02 shall be deleted and replaced with the following: 306.02. The top 2 feet of the existing subgrade shall be reconditioned by blading and rolling. Sufficient water shall be added to meet the density requirements as specified in the Contract. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested for smoothness and density before the application of any base course material. Where asphalt -surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 foot. All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the Department. The surface shall be satisfactorily maintained until base course has been placed. When working with fine-grained embankment materials, the Contractor shall be required to properly blend and break down dirt clumps and clods before commencing with moisture conditioning and compaction. After placement of a loose thickness of embankment materials, the Contractor shall utilize a disc harrow with minimum blade diameter of 16", pulled behind a rubber -tire tractor. This equipment shall be utilized to produce well - blended and uniform embankment materials. Road grader or dozer rippers are not an adequate substitution for the disc harrow. After the embankment lift has been adequately blended, as determined by the Inspector, moisture conditioning, compaction, and grading of the lift can follow. Section 306.04 of the Standard Specifications shall be deleted and replaced with the following: Reconditioning will not be measured and paid for separately but shall be included in the work. Water will not be measured and paid for separately but shall be included in the work. END OF SECTION 195 September 20, 2022 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a) shall be revised include the following: (1) The job -mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County before construction. Subsection 401.02(b) shall be revised to include the following: Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum binder replacement of 20 percent for all lifts, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances, and must meet the uniformity requirements as outlined below. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual per CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined per 1B or 1C, below, or alternatively, a minimum of five samples of the Contractor's RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164, Method A or B, or per 1C below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the following equation: Total Binder Replaced = (A x B) x 100/E Where: A = RAP % Binder Content * B = RAP % in Mix E = Total Effective Binder Content * * in decimal format (i.e., 2% is 0.02) The Total Binder Replaced by the binder in the RAP shall not exceed 20 percent of the effective binder content of either the mix design or the produced mix. The use of RAP shall be controlled per subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Process Control (PC) Plan that details how the RAP will be processed and controlled. The PC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined per CP-L 5120, provided a RAP AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined per CP-L 5120: Frequency: 196 September 20, 2022 2 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL 1/1000 tons of processed RAP material (minimum five tests) B. Alternative Control of RAP Binder Content. The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP PC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used. C. Control of RAP Gradation (CP31 or AASHTO T-30): Frequency: 1/1000 tons of processed RAP material (minimum three tests) D. Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available, along with RAP AC extraction testing laboratory reports, to the Engineer upon request. 2. The processed RAP must be 100 percent passing the 31.5 mm (1% inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters per the following: UNIFORMITY* Parameter Standard Deviation Binder Content 0.5 Percent Passing 19 mm (00") 4.0 Percent Passing 12.5 mm (04") 4.0 Percent Passing 9.5 mm (W) 4.0 Percent Passing 4.75 mm (#4) 4.0 Percent Passing 2.36 mm (#8) 4.0 Percent Passing 600 µm (#30) 3.0 Percent Passing 75 µm (#200) 1.5 *Uniformity is the Maximum allowable Standard Deviation of test results of processed RAP. 3. If RAP millings generated are incorporated in the same project, per CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix. Subsection 401.17, paragraph 1 shall include the following: 197 September 20, 2022 3 REVISION OF SECTION 401 PLANT MIX PAVEMENTS — GENERAL 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. Subsection 401.17 shall be revised to include the following: Pneumatic tire rollers shall not be used on SMA pavement. Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks. END OF SECTION 198 August 29, 2022 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.01 shall be revised to include the following: The HMA acceptance testing for this project shall be the gradation testing procedures per the CDOT Field Materials Manual. All mix designs shall be submitted per the following: (a) Contractor HMA Mix Designs. All HMA mix designs shall follow CP 52 including a completed Form 429 in the submittal package and any time a new HMA mix design is submitted. (b) Approval of HMS Mix Designs. All HMA mix designs will be approved following CP 54. Contractor coordination and communication with the Engineer and/or the Engineer's Representative is mandatory for the acquisition of all materials needed for verification testing. Mix design shall not be approved or used on the project when the verification process has not been satisfactorily completed and a Form 43 has been approved. (c) Sampling of all materials shall be performed in the presence of the Engineer and/or the Engineer's representative. All material required in the submitted mix design package shall be collected the same day and in the same location during the scheduled sampling and pickup time. Submitted mix(es) oil samples, in an approved container(s), shall be provided to the Engineer and/or the Engineer's representative at the scheduled sampling and pickup time. HMA Check Testing Program. The HMA Check Testing Program (CTP) shall follow CP 13. Sample splits of the HMA used for the CTP shall be taken in the presence of the Engineer and/or the Engineer's Representative. The sample splits shall follow: (1) Samples shall be from the same batches, loads, or trucks. (2) Batch tickets shall be submitted to the Engineer's Representative at the time of sampling. Failure to provide batch tickets at the time of sampling shall result in the rejection of the sample from the CTP. The CTP shall start over or Owner Acceptance test results will be used without dispute or challenge from the Contractor or subcontractor during the course of HMA paving operations. (3) CTP samples shall be from the same mix design that was submitted for the Engineer's review and acceptance. The Engineer shall not approve any CTP samples that are not from the HMA mix design which has been submitted for their review and acceptance. (4) An oven correction mix shall be prepared for the OA lab a minimum of 2 weeks before the CTP scheduled dated for all mix designs that are to be used in the CTP. Subsection 403.02 shall be revised to include the following: The design mixes for hot mix asphalt shall conform to the following: 199 August 29, 2022 2 REVISION OF SECTION 403 HMA DESIGN MIX PROPERTIES Table 403-1 HMA MIX DESIGN PROPERTIES Property Test Method Value for Grading SX (PG 64 — 28) S (PG 76 —28) S (PG 64 —22) SG (PG 64 —22) Patching Air Voids, percent at: N (design) .: CPL 5115 3.5 -`4.5 3.5 — 4.5 3.5 — 4.5 3.5 — 4.5 3.5 — 4.5 Lab Compaction (Revolutions): N (design) CPL 5115 100 100 100 100 100 Stability, minimum 51O6 30 30 30 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% 60% 90% 60% Mechanically Induced fractured faces, % minimum* Accelerated Moisture CPL Susceptibility Tensile 5109 80 80 80 80 80 Strength Ratio (Lottman), minimum Method B Minimum Dry Split CPL Tensile Strength, kPa 5109 205 (30) 205 (30) 205 (30) 205 (30) 205 (30) (psi) Method B Grade of Asphalt Cement, Top Layer PG 64-28 PG 76-28 Grade of Asphalt Cement, Layers below Top PG 64-22 PG 64-22 PG 64-22 PG 64-22 Voids in the Mineral Aggregate (VMA) °A) minimum CP 48 See Table 403-2 See Table 403-2 See Table 403-2 See Table 403-2 See Table 403-2 Voids Filled with Asphalt (VFA), Al MS -2 65-75 65-75 65-75 65-75 65-75 Dust to Asphalt Ratio 0.6-1.2 0.6-1.2 0.6-1.2 0.6-1.2 0.6-1,2 Fine Gradation Coarse Gradation CP 50 0.8 —1.6 0.8 -1.6 0.8 —1.6 0.8 -1.6 0.8 —1.6 Notes: Al MS -2 = Asphalt Institute Manual Ser es 2 Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of 3/4" to 3/8" are considered a coarse gradation if they pass below the maximum density line at the #8 screen. Gradations for mixes with a nominal maximum aggregate size of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the #16 screen. *Fractured face requirements for SF may be waived by RME depending on project conditions. 200 August 29, 2022 3 REVISION OF SECTION 403 HMA DESIGN MIX PROPERTIES 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 Maximum Size*, mm (inches) ***Design Air Voids ** 3.5% 4.0% 4.5% 5.0% 37.5 (114) 11.6 11.7 11.8 25.0 (1) 12.6 12.7 12.8 N/A 19.0(x4) 13.6 13.7 13.8 12.5 (%) 14.6 14.7 14.8 9.5 (%) 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 be a virgin mix and 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 per 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 plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. If liquid anti -stripping additive is added at the plant, an approved in -line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti -stripping additive. Subsection 403.05 shall be deleted and replaced with the following: 201 August 29, 2022 3 REVISION OF SECTION 403 HMA DESIGN MIX PROPERTIES 403.05 The accepted quantities of hot mix asphalt will be paid for per subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Hot Mix Asphalt (Grading S)(100)(PG 64-28) Hot Mix Asphalt (Grading S)(100)(PG 64-22) Hot Mix Asphalt (Grading SX)(100)(PG 64-28) Pay Unit Ton 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 per 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, 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 202 August 29, 2022 REVISION OF SECTION 411 BITUMINOUS MATERIALS Section 411 of the Standard Specifications is hereby revised as follows: Subsection 411.05 shall be revised to include the following: Bituminous materials will not be measured and paid for separately but shall be included in the unit prices bid for Hot Mix Asphalt (Grading SX)(100)(PG 64-28), and Hot Mix Asphalt (Grading S)(100)(PG 64-22). END OF SECTION 203 August 29, 2022 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Sections 412 and 705 of the Standard Specifications are hereby revised for this project as follows: Subsection 412.01 shall include the following inserted prior to the first sentence. Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, Project Special Provisions, or the CDOT Specifications, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall request the County's determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. 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 per Sections 106.06(a) and 601.02. The strength of the concrete shall 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 105-11). 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 shall 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: 412.04 Proportioning. Proportioning shall conform to the requirements below. (a) The maximum allowable amount of Fly Ash shall be 20%. Class F fly ash shall be used. Cement shall be Type I -II or Type IL. (b) Proportioning shall conform to the requirements of subsection 601.05 in addition to the requirements below: (1) Mixture Proportions (i) Composition. Concrete shall be composed of cementitious material, water, fine and coarse aggregates, and admixtures. Supplementary Cementitious Materials (SCM) choice and usage shall be per Section 601 of the Specifications. The total cementitious material content shall be at least 520 LB/CY. Admixtures shall 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 shall 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; 204 August 29, 2022 2 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT 3. Coarse aggregate quality test results, including deleterious materials; 4. Fine aggregate quality test results; 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 shall produce a range of strengths encompassing that required on the project, shall be used. The maximum allowable water -cement ratio shall be per Table 601-1 of the Specifications. Laboratory trial mixtures shall be proportioned for maximum permitted slump and air content. (2) Trial Mixture Studies Separate sets of trial mixture studies shall be made for each combination of cementitious materials and each combination of admixtures proposed for use. No combination of either shall 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. If the Contractor is manufacturing these mixes and they are not on the CDOT approved mix design list (APL), separate trial mixture studies shall be made for concrete for each placing method (slip form, fixed form, or hand placement) proposed. The temperature of concrete in each trial batch shall be reported. Each mixture shall 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 shall 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 per ASTM C 192/C 192M, using 6" x 6" steel beam forms and 6" x 12" single -use cylinder forms. 205 August 29, 2022 3 REVISION OF SECTION 412 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 per ASTM C 78, cylinders per 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: (I) 3 -day flexural strength (ii) 7 -day flexural strength (iii) 14 -day flexural strength (iv) 28 -day flexural strength (v) 3 -day compressive strength (vi) 7 -day compressive strength (vii) 14 -day compressive strength (viii) 28 -day compressive strength 6. From these graphs, select a water -cement blend that shall produce a mixture giving a 28 - day flexural strength equal to or greater than 700 psi for laboratory mix designs and 650 psi for production mix designs. 7. Using the above -selected water -cement blend, select from the graphs the expected 3 -day, 7 -day, 14 -day, 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: (i) Ratio of the 14 -day compressive strength of the selected mixture to the 28 -day flexural strength of the mixture (for acceptance). (ii) 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 shall be made using the new materials and new Correlation Ratios shall be determined. 10. No concrete pavement shall be placed until the Engineer has approved the Contractor's mixture proportions. The approved water-cementitious materials ratio shall not exceed the maximum value of 0.44 and shall not be increased without the County's written approval. 206 August 29, 2022 4 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT (4) Average CQC Flexural Strength Required for Mixtures To ensure meeting the strength requirements specified above, during production, the mixture proportions selected during mixture proportioning studies and used during construction shall produce a required average CQC flexural strength exceeding the specified strength, R, by the amount indicated below. This required average CQC flexural strength, Ra, shall be used only for CQC operations as specified above and as specified in the previous paragraph. During production, the required Ra shall be adjusted, as appropriate and as approved, based on the standard deviation of equivalent 28 -day strengths being attained during paving. From Previous Test Records: Where a concrete production facility has previous test records current to within 18 months, a standard deviation shall be established per the applicable provisions of ACI 214R. Test records from which a standard deviation is calculated shall represent materials, quality control procedures, and conditions similar to those expected, shall represent concrete produced to meet a specified flexural strength or strengths within 50 psi of the 28 -day flexural strength specified for the proposed work, and shall consist of at least 30 consecutive tests. Perform verification testing, as directed by the Contracting Officer, to document the current strength. A strength test shall be the average of the strengths of two specimens made from the same sample of concrete and tested at 28 days. Required average CQC flexural strength, Ra, used as the basis for selection of concrete proportions shall be the value from the equation that follows, using the standard deviation as determined above: Ra = R + 1.34S Where: S = standard deviation R = specified flexural strength (minimum 650 psi) Ra = required average flexural strength Where a concrete production facility does not have test records meeting the requirements above but does have a record based on 15 to 29 consecutive tests, a standard deviation shall be established as the product of the calculated standard deviation and a modification factor from Table 412-01. TABLE 412-01 MODIFICATION FACTOR FOR CONCRETE PRODUCTION FACILITIES WITH CONSECUTIVE TESTS Number of Tests Modification Factor for Standardl Deviation.; 15 1.16 20 1.08 25 1.03 30 or more 1.00 Without Previous Test Records: When a concrete production facility does not have sufficient field strength test records for calculation of the standard deviation, the required average strength, Ra, shall be determined by adding 15 percent to the specified flexural strength, R. 207 August 29, 2022 5 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Consolidation Testing: The provisions relating to the frequency and amplitude of internal vibration shall 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 shall be required. Referee testing of hardened concrete shall be performed by cutting cores from the finished pavement after a minimum of 24 hours for curing. Density determinations shall be made based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. Failure to meet the above requirements shall 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 shall be employed so that the density of the hardened concrete as indicated by further referee testing shall conform to the above -listed requirements. All failing concrete shall be removed and replaced. Subsection 412.07(b), paragraph 1 shall be revised to include the following: The slip -form method shall be used for the majority (65% or more) of all mainline concrete paving. The Contractor's slip -form concrete paving machine shall be capable of paving a minimum width of 16 feet. The Contractor shall submit to the County the specific equipment capabilities for review, prior to any concrete paving being placed. Subsection 412.10 shall be revised to include the following: A material transfer device shall be used when placing manual poured sections of PCCP. Concrete placed in areas that result in panels less than 12 feet by 15 feet or panels that are oddly shaped (i.e., not rectangular) shall be reinforced with welded wire mesh that conforms to Section 709.04 of the Weld County Special Revisions. Subsection 412.13(b)(1) shall be revised to include the following: When 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: 1. Each 2,500 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. 2. 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. 3. Further failure to consolidate the concrete over the tie -bars shall be justification to preclude the use of the automatic tie -bar insertion for the remainder of the project. Subsection 412.14 references to "curing compound" shall be deleted and replaced with "curing and sealing compound for highway use". Subsection 412.14, paragraph 1 shall be revised to include the following: 208 August 29, 2022 6 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT The "curing and sealing compound" shall be submitted to the Engineer for review and approval at least 14 days prior to its use. Subsection 412.16, paragraph 2 shall be revised to include the following: All concrete cores shall be the full depth of the concrete thickness. All concrete cores shall be repaired using a non -shrink grout such as HD -50 or approved equivalent. The non -shrink grout shall be mixed with 3/8 inch pea gravel when the dimension in any direction exceeds 2 inches. The non -shrink grout mixture shall be placed in the empty core hole. The mixture shall be vibrated to assist with consolidation of the material. The mixture shall be domed above the top of the adjacent pavement surface a minimum of 1/8 inch. After the mixture has cured for a minimum of 24 hours, the Contractor shall grind each filled core smooth to the same level as the top of adjacent pavement surface. Subsection 412.21(a), paragraph 5 shall be deleted and replaced with the following: The lower tolerance limit (TL) for pavement thickness shall be Plan Thickness (PT). There shall be no incentive/disincentive payment 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 at no cost to the Department. Subsection 412.23, paragraph 1 shall be deleted and replaced with the following: The quantities of concrete pavement to be paid for under these items shall be the number of square yards completed and accepted. The width of measurement shall 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 where called for, or as otherwise directed by the Engineer in writing. The length shall 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 shall not be measured and paid separately but shall be included in the work for Concrete Pavement. 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. (a) 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. (b) The PCCP shall be inspected by County staff on a 6 -month basis during 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 shall then meet to finalize the list of deficiencies to be addressed, the 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. (c) 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. 209 August 29, 2022 7 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT 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. (d) 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 412.24, paragraph 8 shall be deleted and replaced with the following: Incentive and Disincentive Payments (I/DP) will not be made for this project. END OF SECTION 210 August 29, 2022 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 be revised to include the following: This work includes furnishing and installing geosynthetic material over unsuitable subgrade materials per these specifications and the details shown on the plans. Subsection 420.06 shall be revised to include the following: Geotextiles used for erosion control or drainage shall meet the requirements of subsection 712.08 and Table 712- 2a. Geotextile (Drainage) shall be placed under all riprap as shown on the plans or as directed by the Engineer. Subsection 420.07 shall be deleted and replaced with the following: 420.07 Geotextile Separator. Geotextiles used as separators shall meet the requirements of subsection 712.08 and Table 712-b. The geotextile separator shall be installed per the following: (a) Subgrade Preparation: Clear, grub and excavate (as required) to the plan subgrade or undercut elevation, stripping topsoil, deleterious debris and unsuitable material from the site. Cut stumps and other projecting vegetation as close and even to the ground surface as practical. Specialized equipment with low ground pressure, as directed by the Engineer, shall be required for very soft soils to minimize subgrade disturbance. The surface of the subgrade shall be relatively smooth and level, and depressions or humps greater than 6 inches shall be graded out. (b) Geotextile Deployment: The geotextile material shall be placed directly on the prepared subgrade. The material shall be placed by machinery or by hand labor. The geotextile shall not be dragged across the subgrade. The geotextile shall be unrolled in the direction of travel so the machine direction (i.e., long axis) of the roll is parallel with channelized traffic patterns. The geotextile shall be rolled out flat and tight with no folds or wrinkles. Wrinkles and folds in the geotextile (not associated with roadway curves) shall be removed by stretching and staking as required. The geotextile may be held in place before the placement of the aggregate base course or other cover material by pins, staples, or piles of fill or rock. On curves, the geotextile may be folded to conform to the curve or by cutting the roll to match the curve . Adjacent rolls shall be overlapped along their sides and ends as a function of subgrade strength per Table 420-1. Table 420-1 MINIMUM REQUIRED OVERLAP Subgrade Strength R -Value Overlap Width of Unsewn Seam (Inches) 5-10 30 10-20 24 20 18: If 30 inches of overlap is required, the overlap shall be sewn or otherwise adhered to limit the potential formation of a slip plane between the overlapped panels. Sewn seams shall be per the manufacturer's recommendations. 211 August 29, 2022 2 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Overlap the geotextile in the direction that fill will be spread to avoid peeling -back of the geotextile at overlaps by the advancing fill. Cut and overlap the geotextile to accommodate curves. The geotextile shall be cut using sharp shears, razor knives or handheld power (i.e., "cutoff') saws. The geotextile shall be cut to conform to immovable protrusions, such as manhole covers and vertical utilities. Overlap lengths will not be paid for separately but will be considered subsidiary to item 420. (c) Fill Placement: Before covering the geotextile separator with fill materials, the condition of the geotextile shall be inspected by the Engineer to determine that no holes, rips or other defects exist. If any defects are observed, the section of the geotextile containing the defect shall be repaired by placing a new layer of geotextile extending beyond the defect in all directions a minimum distance equal to the overlap shown in Table 420-1. Alternatively, the defective section may be replaced. See subsection 420.07(e). The first lift of cover material shall be end -dumped or spread over the geotextile from the edges of the geotextile. The height of the dumped pile shall be limited to avoid local bearing capacity failures. The first lift of cover material shall be graded to a 12 -inch thickness or to top of grade whichever is less and compacted. Equipment shall not be on the treated area with less than the minimum thickness of compacted cover material over the geotextile. Small dozer equipment or front-end loader shall be used to spread the cover material. Construction vehicles shall be limited in size and weight such that rutting in the initial lift is no deeper than 3 inches. If rut depths exceed 3 inches, the Contractor shall use a smaller size and weight of construction vehicles. Ruts shall be filled in with cover material. Construction equipment shall not travel over the exposed geotextile at speeds of more than 5 mph. Construction equipment shall not make turns on the first lift of cover material. Construction vehicles can dump aggregate fill as they advance, provided the construction traffic does not cause significant rutting upon bare subgrade. Sudden braking, sudden starting and sharp turning shall be avoided. Tracked construction equipment shall not be operated directly upon the exposed geotextile. A minimum aggregate fill thickness of 6 inches is required before operation of tracked equipment on the geotextile. In addition, turning of tracked equipment shall be kept to a minimum to prevent tracks from displacing the fill and damaging the geosynthetic. On softer subgrade materials, aggregate fill shall be end -dumped from the edge of the previously placed material, spreading from the middle outward. (d) Compaction: Standard compaction methods shall be used to obtain the required compaction for the fill materials. The compaction tests shall be done per the requirements that are outlined elsewhere in the Specifications. (e) Installation and Repairs for Damaged Areas: Repairs to geotextiles shall be made in the field by placing a repair panel or patch over the damaged area. The repair panel shall extend a minimum of 3 feet beyond the edges of the damaged geotextile. Geotextile that is damaged after placement shall be removed and replaced at the Contractor's expense. Subsection 420.09 shall be revised to include the following: Geotextile (Separator) will be measured in place by the square yard of surface area, completed and accepted. Geotextile (Mirafi RS580i) will be measured in place by the square yard of surface area, completed and accepted. Geogrid (Tensar TX -160) will be measured in place by the square yard of surface area, completed and accepted. 212 August 29, 2022 3 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Subsection 420.10 shall be revised to include the following: Payment will be made under: Pay Item Geotextile (Mirafi RS580i) Pay Unit Square Yard Geotextile (Drainage) will not be measured and paid for separately but shall be included in work for the riprap pay item. Overlap and waste for geomembrane, geotextile, and geogrid materials will not be measured and paid for separately but shall be included in the work. Payment will be full compensation for all work and materials required to complete the item. 213 August 29, 2022 4 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Subsection 712.08 shall include the following: The material for Geotextile (Drainage) shall meet the properties in Table 712-2a. For example, Mirafi FW-300 or an approved equal will meet this classification. Table 712-2a GEOTEXTILE (DRAINAGE) PHYSICAL AND MECHANICAL PROPERTIES Physical Properties Unit Typical Values Roll Length (minimum) Feet Roll Width (minimum) Roll Area (minimum) Feet 12.5 Sq. Yd. 41 Mechanical Properties Test Method Unit I Minimum Average Roll Value STRENGTH Grab Tensile Strength ASTM D4632 lbs 400 (MD) 335 (CD) Grab Tensile Elongation Trapezoid Tear Strength CBR Puncture Strength ASTM O4632 ASTM D4533 lbs 20(MD) 15(OO) 145 (MD) 125 (CD) ASTM D6241 lbs 1,250, HYDRAULIC Flow Rate Permittivity ASTM D4491 gal/min/82 115 ASTM D4491 sec-' 1.5 Percent Open Area COE-02215 8 SOIL RETENTION Apparent Opening Size (AOS) I ASTM D4751 1 U.S. Sieve SOIL INTERACTION 30 UV Resistance (at 500 hours) j ASTM O4355 I '% strength retained I 90 The material for geotextile separators shall meet the properties in Table 712-2b. For example, Mirafi RS580i or an approved equal will meet this classification. 214 August 29, 2022 4 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Table 712-2b GEOTEXTILE (SEPARATOR) PHYSICAL AND MECHANICAL PROPERTIES Physical Properties Unit Typical Values Roll Length (minimum) Feet 300 Roll Width (minimum) Roll Area (minimum) Feet 15 Sq. Yd. 500 Mechanical Properties Test Method STRENGTH Unit I Minimum Average Roll Value Tensile Modulus @ 2% strain (CD) Tensile Modulus @ 5% strain (CD) ASTM D4595 ASTM D4595 HYDRAULIC lbs/ft l 1,800 lbs/ft4,380 Flow Rate Permittivity ASTM D4491 ASTM D4491 gal/m n/it2 75 sec-' 1.0 SOIL RETENTION Apparent Opening Size (AOS) ASTM D4751 U.S. Sieve 40 Pore Size 095 ASTM D6767 microns 337 Pore Size 050 ASTM D6767 microns 192 SOIL INTERACTION Interaction Coefficient ASTM D6706 0.9 Factory Sewn Seam ASTM O4884 lbs/ft 3,000 UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 END OF SECTION 215 August 29, 2022 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT Section 420 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION 420.11 This work consists of furnishing and installing geogrid reinforcement material, per these specifications and in conformity with the lines and grades shown on the plans or established. MATERIALS 420.12 Geogrid is a polymer grid structure specifically fabricated for use as a soil reinforcement. Geogrid reinforcement material shall conform to the following: Table 420-2 GEOGRID REINFORCEMENT PROPERTIES Physical Properties Roll Length' Roll Width' Roll Weight' Mass per Unit Area' Rib Pitch2, Transverse/Longitudinal Direction Rib Pitch2, Diagonal Direction Mid -Rib Depth2, Transverse/Longitudinal Direction Mid -Rib Depth2, Diagonal Direction Mid -Rib Width2, Transverse/Longitudinal Direction Mid -Rib Width2, Diagonal Direction Rib Shape Aperture Shape Unit Feet Feet Characteristic Values 246 or 328 13.1 or 16 lb oz/sq yd inch inch Inch Inch 159 or 7.1 1.6 1.6 0.06 0.06 0.05 Mechanical Properties Radial Stiffness at 0.5% Strains Junction Efficiency. Resistance to Chemical Degradation. Resistance to UV Degradation' Inch Unit lb/ft 0.04 Rectangular Triangular Test Method ASTM D 6637-01 Minimum Value 20,580 percent GG2 93 100 70 Notes: 1 Unless indicated otherwise, values shown are minimum average roll values determined per ASTM D4759-02. Brief descriptions of test procedures are given in the following notes. 2 Nominal dimensions. 3 Load transfer capability determined per 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 per ASTM D6637-10. 6 Resistance to loss of load capacity or structural integrity when subjected to chemically aggressive environments per 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 per ASTM D4355-05. The minimum overlap of the geogrid reinforcement shall be 18 inches. The geogrid reinforcement shall be composed principally of polypropylene or high density polyethylene. 216 August 29, 2022 2 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT The geogrid reinforcement shall contain stabilizers or inhibitors to prevent degradation of properties due to ultraviolet light exposure. The geogrid reinforcement shall be inert to all naturally occurring alkaline and acidic soil conditions. The manufacturer shall furnish certified test reports from an independent laboratory indicating that the material meets the requirements of the specification. For example, Tensar Tri-Ax TX -160 or an approved equivalent meets or exceeds the specifications outlined in Table 420-2. CONSTRUCTION REQUIREMENTS 420.13 Geogrid reinforcement shall be installed per the following: (a) Delivery, Storage, and Handling. Upon delivery, the Contractor shall check the geogrid to assure the proper material has been received. The geogrid material shall be in roll form with each roll individual identified. Rolls shall be stored in a manner that prevents excessive mud, wet concrete, epoxy, or other deleterious materials from coming in contact with and affixing to the geogrid. Rolls may be stored horizontally in stacks not to exceed five rolls high. Special care shall be taken in the handling of geogrids manufactured from polypropylene at temperatures at or below 0°F. (b) Site Preparation. Clear, grub and excavate (if necessary) to the design subgrade elevation, stripping topsoil, deleterious debris and unsuitable material from the site. For very soft soils (CBR < 0.5), the Engineer may allow minimal subgrade disturbance and leave root mats in place, cutting stumps and other projecting vegetation as close and even to the ground surface as practical. For moderately competent soils (CBR > 2), the subgrade shall be lightly proof rolled to locate unsuitable materials. Ruts shall be back dragged to provide a smooth surface. (c) Smooth grade and compact the soils using appropriate compaction equipment. Grade or crown the surface for positive drainage away from the construction zone. Geogrid Installation. Geogrid shall be laid at the proper elevation and alignment as shown on the plans or as directed by the Engineer. Geogrid shall be oriented such that the roll length runs parallel to the roadway alignment. Place the rolls of geogrid in position, cut the roll bands and manually unroll the material over the subgrade. Unroll the geogrid in the direction of travel so that the long axis of the roll is parallel with channelized traffic patterns. Overlap adjacent rolls along their sides and ends per the manufacturer's recommendations. Care shall be taken to ensure that geogrid sections do not separate at overlaps during construction. Overlap the geogrid in a shingle pattern in the direction that fill placement will be spread to avoid "peeling" of geogrid at overlaps by the advancing fill. Weaker subgrades that are easily rutted with conventional construction traffic shall require an "end -dumping" operation. Adjacent geogrid rolls shall be mechanically connected to one another per the manufacturer's recommendations. 217 August 29, 2022 3 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT Cut and overlap the geogrid to accommodate curves. Cutting may be done with sharp shears, a knife- like implement or handheld power (i.e., "cutoff') saws. Cut grid to conform to manhole covers and other immovable protrusions. Do not allow excessive buckling of the geogrid. Geogrid rolls exhibit "roll memory" where the product may roll back upon cutting or reaching the end of the roll. The installer shall take appropriate measures to ensure that the product lies flat during fill placement. Geogrid material shall be secured to the ground surface by placement of loose fill at the corners and edges or as directed by the Engineer. (d) Dumping and Spreading Aggregate Fill: At least 6 inches of fill material is required for the initial lift thickness of aggregate fill over geogrids. However, for very soft conditions, a significantly thicker fill layer will be required to prevent rutting and/or bearing capacity failure of the underlying subgrade. Fill material shall be back -dumped from trucks riding on top of the reinforced fill and bladed onto the geogrid in such a manner that the fill rolls onto the grid ahead, e.g., by gradually raising dozer blade while moving forward. Standard, highway -legal, rubber -tired trucks (end dumps and belly dumps) may drive over the geogrid at very slow speeds (less than 5 mph) and dump aggregate fill as they advance. This construction traffic shall not cause rutting upon bare subgrade. Turns and sudden starts and stops shall be avoided. On softer subgrades, it may be necessary to back trucks up and dump fill upon previously placed fill. Caution shall be taken to avoid overstressing the subgrade soil both during and after fill placement. Tracked equipment shall not be driven directly on the geogrid. A minimum of 6 inches of aggregate fill (or required minimum design fill thickness) shall be spread between the geogrid and tracked equipment. On softer subgrades, a lightweight, low ground pressure (LGP) dozer shall be used to evenly push out the fill over the exposed geogrid. Do not to catch the dozer blade or other equipment on the geogrid. The dozer blade shall be raised gradually as each lift is pushed out over the geogrid. The fill material shall cascade onto the geogrid, rather than being pushed into it. Be aware of geogrid overlaps and advance the aggregate fill with the shingle pattern. (e) Compacting. Material placed over the geogrid shall be compacted per the compaction requirements for embankment for this project or as directed. Care shall be taken to assure the geogrid not damaged. Backfill shall be compacted to 95 percent of the maximum density as determined by AASHTO T-99. The moisture content of the backfill material before and during compaction shall be uniformly distributed throughout each layer and shall be within two percent of optimum. METHOD OF MEASUREMENT 420.14 Geogrid reinforcement will be measured in place by the square yard of surface area, completed and accepted. BASIS OF PAYMENT 420.15 The accepted quantities will be paid for at the contract unit price per square yard. Payment will be made under 218 August 29, 2022 4 REVISION OF SECTION 420 GEOGRID REINFORCEMENT FOR ROADWAY EMBANKMENT Pay Item Geogrid (Reinforcement) Pay Unit Square Yard Payment will be full compensation for all labor, materials, equipment, and other items necessary and incidental to the completion of the work. Additional geogrid for overlaps and was₹e will not be measured and paid for but shall be included in the work. Aggregate Base Course will be paid for as provided in Section 304. END OF SECTION 219 August 29, 2022 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows: Subsection 506.01 shall be revised to include the following: This work consists of the construction of riprap and the installation of a geotextile beneath the riprap per the Specifications and as shown on the Plans. The installation of geotextile shall be considered incidental to riprap construction and no separate payment shall be made. Soil riprap consists of a soil and riprap mixture with 35% by volume soil and 65% by volume riprap. Subsection 506.02, paragraph 2 shall be deleted and replaced with the following: Material used for riprap may be approved by the Engineer if, by visual inspection, the rock is determined to be sound and durable. Before delivering this material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Engineer indicating the material meets the requirements for abrasion resistance or compressive strength as indicated in Table 506-1. Subsection 506.02 shall be revised to include the following: Soil Riprap shall be a minimum of the nominal stone size (dso) of 12 inches or as called out in the plans and shall conform to the gradation requirements of Table 506-2. The Contractor shall provide all materials and incidentals necessary to install the riprap which is to be mixed with native soils material. Native soil material shall be taken from the banks of the channel to be protected or soil with similar characteristics. Granular Bedding (Class A) shall be a porous, free -draining sand, gravel, or crushed stone and conform to the gradation in Table 506-3. Prior to delivering material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Project Inspector. Mirafi FW-300 or approved equivalent shall be placed below the granular bedding per the Plans and Specifications. Subsection 506.03 shall be revised to include the following: (a) Buried/Soil Riprap 1. Adjacent stockpiles of riprap and soil shall be created and mixing shall be done at the stockpile location, not at the location where soil riprap is to be placed. 2. Mix thirty-five percent (35%) soil by volume with stockpiled riprap, using additional moisture and control procedures that ensure a homogenous mixture, where the soil fills the inherent voids in the riprap without displacing riprap. a. The riprap is to be mixed with soil that is similar to the characteristics of the soil from the channel to be protected prior to placement in final configuration. b. Soil riprap shall be taken from the area where it is mixed and placed as a channel liner in the channel to be protected. 3. Channel slope or other areas that are to be protected with soil riprap shall be free of brush, trees, stumps, and other objectionable material and be graded to a smooth compacted surface as shown on the Plans. 4. Contractor shall excavate areas to receive soil riprap to the subgrade as shown on the Plans. 5. Contractor shall excavate areas to receive soil riprap to the specified depth. 6. The subgrade materials shall be stable. 220 August 29, 2022 2 REVISION OF SECTION 506 RIPRAP 7. If unsuitable materials are encountered, they shall be removed and replaced per Section 203 of the Specifications for subgrade that has been excavated in undisturbed soil. 8. When subgrade is built up with embankment material it shall be compacted to ninety five percent (95%) maximum density (ASTM D698). 9. All rock is to be placed in a dewatered condition beginning at the toe of the slope or other lowest point and shall be placed by working up the slope. Place the riprap in a stepped fashion with the bottom of the uphill riprap below the top of the downhill riprap by half of the height of the riprap minimum. 10. Prior to riprap placement, a Class A granular bedding and a geotextile separator shall be installed over the entire area to be riprapped per the Plans. The geotextile shall meet the requirements specified in 712.08 and Table 712-2b. 11. Riprap shall be installed in a manner that results in a dense interlocked layer of riprap at a slope not steeper than 3H:1 V. a. The thickness of the riprap layer shall be twice the nominal stone size and installed as shown on the Plans. b. Riprap shall be placed on the prepared areas in a manner which will produce a reasonably well - graded mass of stone with the minimum practicable percentage of voids. 12. Riprap shall be machine placed, unless otherwise stipulated in the Plans or Specifications. It is the intent to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. The entire mass of riprap shall be placed in conformance with the required gradation mixture and to line, grade, and thickness shown on the Plans. b. Riprap shall be placed to full course thickness at one operation and in such a manner as to avoid displacing the underlying bedding material. c. Placing of riprap in layers, or by dumping into chutes, or by similar methods shall not be permitted. d. All material used for riprap protection for channel slope or bottom shall be placed and distributed such that there shall be no large accumulations of either the larger or smaller sizes of stone. e. Some hand placement may be required to achieve this distribution. f. The mixture shall be consolidated by large vibratory equipment or backhoe bucket to create a tight, dense interlocking mass. Compact and level riprap to eliminate all voids and rocks projecting above design riprap top grade. g. The soil riprap shall be further wetted to encourage void filling. h. Any large voids shall be filled with rock and small voids filled with soil. i. The top layer shall be placed in a similar manner, but such that the top surface rocks are largely the size of the d50, and a smooth plane created. 221 August 29, 2022 3 REVISION OF SECTION 506 RIPRAP 13. Any large voids shall be filled with rock and small voids filled with soil. 14. Excessively thick zones of soil prone to washing away shall not be created (for example, no thicknesses greater than six (6) inches). • 15. The final surface shall be thoroughly wetted for good compaction, smoothed and compacted by vibrating equipment. 16. The final surface shall then be hand raked to receive planting, seeding and/or mulching or treatment as shown on the plans. 17. All riprap shall be reviewed and approved by the Engineer prior to embankment and topsoil placement. 18. The Contractor shall maintain the riprap protection until accepted. 19. Any material displaced for any reason shall be replaced to the lines and grades shown on the Drawings at no additional cost to the Owner. 20. If the bedding materials are removed or disturbed, such material shall be replaced prior to replacing the displaced riprap. Subsection 506.05 shall be revised to include the following: Payment will be under: Pay Item Soil Riprap (12 inch) Pay Unit Cubic Yard Geotextile underlaying the riprap shall meet the material requirements of Subsection 712.08 and Table 712-2b. This item shall be included in the cost of the riprap pay item unless listed separately in the Contract. Payment for soil riprap shall include but is not limited to excavation for riprap and embankment material for filling existing voids; subgrade preparation, furnishing and placing riprap and filling voids of riprap as specified; and disposal of excess excavated material. Payment shall be made at the contract unit price for soil riprap shall include full compensation for all labor, equipment, materials, transportation, and all other appurtenant items to complete the work. END OF SECTION 222 August 29, 2022 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.01 shall be revised to include the following: The use of ACI 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. For all irrigation diversion structures the Contractor shall provide As -Built drawings showing elevations matching the existing structure. As -Built tolerance shall be ±1/8". If elevations are greater than ±1/8" the structure shall be removed and replaced at the Contractor's expense. In Table 601-1, delete the Required Field Compressive Strength for the BZ Concrete Class and replace with 4500 at 28 days. Subsection 601.04, paragraph 2 shall be deleted and replaced with the following: If the sulfate exposure class of the embankment fill is different than the sulfate exposure class specified in the plans, the Contractor shall provide a concrete mix design that meets or exceeds the corresponding sulfate protection requirements at no additional cost to the project. Subsection 601.05 shall be revised to include the following: The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. Placement shall be as directed by the Engineer. Subsection 601.05(5) shall be deleted and replaced with the following: (5) Class P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. The laboratory trial mix shall produce a flexural strength at 28 days of at least 700 psi. Subsection 601.09(h), paragraphs 4 through 8 shall be deleted and replaced with the following: Concrete compressive strengths shall be determined by cylinder breaks. For structures with multiple cylinder breaks, the lowest compressive strength shall determine when the forms can be removed. These cylinder breaks shall be used for determining compressive strength to remove forms. Subsection 601.11 (e), paragraphs 8 through 11 shall be deleted and replaced with the following: Concrete compressive strengths shall be determined by cylinder breaks. For structures with multiple cylinder breaks, the lowest compressive strength shall determine when the falsework can be removed. These cylinder breaks shall be used for determining compressive strength to remove falsework. Subsection 601.12(o) shall be deleted and replaced with the following: (0) Backfilling Structures that Support Lateral Earth Pressure. Concrete compressive strengths shall reach f c before backfilling operations can begin with heavy equipment, such as skid -steers or self -powered riding compactors. Concrete compressive strengths shall reach 0.80f'c. before backfilling operations can begin with hand -operated equipment. Concrete compressive strength shall be determined by cylinder breaks. Subsection 601.13(2) shall be deleted and replaced with the following: 223 August 29, 2022 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE (2) The minimum curing period shall be from the time the concrete has been placed until the concrete has met a compressive strength of 80 percent of the required field compressive strength. Concrete compressive strengths shall be determined by cylinder breaks. Subsection 601.17(a), paragraph 2 shall be deleted and replaced with the following: At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less shall be rejected and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the batch is allowed to be placed, a pay factor reduction will be applied to the concrete as shown in Table 601-3. Subsection 601.17(c) shall be deleted and replaced with the following: c) Strength (When Specified). Concrete which does not meet the minimum required 28 day strength shall be removed and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the concrete is allowed to be remain, a pay factor reduction will be applied to the concrete as shown in Table 601-3. Table 601-3 shall be deleted and replaced with the following: Table 601-3 PAY FACTOR REDUCTIONS Percent Total Air atrons' A fled Bela Strength P F 0.0-0.2 2 1-100 10 0.5-0.6 8 201-300 30 . 16. 0 0.8-1.0 25 401-500 50 Reject..a�. ,. Reject NOTE: The pay factor reduction formula is Payment for tem = 100 — Pay Factor Reduction. For example, the payment for a structure below the required strength by 250 psi and is allowed to remain in place by the Engineer would be 70% of the unit price (payment = 100-30). END OF SECTION 224 August 29, 2022 REVISION OF SECTION 602 REINFORCING STEEL Subsection 602.02, paragraph 1 shall be deleted and replaced with the following: Reinforcing steel shall be epoxy coated and shall meet the requirements of subsection 709.01. Welded wire fabric that will be furnished shall be coated and shall meet the requirements of subsection 709.01. Subsection 602.02, paragraph 5 shall be deleted and replaced with the following: Epoxy coated reinforcing steel may not be substituted for Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing alternatives. Subsection 602.08 shall be revised to include the following: Welded wire mesh shall not be measured and paid for separately but shall be included in the Work. END OF SECTION 225 August 29, 2022 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 class specified in the plans or the sulfate exposure class of the embankment material, whichever is higher. All corrugated steel pipe shall be aluminized per Section 707.11. Subsection 603.04, paragraph 3 shall be deleted and replaced with the following: When conduits (e.g., pipes, culverts, etc.) are to be installed in embankment material, the embankment shall first be constructed to a required height of a minimum of one foot above the top of conduit and for a distance on each side of the pipe of at least 5 times the diameter or span of the conduit, after which the trench shall be excavated and the conduit installed. Before trench excavation, the embankment material shall pass the compaction requirements for the Project. Subsection 603.07(a), paragraph 2 shall be revised to include the following: Concrete collars will be required at all non-standard joints (not tongue and groove or bell and spigot) and at all connections to existing pipe. Subsection 603.09 shall be revised to include the following: Structure Backfill (Flowfll) shall be used to backfill all drainage culverts to a minimum of one foot above the top of pipe. In areas where it is not possible to extend the flowfill one foot above the top of pipe, flowfill shall be placed level with the top of the 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 24 Inch Reinforced Concrete Pipe 36 Inch Reinforced Concrete Pipe 42 Inch Reinforced Concrete Pipe 60 Inch Reinforced Concrete Pipe 22 x 14 Inch Reinforced Concrete Pipe Elliptical 30 a 19 Inch Reinforced Concrete Pipe Elliptical 45 x 29 Inch Reinforced Concrete Pipe Elliptical 18 Inch Reinforced Concrete End Section 24 Inch Reinforced Concrete End Section 36 Inch Reinforced Concrete End Section 42 Inch Reinforced Concrete End Section 60 Inch Reinforced Concrete End Section 22 x 14 Inch Reinforced Concrete End Section Elliptical 30 x 19 Inch Reinforced Concrete End Section Elliptical 45 x 29 Inch Reinforced Concrete End Section Elliptical 12 Inch Corrugated Steel Pipe 8 Inch Plastic Pipe (SDR-35) 18 Inch Cast Iron Pipe Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Each Each Each Each Each Each Each Each Linear Foot Linear Foot Linear Foot 226 August 29, 2022 2 REVISION OF SECTION 603 CULVERTS AND SEWERS Structure excavation, structure backfill including flowfill, filter material, and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be measured and paid for separately but shall be included in the work. END OF SECTION 227 August 29, 2022 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 Inlet, Type C (5 Foot) Inlet, Type D (5 Foot) Manhole Slab Base (5 Foot)(60 Inch Diameter Flat Top) Manhole Slab Base (10 Foot)(48 Inch Diameter) Manhole Slab Base (10 Foot)(60 Inch Diameter Flat Top) Pay Unit Each Each END OF SECTION Each Each Each 228 August 29, 2022 REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.02 shall be revised to include the following: The Contractor will be required to supply concrete from a ready -mixed concrete plant; concrete mixed on -site will not be accepted under any circumstances. The addition of admixtures or additives on site will not be permitted. Subsection 609.03 shall be deleted and replaced with the following: 609.03 Cast -in Place Concrete Curb. All required hand finishing shall be performed per subsection 608.3(d). (a) General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work directed by the County and specified herein. All machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor shall be subject to the inspection and approval of the County's representative. (b) Subgrade Preparation. Placement, compaction, and grading of the subgrade to the final line and grades shall be completed prior to the placement of any concrete. All fill areas shall be compacted to 95% of maximum density per ASTM D 698 (Standard Proctor). The moisture content during placement of fill shall be within two percentage points of optimum moisture. Testing for adequate compaction shall be per the Section 203. (c) Excavation. Excavation and bedding shall conform to the requirements of subsection 608.03(a). (d) Forms. Concrete shall not be placed until all the forms have been inspected and approved by the Engineer or Inspector. Forms shall be of wood or metal, straight, free from warp and of such construction that there will be no interference to the inspection of grade or alignment. All forms shall be of sufficient strength to resist the pressure of the concrete without springing. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal. The forms shall be true to line and grade and shall be mortar -tight and rigid to prevent displacement and sagging between supports. (e) (f) Mixing and Placing. Concrete shall be proportioned, mixed, and placed per the requirements for the class of concrete specified. Concrete shall be placed on damp, compacted surfaces. Compaction of concrete curb, gutters, or combination curb and gutter, placed in forms shall have thorough consolidation that shall be achieved by tamping and spading, vibrating, or other acceptable methods. All concrete shall be placed during daylight hours, unless otherwise approved by the Engineer. Concrete shall be placed as soon as practical after mixing and in no case later than 1 '/ hours after the batch time. The methods and techniques of placing the concrete shall be such to avoid segregation. When necessary, troughs, pipes, and chutes shall be used to facilitate placement of the concrete. Dropping the concrete more than 4 feet or depositing large quantities at a single point will not be permitted. Forms shall be left in place until the concrete has set sufficiently so that they can be removed without injury to the curb. Upon removal of the forms, the exposed curb face shall be immediately finished to a uniform surface. For the purpose of matching adjacent concrete finishes or for other reasons, the Engineer shall approve methods of finishing. Plastering will not be permitted. Sections. Curb shall be constructed in sections having a uniform length of 10 feet unless otherwise ordered. Sections shall be separated by open joints 1/8 inch wide except at expansion joints. 229 August 29, 2022 2 REVISION OF SECTION 609 CURB AND GUTTER (g) Expansion Joints. Expansion joints shall be formed at the intervals shown on the plans using a 1/2 -inch preformed expansion joint filler. When the curb is constructed adjacent to or on concrete pavement, expansion joints shall be located opposite the expansion joints in the pavement. Expansion joints shall be installed between the concrete curb and any fixed structure or bridge. Expansion joint material shall extend the full depth of contact surface. (h) Curing. Finished concrete shall include a light broom finish and be treated with a liquid membrane curing compound meeting the requirements of ASTM C 309, Type 2 (White Pigment). A method statement and details of curing compound shall be submitted to the Engineer for review and approval. During the curing period all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may direct. (i) Backfilling. After the concrete has set sufficiently, the spaces in back of the curb shall be backfilled to the required elevation with suitable material, which shall be thoroughly tamped. (j) Curb Machine. With the approval of the Engineer, the curb may be constructed by the use of a curb - forming machine. (k) Surface Tolerance. The Engineer may determine that the exposed surfaces of the concrete curb, gutters, or combination curb and gutter shall be tested with a 10 -foot straightedge laid along the exposed surface in a longitudinal direction. The Contractor shall furnish an approved 10 -foot straightedge and provide an operator to aid the Engineer in testing the exposed surfaces. All surfaces shall be measured in a longitudinal direction. Deviation of any exposed surface in excess of that specified shall be corrected at the Contractor's expense. Longitudinal surface tolerances for the top and face are: (1) On tangent roadway alignments and curves with a radius greater than 1,000 feet: 0.25 inch from the edge of the straightedge. (2) On sharp vertical curves and horizontal curves with a radius of 1,000 feet or less: 0.25 inch from the edge of the straight edge with allowance made for curve deflection. Subsection 609.06 shall be revised to include the following: Gutter will be measured by linear foot along the flowline at the finished grade elevation Subsection 609.07 shall be revised to include the following: Payment will be made under: Pay Item Gutter Type 2 (Special) Pay Unit Linear Foot Materials required to construct the gutter, including rebar and diversion plate(s) will not be measured and paid for separately but shall be included in the work. END OF SECTION 230 August 29, 2022 REVISION OF SECTION 612 DELINEATORS AND REFLECTORS Section 612 of the Standard Specifications is hereby revised for this project as follows: Subsection 612.02(a)(2) shall be 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 anchor equipped with a cotter pin. The delineators shall be Type 1I1. 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 anchor equipped with a cotter pin. 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 anchor equipped with a cotter pin. 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 Delineator (Type I) Delineator (Type II) Delineator (Type ill) Pay Unit Each Each Each Post bases shall be included in the work and shall not be measured and paid for separately. END OF SECTION 231 August 29, 2022 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.02 is hereby revised to include the following: Flashing Stop Sign Panels shall meet or exceed the following: 1. Size — 36 inch. 2. Stop Facings — Diamond Grade VIP. 3. Blanks — All aluminum sign blanks shall be a minimum of 0.080 inches thick and shall be made from anodized aluminum. 4. Lights — Shall be LED with a minimum of 8 per sign affixed to the corners of the octagon. Shall be a steady flash day and night (24/7). Shall be MUTCD compliant. 5. Solar Panel - Shall be capable of being mounted to top of sign post and shall be capable of being angled to capture optimum sunlight. Shall be mounted 30 inches above the stop sign with sufficient cable length to allow street names (MUTCD D3) to be mounted above or below the solar panel. Shall be capable of mounting to a 2 inch by 2 inch or 2-1/4 inch by 2-1/4 inch Telespar post. 6. Battery Pack — Shall be capable of powering the lights for a minimum of 48 hours without charging from the solar panel. 7. Hardware/Brackets — Signs shall be mounted on 2 inch by 2 inch or 2.5 inch by 2.5 inch square Telespar unit -strut. All mounting hardware and brackets shall be included with the stop sign. All flashing stop signs shall be delivered complete and ready to install. The facing shall be applied to the aluminum blanks, LED lights shall be affixed to the stop sign, solar panel, wiring, and battery pack shall be attached to the sign, and all mounting brackets shall be attached to the sign. One type of flashing stop sign that meets the above requirements is TAPCO item number 2180-00208, Blinkersign, R1-1, 36", Stop, DG3, Red. Steel for Signposts and Sign Structures shall conform to the material grade and type specified in the Contract. Steel square tube type perforated sign posts and anchors shall meet or exceed the following: 1. Posts — 2%" x 2%" square posts, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 2. Anchors — 2%" x 2%" x 30" tall square tube, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 3. J -bolts or corner bolts shall be used to attach the posts to the anchors. 4. Hardware to secure traffic signs to post shall be 5/16" or 3/8" carriage bolts with 2" fender washers, lock washers, and 5/16" or 3/8" nuts. Rivets shall not be allowed in the assembly of any portion of sign construction. 5. Coating — all posts and anchors shall be galvanized to ASTM designation A653, G90, Structural Quality, Grade 50, Class 1. The steel shall also be coated with a chromate conversion coating and a clear organic polymer topcoat. 232 August 29, 2022 2 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES (GROUND SIGN POSTS) 6. All stop sign posts (regardless of location) and all other sign posts in a roundabout shall be equipped with reflective markings on all four (4) sides of the posts. Structure signs shall be green with white lettering and shall be attached to the structure wherever possible. Subsection 614.09, paragraph 19, item (1) shall be revised to include the following: Steel square tube type perforated sign posts and anchors placed in concrete or asphalt shall be either core drilled with a 4" diameter hole, or a 4" diameter PVC pipe sleeve may be placed into the concrete or asphalt full depth and flush with the surface. Subsection 614.13 is hereby revised to include the following paragraphs: Flashing Stop Sign Panels shall be measured and paid for by the actual number that are installed and accepted. Steel square tube type perforated signposts will be measured by the length in linear feet of post installed. The slip base for the steel square tube signposts will not be measured and paid for separately but shall be included in the cost of the post. The reflective tape for the sign posts will not be measured separately and shall be included in the cost of the post. The J -bolts or corner bolts will not be measured separately and shall be included in the cost of the post. Equipment required to mount signs to bridges shall not be paid for separately but shall be included in the cost of the work. Subsection 614.14 is hereby revised to include the following: Payment will be made under Pay Item Sign Panel (Cl Sign Panel (Class II) igs Post (2.25 x 2.25 Inch Square Post) END OF SECTION Pay Unit Square Foot Square Foot Linear Foot 233 September 20, 2022 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2) (COUNTY PROVIDED) Section 620 of the Standard Specifications is hereby revised for this project as follows: Subsection 620.01 shall be revised to include the following: Per Section 107.02, the Contractor shall apply for and obtain a zoning permit for a manufactured home (ZPMH) from the Weld County Department of Planning and Zoning for field offices, field laboratories, and commercial plan laboratories (as required). The Contractor shall apply for and obtain a building permit from the Weld County Building Department for any electrical connections. A building permit shall be required for any field office, field laboratory, or commercial plan laboratory (as required) that is connected to a generator or an electrical meter. The Contractor shall be responsible for coordinating all required inspections. The ZPMH and building permits shall be obtained prior to the start of any work activities on the project. Failure to obtain the ZPMH and building permits shall result in the assessment of liquidated damages as outlined in Subsection 620.02. Subsection 620.02 shall be deleted and replaced with the following: 620.02 Field Offices. Field offices, either Class 1 or Class 2 as designated on the plans, shall substantially conform to the details shown on the plans and to the requirements of this section. The specifications and plans shall identify if the Contractor is required to furnish the field office or if the County will furnish the field office. Weld County will provide the field office trailer for this project. The Contractor shall transport and furnish all other related items in Section 620 and M-620-12, including but not limited to: printers, telephone service and power. The Weld County field office trailer is located at 1755 Holly Ave, Greeley, CO. Field office trailer shall be moved from 1755 Holly Ave in Greeley by the Contractor and brought back to 1755 Holly Ave after the project is completed. Contractor is responsible to return the field office trailer in the same or better condition. The Contractor shall move the trailer using a sub -contractor which has specialized equipment to move these types of office trailers. The sub -contractor shall be capable of setting, leveling, and tying the trailer down per applicable building codes. Weld County in its sole discretion shall approve the sub -contractor used to move the trailer prior to the trailer being moved. The use of a pickup truck to move the trailer will not be allowed. The field office shall be equipped with reliable, high speed internet access (minimum download speed of 50 Mbps with no data caps) for the sole use of Weld County employees or agents (assume 4 users). The Contractor shall be responsible for providing separate internet access for their employees. Required internet services include SSL, VPN, VOIP, and other internet services. The order of preference for internet connections is provided below. If reliable data services are not available, data signal boosters may be required to meet the bandwidth and throughput requirements. (1) Hard wired broadband or DSL (i.e., Xfinity, CenturyLink, Comcast, etc.) (2) Radio broadband (i.e., Rise Broadband, etc.) (3) Satellite broadband (i.e., HughesNet, Viasat, etc.) (4) Cellular radio — if speed and signal strength requirements are met. 234 September 20, 2022 2 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2)( COUNTY PROVIDED) (5) Wireless hotspots — only if there is no other option, if speed and data limits are met, and upon written approval of the Engineer. One hotspot shall be provided per County employee assigned to the project. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. The field office shall be equipped with the following: (1) Electricity: If commercial power is available, the service shall be a minimum of 3,000 -watt, 115-125 AC facility for the field office. If commercial power is not available, independent generators shall be provided. Generators shall be a minimum of 25kW. (2) Office Lighting: All overhead lighting shall meet OSHA and code requirements for office spaces. (3) Ventilation: The field office shall be equipped with heating, ventilation, and air conditioning systems adequate for office use. (4) Parking: The Contractor shall provide an all-weather parking area with one parking space per County employee assigned to the project plus 6 visitor parking spaces. (5) Janitorial: The Contractor shall provide weekly janitorial services. The janitorial services shall include trash bags in all trash cans, sweeping and mopping of the floors, and general cleanup of the offices and meeting spaces. Trash cans both inside and outside of the trailer shall be emptied weekly. (6) Sanitary: Sanitary facilities shall be provided as part of the field office. Although these facilities are not required to be 'dedicated' to the field office, the facilities shall be located within 50 feet of the field office and shall be serviced and maintained in a sanitary condition. The sanitary facility shall be located downwind of the field office. (7) Access: The Contractor shall install and remove a staircase/landing at each field office entrance. The Contractor shall also provide maintenance of the exterior of the office trailer including but not limited to access to the parking area and snow removal. (8) Office Supplies: 1. One office type color photocopier/laser printer/scanner machine (a multi -purpose desktop printer will not suffice) with separate trays for 8.5" x 11", 8.5" x 14" and 11" x 17" paper. A. The copier shall be capable of automatically stapling a minimum of 30 sheets (8.5" x 11"); B. The copier shall be equipped with a standard 50 sheet document feeder; C. The copier shall have a minimum resolution of 600 x 600 dpi; D. The copier shall have a minimum of 256 levels of greyscale and shall have both manual and automatic exposure adjustments; E. The copier shall have reducing and enlarging ratios between 25% and 400% in 1% increments; F. The copier shall have the following features as a minimum: auto magnification, auto paper selection, auto tray switch, booklet/magazine copy, center/border erase, document server, rotate sorting, handle up to 10 separate print jobs, and touch screen control panel; G. The copier shall be capable of copying a minimum of 35 pages per minute; 235 September 20, 2022 3 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2 — COUNTY PROVIDED) (9) H. The scanner shall utilize an embedded scanner capable of 52 ipm at 200 dpi; I. The scanner shall be capable of a minimum scanning resolution of 600 dpi; J. The scanner shall be capable of scanning pages of up to 11" x 17" to TIFF, JPEG, and PDF formats; K. The printer shall be capable of printing a minimum of 35 pages per minute; L. The printer shall be capable of printing at a resolution of up to 600 dpi; 2. This device shall be capable of transmitting the scanned file to multiple email addresses; 3. Toner, printer ink, parts, service and repairs shall be provided by the Contractor. Repair and maintenance services shall be provided within 5 business days of notification; 4. In the event, of theft, the Contractor shall provide a replacement device with 3 business days; 5. The device shall be capable of wireless networking with all offices in the field office; 6. Paper (Letter and Tabloid sizes) shall be provided by the Contractor; 7. The copy machine shall be wheel mounted and shall be capable of rolling to different locations within the office. Office Furniture: Shall be per CDOT Standard Plan M-620-12 with the following exceptions: 1. 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. All trash cans shall have appropriately sized trash bags. 2. The common area shall have a minimum of 15 metal folding chairs that can be used for meetings. A folding conference table that is a minimum of 8 feet long and 3 feet wide shall be provided in the common area. 3. A 5 -gallon drinking water cooler capable of providing hot and cold water shall be provided. 4. 1,000 Watt minimum microwave oven. 5. Mini -refrigerator, 3.3 cubic foot minimum 6. Landline telephone and fax service is only required in the event that there is no cell phone reception at the office location. All office equipment/supplies and office furniture to be provided for this project shall be free of blemishes and in proper working order. The Engineer or Inspector shall approve the office equipment/supplies and office furniture before placement in the office trailer. Subsection 620.06 shall be revised to include the following: The Contractor shall be responsible for locating and installing the field office trailer in a location that is acceptable to Weld County. The Contractor shall obtain the necessary permits for the installation of the field office trailer. 236 September 20, 2022 4 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2 — COUNTY PROVIDED) The field office trailer shall be set up including all utilities before the start of construction. Start of construction shall be defined as anything other than mobilization and surveying. Both parties shall participate in a facility condition inspection prior to and at the completion of occupancy. Set up locations shall be within .4 mile of the construction site. Field office shall stay on site and operational until final acceptance is given by the Engineer. If the field office is not set up at the start of construction, liquidated damages in the amount of 5% of the bid amount for the field office will be deducted daily until it is placed and fully functional. If the bid amount for the field office is less than $10,000 or if the deductions reduce the bid amount below $10,000, then deductions will continue at 5% of the overall project bid price until the office is placed and fully functional. The amount to be deducted will occur daily until the field office is placed and fully functional. In the event the office trailer or appurtenant facilities are stolen, destroyed, or damaged during the work, except by fault of Weld County, the Contractor shall, at its expense, repair or replace those items to their original condition within five calendar days. If loss or damage is caused by Weld County personnel, the Contractor shall replace the facilities within five calendar days, except Weld County shall be responsible for the costs incurred. Subsection 620.08 shall be revised to include the following: The cost of obtaining the ZPMH and building permits shall not be measured separately but shall be included in the Work. Pay Item Field Office (Class 2)(County Provided) END OF SECTION Pay Unit Each 237 August 29, 2022 REVISION OF SECTION 624 DRAINAGE PIPE Section 624 of the Standard Specifications is hereby revised for this project as follows: Subsection 624.03 shall include the following: Irrigation systems, cross drains, and storm drains shall be watertight. ASTM testing of the joints will be performed by the Contractor per approved methods. Should any joints fail to meet the test requirements, they will be corrected at the Contractor's expense. END OF SECTION 238 August 29, 2022 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01, paragraph 1 shall be revised to include the following: The PLS shall maintain their license in good standing through the entire Contract period. For all irrigation diversion structures the Contractor shall provide As -Built drawings showing elevations matching the existing structure. As -Built tolerance shall be ±1/8". If elevations are greater than ±1/8" the structure shall be removed and replaced at the contractor's expense. Subsection 625.01 shall be revised to include the following: 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. Construction slope staking shall be provided along each ROW indicating grade breaks to Centerline. If construction staking is not provided by the Contractor, then a GPS(ROVER) with approved files loaded, shall be made available to the Inspector at any time for grade checking and testing/inspection locations. Centerline stationing stakes shall be provided without option. Subsection 625.04 shall be deleted and replaced with the following: 625.04 Contractor Surveying. The Contractor shall perform all construction surveying and staking necessary for construction of the project. Construction surveying and staking shall be based on the Primary Horizontal and Vertical Control established by the Department. The Contractor shall check all Department established Primary horizontal and vertical control points per the CDOT Survey Manual Chapter 6 and verify and document in the survey records their horizontal accuracy tolerance per the CDOT Survey Manual Chapter 5, and their vertical accuracy tolerance per the CDOT Survey Manual Chapter 6, for a CDOT Class A - Primary Survey before using them for construction surveying control. The Contractor's surveyor shall provide a map and list of this control points with locations and elevations. The Contractor shall protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. The establishment of the control points shall be done per the CDOT Survey Manual, Chapter 6. Before beginning construction, the Contractor's surveyor shall stake all Right of Way corners, Permanent Easements, and Temporary Construction Easements shown on the approved ROW plans with temporary (for the duration of the project) points using re -bar, lath, or hubs and marked with flagging, so they are easily visible. Those indicating the limits of construction within which the Contractor is allowed to work shall be maintained throughout the project. The Contractor shall protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. During construction, the Contractor's surveyor shall provide and maintain construction stakes with offsets for the Department's use. The construction stakes shall include information required by the CDOT Survey Manual, Chapter 6. The Contractor shall protect and immediately re-establish any construction stakes that are damaged throughout the project. Planned Centerline shall be staked and maintained with station numbers throughout the entire project. An approved offset can be used (ROW, TOS, etc.) but shall be indicated with an offset distance on the stake. Maximum staking interval for tangent are 200' and 50' on curves. 239 August 29, 2022 2 REVISION OF SECTION 625 CONSTRUCTION SURVEYING In addition to the above, 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 the Department that the accuracy of the system complies with the contract requirements. 6. The Contractor shall conduct an as -constructed survey of the following items: Installed or relocated utility lines as shown on the utility plans, including those installed or relocated by the Contractor or by others. A. Installed or relocated culverts, conduit, inlets, or other drainage features. B. Traffic signal heads, poles, pushbutton assemblies, and controller cabinets. C. ITS fiber vaults, splice points, interfaces, nodes and other assets. D. Lighting including pull boxes, meters and light standards. The as -constructed survey shall be completed per the CDOT Survey Manual, Chapter 6, Section 6.14. At no cost to the Department, the Contractor shall revert to traditional surveying and disband using 3DECS should the Engineer determine the existence of contractor quality or accuracy issues related to 3DECS. 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 240 August 29, 2022 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 accesses/roads into the work areas, and removal of the accesses/roads after construction is completed, shall be included in the Mobilization bid item. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS: The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County before Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The Contractor shall not park any vehicles or equipment in or disturb any areas not approved by the Engineer. The County has acquired Temporary Construction Easements (TCE) for work on the project. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCEs. All agreements made between the Contractor and the private property owners for additional TCEs shall be made in writing and a copy of all written agreements shall be furnished to the County before any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCEs obtained by the Contractor and shall modify the Erosion and Sediment Control Plans and CDPS-SCP to include TCEs. The Contractor shall inform the property owners and the tenants at the properties before construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All disturbances outside the Project Limits shall be pre -approved by the County and secured by the Contractor, at Contractor's expense In addition, the Contractor will be required to secure Right of Entry for property owners' access that extend beyond the Right of Way Line. No separate payment will be made. Contractor to review the access plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry before entry. END OF SECTION 241 August 29, 2022 REVISION OF SECTION 627 PAVEMENT MARKING Subsection 627.13 is hereby revised to include the following: Payment will be made under: Pay Item Preformed Plastic Pavement Marking (Contrast)(Inlaid) END OF SECTION Pay Unit Square Foot 242 August 29, 2022 REVISION OF SECTION 629 SURVEY MONUMENTATION Section 629 of the Standard Specifications is hereby revised for this project as follows: Delete all references to "CDOT Region Survey Coordinator" and replace with "Weld County Surveyor. Subsection 629.03, paragraph 2 shall be deleted and replaced with the following: A Presurvey Conference — Construction Survey shall be held per the CDOT Survey Manual Chapter 6, Section 6.1.6, before performing any surveying work under this section. The Engineer, Inspector, Contractor's Superintendent, Contractor's Surveyor (PLS) and Party Chief shall attend. A Presurvey Conference — Construction Survey Form shall be included per the CDOT Survey Manual Chapter 6, Appendix 6.A.4. A surveying work schedule shall be submitted to the Engineer for review before the presurvey conference. Subsection 629.05, paragraph 5 shall be deleted and replaced with the following: When conflicting evidence of the location of an existing PLSS, GLO, BLM, or MS monument is encountered and construction activity is planned which will alter the evidence, the monument shall be referenced, and the survey records shall include the information required in subsection 629.03. A minimum of two permanent reference monuments shall be established per the CDOT Survey Manual, Chapter 5, Section 5.11.9, and Section 5.11.10, to reference the location of all existing found monuments. Reference monuments must meet the required physical standards of the actual monument for the type of monument being referenced. These references shall be set when all of the following conditions are met: Subsection 629.09 shall be revised to include the following: Pay Item Pay Unit Survey Monument (Type 2) Each Survey Monument (Type 3A) Each Survey Monument (Type 4) Each Survey Monument (Type 6) Each END OF SECTION 243 August 29, 2022 REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT Section 630 of the Standard Specifications is hereby revised for this project as follows: All references to "Approved Product List" shall mean the CDOT Approved Product List. Subsection 630.01 shall be revised to include the following: This work includes furnishing, operating, and maintaining portable message sign panels. This work includes furnishing, installing, and maintaining additional signage as deemed necessary by the Engineer to provide additional messaging or safety warnings to the workers and the public. Additional signage shall not be measured separately but shall be included in the Work. The Contractor shall submit a traffic control plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. The sample traffic control plan may not be all-inclusive. The Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the workers and the public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and cross roads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. Subsection 630.03 shall be revised to include the following: (a) Portable Message Sign Panels. Portable message sign panels shall be furnished as a device fully self- contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three, eight -character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre -default message that activates before a power failure. The sign shall be solar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under 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 244 August 29, 2022 2 REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. (3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble -shooting guide. (4) The portable message sign shall be capable of maintaining all required operations under Colorado mountain -winter weather conditions. (5) Each sign shall be furnished with an attached license plate and mounting bracket. (6) Each sign shall be wired with a 7 -prong male electric plug for the brake light wiring system. Subsection 630.13 shall be revised to include the following: The portable message sign panels 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 630.14, paragraph 1 shall delete references to "CDOT" and be replaced with "Weld County". Subsection 630.14(a) shall be deleted and replaced with the following: (a) The Contractor shall provide all flagging through the project necessary to assure proper safety to traffic. All flagging personnel shall have completed CDOT's minimum training requirements for flaggers within two years before starting work on the project. Copies of the flagger certifications shall be provided to the Engineer prior to the start of work on the project. Subsection 630.17(a), paragraph 3 shall be deleted and replaced with the following: A minimum of two weeks before start of rolling roadblock operations, the Contractor shall provide the date and times that rolling roadblock operations are to begin to the Engineer. Portable VMS signs shall be displayed one week before work with the messages shown on the plans. Subsection 630.18 shall be deleted and replaced with the following: All traffic control devices including variable message boards, flagging, traffic control management, and traffic control inspection shall be included in the Lump Sum cost for the Traffic Control Management bid item. Resetting, repairing, or replacing traffic control devices is considered maintenance of the devices. Cleaning and maintaining of traffic control devices is incidental to the Traffic Control Management bid item and will not be paid for separately. 245 August 29, 2022 3 REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT Subsection 630.19 shall be deleted and replaced with the following: 630.19. Payment for the individual traffic control devices necessary to complete the work shall be full compensation for furnishing, erecting, cleaning, maintaining, resetting, repairing, replacing, moving, removing, and disposing of the construction traffic control devices. All construction traffic control devices that are not permanently incorporated into the project will remain the property of the Contractor. Payment will be made under: Pay Item Traffic Control Management (Special) Pay Unit Lump Sum If the Contractor fails to complete construction within the approved contract time, Payment will not be made for the use of Section 630 pay items for the period of time after expiration of the approved contract time. These items shall be provided at the Contractor's expense. Cleaning and patching of the roadway after removal of the Channelizing Device (Fixed) will not be paid for separately but shall be included in the work. Placement, unmasking, removal and masking of reduced speed limit signs and double fines signs, will not be measured and paid for separately but shall be included in the work. Preparation and implementation of the Traffic Management Plan will not be measured and paid for separately, but shall be included in the work, except for public information services which will be measured and paid for per Section 626 as revised for this project. Traffic Control Management, vehicles, traffic control devices, and all other work, materials and equipment necessary for the mobile pavement marking zone will not be measured and paid for separately but shall be included in the work. Temporary concrete barrier walls, if required, will not be measured and paid for separately but shall be included in the work. Mobile attenuator, if required, will not be measured and paid for separately but shall be included in the work. END OF SECTION 246 August 29, 2022 REVISION OF SECTION 632 NIGHT WORK LIGHTING Section 632 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 632.01 This work consists of furnishing, installing, operating, maintaining, moving, adjusting, and removing lighting to illuminate construction workspaces for night work. Night work will be defined as work performed between 30 minutes before sunset and 30 minutes after sunrise. Night work shall not be used unless written approval by the Engineer has been provided. MATERIALS AND EQUIPMENT 632.02 The Contractor shall provide lighting for night work in the activity area workspace where construction equipment, workers on foot, or both are present. The workspace is that portion of the roadway closed to road users, or outside of the roadway, set aside for workers, equipment and materials performing contract work. The workspace may be stationary or may move as the work progresses. Illumination may be accomplished by using a combination of portable lights, floodlights, equipment mounted lights, or other lighting methods that will provide the required minimum lighting intensity. Light fixtures that are mounted on the construction equipment shall have a secure connection to minimize vibration and ensure that the view of the equipment operator is not obstructed. Portable lights shall be aimed either generally parallel or perpendicular to the roadway, aimed downward towards the work to avoid glare to oncoming drivers. Existing street and highway lighting shall not eliminate the need for the Contractor to provide work area lighting. Vehicle headlights shall not be permitted as the sole means of illumination while working. 632.03 Portable Generator and Inverter Generator. The Contractor shall provide a portable generator, inverter generator, or both as needed to power the added equipment mounted lights on motorized equipment if the existing power supply on the equipment is insufficient to power the added lights. Fuel tank capacity and availability of fuel on site shall be sufficient to permit uninterrupted operation throughout the planned shift. All power sources shall be equipped with a ground -fault circuit interrupter. The generator shall be placed or temporarily mounted on the equipment without obstructing access onto the equipment or the view of the operator. 632.04 Light Meter. The Contractor shall furnish a light meter for use by the Engineer. The meter shall have a digital display calibrated to NIST standards, shall be cosine and color corrected with an accuracy of +1- 5 percent. The light meter shall remain the property of the Contractor after final acceptance. CONSTRUCTION REQUIREMENTS 632.05 Lighting for night work shall include: (1) Minimum lighting intensity of 5 -foot candles for workspace illumination. (2) Illuminate the stationary workspace as stated in (1) above where construction equipment, workers on foot or both are present. (3) Light sources shall be positioned not to interfere with or impede traffic in any direction and not cause glare for motorists or onto adjacent properties whenever possible. The Contractor shall make adjustments, use visors or shields, or both to minimize glare. (4) Illumination for mobile operations within a closed travel lane with traffic control devices will be defined as 20 feet in front of and behind and 5 feet to each side of each piece of moving equipment. 247 August 29, 2022 2 REVISION OF SECTION 632 NIGHT WORK LIGHTING (5) The Contractor shall provide portable lights for Engineer's and contractor personnel performing materials testing for either mobile or stationary operations to illuminate the testing workspace as stated in (1) above. For concrete operations at night, the Contractor shall illuminate the designated concrete truck washout location including the access and the wash out site. (6) Workers on foot, performing work within a moving workspace (i.e., striping layout/installation, surveying, etc.) shall wear ANSI approved high visibility apparel and headwear for Class 3 risk exposure including vest, Class E pants or leg gaiters, and reflective tape on hard hats. Workers may use portable lighting that can be worn on the hard hats that provide 360 -degree visibility. (7) Portable light towers and lights mounted on stands shall be sturdy and free-standing without the aid of guy wires or bracing. Minimum illumination levels as stated in (1) above shall be maintained at a distance of 5 feet on all sides of stationary equipment with either equipment mounted or free-standing lights. (8) The Contractor shall ensure that all pieces of equipment have operating lights to illuminate operator's controls, backhoe and loader buckets, and illuminate the equipment reach limits around rotating equipment (i.e., the paving machine shall have illumination for the hopper, auger, and screed areas). (9) The TCS vehicle shall have the rear of the truck illuminated while installing, maintaining, and removing traffic control devices unless sufficient lighting levels exist with stationary lights. (10) The Contractor shall maintain a uniformity ratio no greater than 5:1 over the stationary workspace. Uniformity ratio is the ratio of average to minimum horizontal illuminance within the workspace. The uniformity ratio shall be determined by dividing the average of all light meter measurements by the light meter measurement at the darkest spot within the illuminated area. 632.06 Night Work Lighting Plan. The Contractor shall submit a lighting plan to the Engineer for review signed by the Contractor's designated person three days in advance of the Preconstruction Conference. The lighting plan shall appropriately describe the work and include the following: (1) Layout drawing and supplemental narrative showing light locations, equipment mounted lights, and configuration including both typical spacing and lateral placement for each work activity. (2) Tabulation of lights for those lights that are included within the Night Work Lighting pay item. Lights included in the tabulation such as tower lights, lights mounted on stands and lighting mounted to mobile equipment (not original equipment lights) but those additional equipment mounted lights or portable lights that provide the 20 feet in front and behind illumination zone shall have catalog cuts giving the specific brand names, model numbers, lamp type and wattage. (3) Narrative description of those operations where workers will be on foot in a moving workspace. Details of hoods, visors, louvers, shields, or other means to be used to minimize glare. The plan shall be revised and updated by the Contractor as requested by the Engineer during the progress of the work to accommodate changes to the work. 632.07 Inspection of Lighting. Lighting inspection by the Engineer will be performed jointly with the Contractor's designated person on a drive through the project to include (1) observation of the lighting setup to evaluate glare potential for drivers and workers and (2) light meter measurements to determine minimum illumination levels. The Contractor shall make adjustments to the lighting as needed based on the Engineer's inspection. In the event of any failure of the lighting system, the Engineer may determine to discontinue work until the required level of illumination is restored. Delays due to insufficient lighting levels are the responsibility of the Contractor. Any 248 August 29, 2022 3 REVISION OF SECTION 632 NIGHT WORK LIGHTING corrections and deficiencies needed to provide the minimum illumination levels shall be addressed by the start of the next work shift. The Engineer will take light meter measurements to verify the minimum lighting levels using a light meter provided by the Contractor during the night work shift. Light meter readings will be taken within the workspace where work is being performed, in a horizontal plane, light sensor part of the meter held parallel to the ground with the sensor aimed upward, 3 feet above the pavement or ground surface. Meter readings will be taken at the source at 5 - foot intervals out to the illuminated workspace perimeter. These measurements will be documented and filed in the project records. 632.08 Lighting for Flagger Stations. For nighttime flagging, flagger stations shall be illuminated by an overhead light source providing a minimum lighting intensity level of 5 -foot candles measured 1 foot out from the flagger's chest. The flagger station light shall illuminate the station area with a radius of at least the width of the lane plus 5 feet and be centered on the flagger in the initial flagging position. The size of the illuminated area shall be increased to account for flagger movements required to control traffic. The flagger station lighting shall be maintained at an adequate height above the pavement and be capable of being shielded through the use of visors, hoods, louvers, or screens as needed to minimize glare to approaching traffic and spilling over onto adjacent properties. METHOD OF MEASUREMENT 632.09 Lighting for night work will not -be measured but will be paid for as a single lump sum. BASIS OF PAYMENT 632.10 Payment for lighting as shown on the Night Work Lighting Plan will include all labor, materials, and equipment necessary to complete and maintain the work. Payment for lighting will include portable 360° visibility lighting worn on hard hats. Progress payments will be made based on the lump sum price bid as follows: 20 percent when the Lighting for Night Work Plan has been submitted, accepted, and satisfactory lighting of nighttime operations has begun; the remaining 80 percent will be paid in equal monthly progress payments for the remaining time lighting is required for the night work operations. Payment will be made under: Pay Item Night Work Lighting Pay Unit Lump Sum Flagger station lighting, designated person, light meters, and additional power sources (generator and inverter) will not be measured and paid for separately but shall be included in the work. END OF SECTION 249 August 29, 2022 REVISION OF SECTION 709 REINFORCING STEEL AND WIRE ROPE Section 709 of the Standard Specifications is hereby revised for this project as follows: Subsection 709.03, paragraph 2 shall be deleted and replaced 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 250 August 29, 2022 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the County's estimate for force account items included in the Contract. The estimate amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payments bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made per subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item Estimated Quantity Amount *F/A Minor Contract Revisions *F/A Asphalt Cement Cost Adjustment *F/A Fuel Cost Adjustment *F/A Erosion Control * Indicates the F/A shall be included in the bonds for the project. F/A F/A $500,000.00 $ 25,000.00 $100,000.00 $150,000.00 F/A F/A F/A Minor Contract Revisions — This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. F/A Fuel Cost Adjustment - Adjustment will be made per with subsection 109.06(i). F/A Asphalt Cement Cost Adjustment — Adjustment will be made per subsection 109.06(i). F/A Erosion Control — This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. All items shall be pre -approved by the engineer before installation or they will be no cost to the project. END OF SECTION 251 August 29, 2022 GENERAL 404 PERMIT The proposed work as shown on the plans has been permitted by the U.S. Army Corps of Engineers under a Nationwide Permit, NWO-2021-00579-DEN. The work is authorized by the Department of Army Nationwide Permit (NWP) 14, Linear Transportation Projects. The Contractor must comply with all special and general conditions attached to the permit. All costs for permit compliance will be included in the costs of the work. Questions regarding this permit should be directed to the U.S. Army Corps of Engineers, Omaha District, Denver Regulatory Office, 9307 South Wadsworth Blvd, Littleton, CO 80128-6901, Attention: Nicholas Franke. Telephone number is (303)-979-4120. Email is Nocholas.A.Franke@usace.army.mil. A copy of this permit is available from the Project Engineer. 252 August 29, 2022 1 TRAFFIC CONTROL PLAN — GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10. The components of the traffic control plan (TCP) for this project are included in the following: 1. Subsection 104.04 and Section 630 of the specifications. 2. Standard Plan S-630-1, Traffic Controls for Highway Construction, and Standard Plan S-630-2. 3. Schedule of Construction Traffic Control Devices. 4. Signing and Striping Plans. 5. Construction Phasing Details. 6. Detour Details. 7. Other. Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. Special Traffic Control Plan requirements for this project are as follows: 1. During the construction of this project, traffic shall use the present traveled roadway unless identified on the plans or approved by the Engineer. 2. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. 3. Access to private properties shall be maintained at all times. 4. During the resurfacing work, only one lane may be closed to traffic at any time unless approved by the Engineer. 5. Traffic shall not be delayed for more than 10 minutes or as directed by the Engineer when the roadway is open to traffic. 6. Two weeks before any road closure, the Contractor shall notify the Weld County Public Works Department. 7. The Contractor shall not perform any work on the roadway between the hours of 6 p.m. and 6 a.m. unless approved by the Engineer. 8. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. END OF SECTION 253 August 29, 2022 UTILITIES COORDINATION The work described in these plans and specifications requires full coordination between the Contractor and the utility companies per subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The locations of utilities shown on the plans and described herein were obtained from the best available information but are not to be considered complete as to location or identification of all utilities that could be encountered. The known utilities are shown on the Contract Drawings. However, additional unknown utilities may exist within the project limits, and the location of known utilities is estimated and the accuracy of shown utility locations is not guaranteed. Many of the utilities shown on the Existing Utilities plan sheets have already been relocated. The Contractor shall verify the location of all utilities, underground pipelines, agricultural irrigation lines, etc. before the start of any digging using non-destructive methods to verify utility clearances. If utilities were relocated during the design and ROW acquisition portion of the project, the Contractor shall be responsible for verifying the depth and position of the relocated facilities. The Contractor shall coordinate the work with the owners of the utilities impacted by the work. Coordination with utility owners includes, but is not limited to, staking construction features, providing and periodically updating an accurate construction schedule which includes all utility work elements, providing written notification of upcoming required utility work elements as the construction schedule indicates, allowing the expected number of working days for utilities to complete necessary relocation work, conducting necessary utility coordination meetings, and all other necessary accommodations as directed by the Project Engineer. The Contractor shall comply with Senate Bill 18-067 and Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, before commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at 811 or 1-800-922- 1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located before beginning excavating or grading. Known utilities within the limits of this project are: UTILITY CONTACT PHONE EMAIL Xcel Energy - Alan Ermer 970-395-1237 Al.ermer@xcelermergv.com Distribution Xcel Energy — Joe Kenworthy 720-616-3977 joseph.a.kenworthvit.xcelenergv.com Transmission CenturyLink Al Perez 970-589-4356 Al.perez@callitc.com North Weld County Jared Rauch 970-356-3020 jaredr@nwcwd.org Water District Atmos Gas Juan Prito Arias 303-831-5694 Juan.pritoariasAatmosenergy.com PDC Tammy Waters 970-313-5521 Tammv.waters@pdce.com DCP Randy Reinick 970-539-1701 rreinickadcomidstream.com Chevron Ryan Antonio 303-913-8156 Rvan.antonio@chevron.com Bliss Ditch Paul Hungenberg 970-539-1533 pawl.hungenberqjSlhungenbergoroduce.com Divide Ditch Paul Hungenberg 970-539-1533 paul.hungenberqlttihunvenbergoroduce.com Prior to excavating or performing any earthwork operations, the Contractor shall positively locate all potential conflicts with existing underground utilities and proposed construction, as determined by the Contractor according to proposed methods and schedule of construction. 254 August 29, 2022 2 UTILITIES COORDINATION For buried lines crossing laterally in the project area, at a minimum, the Contractor shall obtain pothole information on the utility at each edge of ROW and at each flow line of the ditch. For buried lines running parallel to the project area, at a minimum, the Contractor shall obtain pothole information on the utility at 100 -foot intervals throughout the project area. The pothole information including horizontal and vertical position shall be stamped and signed by a registered PLS licensed in the State of Colorado. The Contractor shall coordinate with Atmos Gas and North Weld County Water District for a standby inspector when performing excavation activities near their utilities. All costs (except potholing) are incidental to the foregoing requirements will not be paid for separately but shall be included in the work. BASIS OF PAYMENT Potholing will be paid at the unit prices provided in the bid. No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts. The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as directed by the Project Engineer. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. END OF SECTION 255 August 29, 2022 IRRIGATION FACILITIES COORDINATION The work described in these plans and specifications requires coordination between the Contractor and the adjacent landowners, the Bliss Irrigation Ditch Company, and the Divide Irrigation Ditch Company 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 occur between November 1, 2022 and March 31, 2023. The Contractor shall be aware that the Bliss Irrigation Ditch is co -located with Eaton Draw. The Eaton Draw flows water year round. It may be necessary to divert Eaton Draw through the project site in order to construct the Bliss Ditch irrigation pipeline. The Contractor shall be responsible for phasing the project as necessary to avoid impacts to the irrigation facilities. The Divide Ditch work shall occur between November 1, 2022 and March 31, 2023. The Contractor shall coordinate the removal of the trash rack with the Divide Ditch. The Contractor shall coordinate with the landowner and tenant farm when reconstructing the diversion structure in order to ensure there are no impacts to the farmer's use of the system. Potholing of pipes entering the diversion structure on the south side of CR 66 will be required. The Contractor shall notify all affected landowners at least seven (7) days, before 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. The Contractor shall not spill any dirt, debris, or other foreign materials into the ditches or into Eaton Draw. In the event dirt, debris, or other foreign materials are spilled into the ditches or Eaton Draw, the Contractor shall completely clean the affected portions of the facilities at no cost to the County or the Ditch Company. The Contractor shall be responsible for maintaining the facilities as needed during construction, so the facilities do not impair the operation and maintenance of the facilities. While performing work during the irrigation season (typically April 1st through November 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 before March 31, 2023. Materials for irrigations facilities shall be the types called out on the Plans, or an approved equal. Before 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 256 August 30, 2022 Bid Request No. B2200115, CR 66 and CR 41 Intersection Project Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Mandatory Pre -Proposal Meeting Agenda/Minutes Pre -Bid Meeting Attendance List Receipt of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. CONTRACTOR QUESTIONS AND RESPONSES Question 1: Can the bid deadline be moved to later in the day on September 26, 2022? Answer 1: Yes, Weld County has moved the bid deadline to 5 pm on September 26, 2022. Question 2: The bid documents identify July 14, 2023 as the completion date but the Pre -Bid Meeting Agenda shows July 15, 2023 as the completion date. What is the completion date? Answer 2: Since July 15, 2023 falls on a Saturday, which is a non -workday, Friday, July 14, 2023 will be the completion date. Question 3: Page 1, section 1, paragraph 3 of the bid documents shows the mandatory pre -bid meeting to be on November 2, 2022. Isn't the mandatory pre -bid meeting on August 29, 2022? Answer 3: The mandatory pre -bid meeting was held on August 29, 2022. Both of the shortlisted Contractors were in attendance. However, the date for the mandatory pre -bid meeting has been updated on page 1, section 1, paragraph 3. Question 3: If no dirt work activities are occurring onsite, do we still have to have a process control tester onsite? Answer 3: A process control tester is required to be onsite whenever there are activities associated with sections 203, 206, 304, 306, and 603, Section 106 of the specifications outlines the requirements for the process control testing for earthwork. Weld County has included a pay item on the bid tab for the earthwork process control testing. It should also be noted that the Contractor is responsible for providing process control testing for structural concrete, concrete paving, and asphalt paving. Weld County will not pay for the process control testing associated with testing for structural concrete, concrete paving, or asphalt paving. Question 4: When will the proposers be notified in the event interviews are required? Answer 4: The proposers will be notified on Friday, September 30, 2022 if interviews are going to be required. Question 5: Are the bid forms included in the page count for the proposal? Answer 5: No, the required bid forms are not included in the page count for the proposal. These forms are in addition to the 15 page limit set for the proposal. Question 6: Is there an estimate for how much water normally flows in Eaton Draw during the non - irrigation season? Answer 6: It is unknown what the flows in Eaton Draw are during the non -irrigation season. It is estimated that between 10 and 15 cfs flows in Eaton Draw when there is no irrigation water comingled with it. However, it is the responsibility of the Contractor to determine the flows that will have to be diverted through or around the project area in order to meet the requirements of the CDPHE Stormwater Construction Permit. During the irrigation season, the Bliss Ditch adds between 15 and 40 cfs to Eaton Draw. Question 7: Are the full road closure dates that are included in the bid documents allowed to be changed? Answer 7: Yes, the full road closure dates may be changed with the approval of the Board of County Commissioners. The closure dates shown in the bid documents are intended to allow the • Contractor to perform the work that is outside of the existing roadway while still minimizing disruptions to the traveling public. The closure dates were chosen to allow the Contractor enough time to complete the irrigation and drainage work during the winter and still provide enough time to do the required dirt work and paving activities in the spring. Once the full closure of the road starts, the Contractor will be required to have the road opened to traffic by the stated end date. If the road is not opened to traffic, liquidated damages will be assessed as outlined in Section 108. Question 8: Is there an option to use the asphalt millings as embankment material? Answer 8: No. Weld County will retain ownership of the asphalt millings because they will be used by the Operations Division for maintenance activities. The specifications contain information where the asphalt millings are to be hauled and stockpiled. Question 9: The specifications require the Contractor to start construction within 10 days of the Notice to Proceed. Given that 10 days may not be sufficient time to obtain all of the various permits required for the project, will Weld County be flexible on the start date for construction activity? Answer 9: The Contractor is encouraged to start putting together the required permit applications and submittals as soon as the Notice of Award has been issued. Weld County will work with the Contractor, within reason, to establish a date for the start of construction activities. The Contractor should note that the completion date for this project will remain July 15, 2023 regardless of when the Notice to Proceed is issued. Question 10: Can the Onsite Project Manager act as the Erosion Control Inspector? Answer : Per Section 208.03(c) the Superintendent control serve in an erosion control management role. The Onsite Project Manager can serve as the Erosion Control Inspector as long as they are currently certified as a Transportation Erosion Control Supervisor. Proof of current certification shall be provided and kept in the SWMP Notebook. Prepared By: Clay Kimmi, P.E., Senior Engineer GR-45 - CR 66 and CR 41 Intersection Project Mandatory Pre -Bid Meeting Agenda/Minutes August 29, 2022 Sign -in Sheet — In order to submit a bid, you must be on the sign -in sheet. 2. Project Description/Location a. Located at the intersection of CR 66 and CR 41. Approximately 1.25 miles east of Highway 85 and approximately 1.5 miles north of the City of Greeley. b. The project in general consists of the construction of a new cast in place box culvert (3 cells), adding left turn lanes to all four legs of the intersection, concrete and HMA paving, replacement and relocation of irrigation and drainage systems, and correction of site distance issues. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, concrete pavement, concrete lined irrigation/barrow ditches, and installation of various sized RCP culverts and irrigation pipelines. c. All bidders must meet the requirements of the 2022 version of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction and the Weld County Revisions to those specifications to bid this project. 3. Project Engineering a. Design was provided by Horrocks Engineers. b. Materials Owner Acceptance testing will be arranged by Weld County and will be conducted by Ground Engineering. c. Process Control testing by the Contractor is mandatory for this project. Refer to the Weld County Revision to Section 106 information regarding testing requirements and qualifications for the testing company and their testers. d. Construction administration and inspections will be provided by Weld County Staff. 4. Bidding Requirements a. For the purposes of this project, the terms "proposal" and "bid" are used interchangeably. b. All bids must be emailed to bids@weldqov.com. c. Bid deadline is September 26, 2022. If required, interviews will be on October 5, 2022. d. Note the insurance requirements for the job (i) "Weld County, its elected officials, and its employees" must be included as additional insureds. (ii) Builder's Risk insurance is required. e. Forms required at bid time are listed with an asterisk in the table of contents. 5. Bid Documents a. Bid documents can be downloaded from https://weldcountv.sharefile.com/d- s94ff352f 13184ae0a7274ffc6f473342 b. Bid documents include the project specifications, plans, geotech reports, and samples of contract and associated forms. c. Pages 16 through 32 of the bid documents have to be completed and returned with your bid. 6. Bid Tabulation a. Bid tabulation is found on pages 16 through 20 of the bid documents. b. The option to choose fuel and asphalt cement cost adjustment are found at the bottom of page 20. (i) If you do not choose "Yes" or fail to choose if you accept them, you will not have another opportunity to select them after the bid is opened. (ii) Note that these cost adjustments will go up if the price of fuel or asphalt cement goes up but they also go down if the price of fuel or asphalt cement goes down. c. All force accounts must be included in all bids. (i) Failure to include the force accounts in the total bid price will result in the bid deemed incomplete and it will declared as a non -responsive bid. 7. Project Timeline a. Last day for questions is 7 a.m. on September 19, 2022. b. Final addendum will be posted by 5 p.m. on September 21, 2022. c. Bid closes at 5 p.m. on September 26, 2022. d. Interviews (if required) will be on October 5, 2022 e. Anticipated award by the Board on October 17, 2022 f. Anticipated Notice to Proceed 1 on November 1, 2022 g. Anticipated Notice to Proceed 2 on January 3, 2023 h. Anticipated Completion Date: July 15, 2023 8. Plans a. Construction plans and the applicable M&S Standards are included as a separate document. b. Geotech and Asphalt Design reports are included as a separate document c. Drainage report is included as a separate document d. The 2022 CDOT Field Materials manual will be used by Weld County inspectors and has been incorporated by reference in the Weld County Revisions to the Specifications. (i) The contractor is advised to become familiar with this manual. (ii) Pay attention to the Notice to Contractors section e. Landowner, utility, and irrigation coordination is going to be critical. (i) Irrigation work has to be completed by March 31, 2023 so the farmers in the area can get their water if it is needed. (ii) Landowners have been paid the temporary construction easements (TCE) shown on the plans. If you have to go outside of the TCEs, you must have written permission from the landowner and Weld County has to have a copy of the permission form or agreement. (iii) Landowners and farmers have to have access to their homes and fields at all times. You may have to construct temporary accesses so the landowners and farmers can get in and out of their fields and homes. 9. Construction Phasing a. Proposed phasing plans have been included in the construction drawings and may be modified with prior approval from Weld County. b. Road closures have to be approved by the BOCC. We have to have two weeks' notice prior to the start of any closure. The closures will require MHTs to be approved prior to the closure request being taken to the Board. c. Weld County has anticipated a full road closure from February 1, 2023 to June 30, 2023. (i) It is anticipated that the Contractor can construct a large portion of the drainage, irrigation, and roadway embankment without the need for a road closure. (ii) Full road closures between November 1, 2022 and January 31, 2023 will not be allowed. d. The realignment of Eaton Draw including the cast in place box culvert has to be complete by March 31, 2023. Eaton Draw flows year round because Eaton's wastewater treatment plant releases into it upstream of the project boundaries. The Bliss and Divide Ditches has to be completed by March 31, 2023. Most of the work can be completed without a road closure. The phasing has to be timed so the tie-ins can be done as soon as the full roadway closure is approved. 10. General Project Submittals by Contractor a. Submittals for all materials to be used on the project. (i) Refer to the Weld County Revision to Section 105, Table 105-1 and 105-1 a for a list of submittals that are required. (ii) The items highlighted in yellow are required to be submitted and approved prior to the start of construction. b. Materials Certifications (COCs, CTRs, etc.) will be required with each pay application c. Baseline Construction Schedule has to be submitted and approved prior to the start of construction activities. (i) Monthly schedule updates have to be included with each pay application. (ii) Two or Three week look ahead schedules will be required with each weekly progress meeting. d. Mix designs for asphalt and concrete have to be submitted timely so your paving schedules are not impacted. (i) Mix designs have to be approved a minimum of 2 weeks before the start of paving operations. (ii) Check tests have to be completed a minimum of 2 weeks before the start of paving operations. 11. Davis Bacon Wages/DBE/OJT a. This project does not require Davis Bacon wages, disadvantaged business enterprise, or on the job training. 12. Force Accounts a. Outlines the four force accounts that will be included in the project. (i) Minor Contract Revision (ii) Asphalt Cement Cost Adjustment — If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid. This choice cannot be changed after the bid is opened. (iii) Fuel Cost Adjustment — If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid. This choice cannot be changed after the bid is opened. (iv) Erosion Control b. Force account items must have the written approval of the County Project Manager prior to any force account work being started. c. This project does not have smoothness or quality incentives for HMA and PCCP paving. However, all requirements for smoothness and quality shall be required. 13. Commencement and Completion of Work a. Project is a completion date contract (i) July 15, 2023 (ii) Per the Specification, seeding has to be completed by June 15. (iii) No weather days or less than full-time charged days will be granted b. Working hours are sunrise to'/ hour before sunset, Monday through Friday, excluding holidays. If you want to work outside of these hours, you have to have written authorization from the Engineer. c. Must comply with requirements of ACOE Permit. d. The construction schedule shall include all of the salient features listed in the Commencement and Completion Project Special. e. Method statements for all of the salient features shall be provided. (i) Other method statements may be required at the discretion of Weld County. (ii) The Weld County Revision to Section 108 lists the items that shall be included in the method statements. (iii) Method statements shall be approved by Weld County. 14. Traffic Control a. Construction signing and traffic control is the responsibility of the Contractor. b. Traffic control is a lump sum item so bid accordingly. (i) All traffic control items have to be accounted for in the traffic control lump sum. (ii) See the Weld County Revision to Section 630 and the Project Special for Traffic Control — General. c. Traffic control plans shall be submitted to Weld County for approval prior to any construction and as MHTs are required to be modified. d. Access to adjacent properties must be maintained and coordinated with the affected landowners and farmers at all times. 15. Coordination and Protection of Existing Utilities a. Utility coordination is required on the project b. Utility coordination is outlined in section 105.11 of the Specifications. c. Contractor shall be responsible for protection of all existing utilities and coordination with the affected companies during construction. d. Most of the required relocation work will be complete prior to construction. e. Utilities include CenturyLink, North Weld County Water District, DCP, Chevron, PDC, Extraction, and Xcel. Contact information has been provided in the project special. 16. Irrigation Coordination a. This is critical for all bidders to be aware of. b. This project special outlines the requirements and deadlines for completing the irrigation work. c. Liquidated damages in the amount of $10,000/day will be assessed for each day the irrigation users cannot use their irrigation water after March 31, 2023. 17. Revisions to Section 101 - Definitions a. Note how Weld County has revised certain definitions. b. Note the holidays that are observed by Weld County. No work will be allowed on holidays. 18. Revisions to Section 102 - Bidding Requirements and Conditions a. Note the information included in this revision. b. The Bidding requirements are outlined in more detail on pages 2 through 13 of the bid documents. c. Weld County does not warrant any of the CAD data provided to the Contractor. The CAD data is for information purposes only and may not be used in relation to any requests for additional time or compensation. 19. Revisions to Section 103 - Award and Execution of Contract a. LCPTracker will not be used on this project since certified payrolls are not required. b. Note the forms which have to be provided to Weld County following the bid opening. These have been identified in the bid documents Table of Contents. 20. Revisions to Section 104 - Scope of Work a. Revised definition for differing site conditions — note the exclusions. (i) Contractor initiated change orders are only allowed in extraordinary circumstances. b. Revised the process for repricing items of major work that are in excess of 150% or decreased below 25% of the original bid contract quantity. (i) Note that repricing of bid items is for major items of work and in the amounts described above. c. Snow removal within the project area is the responsibility of the Contractor. Weld County will perform snow removal for the roadways that are outside of the project boundaries. The Contractor will be expected to provide turn around spots for County snowplows. d. Note the items that become the property of the Contractor and have to be properly disposed of. e. Revised formula for value engineering proposals. 21. Revisions to Section 105 - Control of Work a. Added section 105.01 which allows the County to remove any of the Contractor's or subcontractor's employees from the job for any reason. b. Revised section 105.02 on shop drawings and working drawings. (i) For Weld County a working drawing is equivalent to a shop drawing and will be reviewed under the same requirements as a shop drawing. c. Revised section 105.02(f) to require as -built drawings from the Contractor prior to final payment. (i) In addition to the Weld County revision, CDOT Section 105.08 requires as -built plans using a template provided by the Engineer. 1. The description of what has to be included on the as -constructed drawings is found in section 12.1.2.3 of the CDOT Construction Manual which has been incorporated into the bid documents by reference. 2. Weld County will provide the AutoCAD drawings and associated files as the template at the time of award. (ii) The requirement for an as -constructed survey are also outlined in Section 625.04. The as - constructed survey has to be completed per the CDOT Survey Manual, Chapter 6, Section 6.14 d. Added section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. (i) See Table 105-1a for items requiring a submittal. This is in addition to the CDOT items shown in Table 105-1. (ii) There is also a $500/day/submittal pay reduction that will be assessed if the Contractor fails to submit the materials for review and approval. (iii) Note that Table 105-1 a lists the items which require a method statement. (iv) Items required prior to construction are highlighted in yellow. If you have questions about the applicability of a submittal requirement, communicate with the Engineer. e. Revised section 105.03 paragraph 5 to essentially require that all work pass or it will be removed and replaced. f. Revised section 105.03 to require Process Control testing at the rates and with the procedures outlined in the Specifications and the CDOT Field Materials Manual. g. Price Reduction Factors in section 105.03 have been revised. h. Added section 105.03(c) to provide testing requirements for embankment. i. Section 105.05(g) removes the quality incentive for HMA. j. Section 105.06(a) and (d) remove the quality incentive for PCCP. k. Section 105.06(f) has been revised to set the lower tolerance limit for flexural strength to 650 psi. I. Section 105.06(f) has been revised to require a splitting tensile correlation curve during the laboratory mix design phase as well as a correlation curve during the first week of paving. m. Revised section 105.07 regarding the requirements for roadway profiling. n. Revised section 105.07(b)(2) to remove the incentive for smoothness. However, requirements for smoothness are still in effect. o. Revised section 105.09 Order of Precedence. p. Added section 105.10 to require the Contractor to provide meeting agendas, minutes, and attendance sheets for all meetings. q. (i) Note the Contractor shall have a superintendent and project manager with authorization to act for the Contractor at all times. (ii) Failure to do so will result in a suspension of work on the project and contract time will continue. (iii) Pay deductions will follow the Liquidated Damage Table in section 108.09. (iv) Requirement for contractor signatures on the Form 105 - Speed Memo, Form 94 — Minor Contract Revision, or Form 90 — Change Modification Order within 10 days after receipt. CDOT will not participate in disputes. 22. Revisions to Section 106 - Control of Material a. Revised section 106.01 to require a form 1425 for each supplier that provides $10,000 or more of materials. Also requires a Form 205 if the supplier spends 20% or more of their time per week on the project. b. Revised section 106.041 to include testing requirements and frequencies from earthwork items such as Section 203, 206, 304, 306, and 603. (i) See tables 106-1a, 106-1b, and 106-1c. c. Revised section 106.05(a) with requirements for projects with more than 5000 tons of HMA. (i) Process control is mandatory. (ii) Requires that a check test program be successfully completed. d. Revised section 106.06 to require process control testing. e. Flexural strength will be used for acceptance on PCCP. (i) Weld County will be taking splitting tensile cylinders for reference purposes. f. Added section 106.14 regarding the use of trade names and approved equals. g. Added section 106.15 outlining how process control testing will be paid for in relation to Sections 203, 206, 304, 306, and 603. (i) Process control test results have to be provided to Weld County within 24 hours of the field or lab test has been completed. (ii) It is not acceptable to provide test results once per week. (iii) Pay deduction of $300/sample or test will be assessed if the PC testing is not completed per Table 106-1a, 1 b, and 1 c. (iv) Continued failure to provide PC testing will result in the suspension of work, assessment of liquidated damages, and withholding of progress payments. (v) If there is a failing acceptance test, a pay deduction of $300/failing test will be applied. (vi) The intent of this section is for the Contractor to use their PC testing contractor to guide the placement of the earthwork, provide rolling patterns, and ensure the materials will pass the OA testing when it occurs. h. Added section 106.16 outlining how the process control will be paid for. 23. Revisions to Section 107 - Legal Relations and Responsibility to Public a. Added a paragraph to 107.02 for the requirement of a zoning permit fora manufactured home for any construction trailers or cargo containers used for offices. An electrical permit will be required regardless of if the trailer and/or cargo containers are hooked up to generators or line power. b. Added a couple of paragraphs section 107.06 with regards to performance of safety critical work. c. Revised section 107.15 for insurance requirements and additional insured parties. d. Revised section 107.17, Act of God Clause — Contractor shall repair all work damaged by act of God at no cost to the County. (i) No change order will be issued for change in site conditions due to act of God. e. Revised section 107.19 to require a County ROW permit for the project. f. Revised section 107.25 - CDPHE permit to be obtained by the Contractor in conjunction with Weld County and then transferred to the County at the end of the project. g. Revised section 107.25 to make Contractor responsible for any and all fines levied by CDPHE for violations of the permit incurred while the project is being worked on. 24. Revisions to Section 108 - Prosecution and Progress a. Revised section 108.01 to require Form 205 for all subcontractors in paper format b. Revised section 108.02 - Work to start within 10 days of Notice to Proceed. c. Revised section 108.03(b) to include the requirement that the schedule be approved prior to start of work. d. Added section 108.030) that outlines what information is required for method statements. e. Revised section 108.08 to prohibit weekend or holiday work without prior written consent of the County. f. Added paragraphs to 108.08 so County is reimbursed for weekend time spent by Project Manager and Inspector. (i) Minimum of $400 or 4/hours work (ii) After 4 hour minimum, $100/hour credit to monthly pay applications for each County employee that has to be on site during the weekend or holiday work. g. Revised section 108.08(b) to define the completion date contract and no weather days allowed. h. Revised section 108.09 with a new Liquidated Damages table which is different than CDOT's. i. Revised section 108.09 to include a paragraph to require the submission of all paperwork required to closeout a project within 20 days after Notice of Final Acceptance. 25. Revisions to Section 109 - Measurement and Payment a. Added paragraphs to section 109.01 regarding price reductions for failure to provide tickets within 48 hours of placement b. Added paragraphs to section 109.01 that identifies what work is considered incidental to various pay items. c. Revised section 109.06(a) to make retainage 5% of the value of completed work. (i) Will be held on every pay application. (ii) No release of retainage until Final Acceptance. d. Revised section 106.06(h) to include the prompt payment form and project schedule update for each pay application e. Revised the table in section 109.060)(4) to reflect the new CDOT language for asphalt cement adjustments. f. Revised section 109.07 to state that stockpiled materials will not be paid for unless approved by the Engineer. 26. Revision to Section 110 - Weld County Approved Products List a. Added Section 110 to include all of the pre -approved products that Weld County requires in the Specifications. 27. Revision to Section 201 - Clearing and Grubbing a. Revision to section 201.02 to specify what is considered part of clearing and grubbing. b. Revision to section 201.04 to require dump fees to be included in clearing and grubbing. 28. Revision to Section 202 - Removal of Structures and Obstructions a. Revised section 202.01 to define what is included in the removal of structures and obstructions. b. Revised section 202.02(a) to outline what is required for the removal of trees. c. Revised section 202.07 to outline what is required for the removal of pavements, sidewalks, and curbs. d. Replaced section 202.09 with requirements for planing the asphalt mat. (i) Asphalt milling remain the property of Weld County. (ii) The Contractor has to haul the clean millings to our East Davis storage facility. (iii) The Contractor has to haul the dirty millings to our Kersey Grader Shed storage facility. 29. Revision to Section 203 - Excavation and Embankment a. Replaced section 203.02 with new definitions for unclassified excavation, unclassified excavation (Complete in Place), and removal of unsuitable material. b. Revised section 203.03 to specify the minimum R -value for embankment materials. (i) Minimum R -value for embankment is 20 (ii) Minimum R -value for ABC is 69 c. Revised section 203.03, paragraph 9 to require that imported materials be the same sulfate class as specified in the plans or the sulfate exposure class for pipes has to be changed at no additional cost to the project. d. Revised section 203.06 to clarify that method statements are required and to clarify the methodology which will be allowed on various types of soils. Requirements the subgrade to be scarified to a depth of 8 inches and recompacted with appropriate moisture and density controls. This will be required on all pipes as well. e. Revised section 203.07 to clarify the methodology which will be allowed for compaction on various soil types. f. Revised section 203.07 to define how embankment has to be placed in areas that are to be excavated for pipes. g. Revised section 203.08 with requirements for proof rolling. Note the requirement for water truck (18 kip loading per axle proof rolling equipment) to be onsite at all times. h. Revised section 203.11 and 203.12 to clarify how items are paid for. 30. Revision to Section 206 - Excavation and Backfill for Structures a. Revised section 206.01 to include items that are included in the work. b. Revised section 206.02(a) to include Structure Backfill (Special). c. Replaced section 206.02(a((2( with Weld County's mix design requirements for flowfill. (i) Added a maximum strength of flowfill to be 1,500 psi at 28 days. (ii) Minimum strength of flowfill at 28 days is 1,000 psi. (iii) If the flowfill exceeds 1,500 psi, it has to be removed and replaced. d. Revised section 206.02(a((3( to include a requirement to match the sulfate exposure class of imported materials to the sulfate exposure class of the pipes. e. Replaced a paragraph in section 206.03 to clarify requirements for placing and compacting structure backfill (Special). f. Revised section 206.07 to address how open excavations are to be handled. 31. Revision to Section 207 - Topsoil a. Deleted and replaced all of Section 207 to be consistent with CDOT's new topsoil specification. b. Revised section 207.02 to include the requirement for testing onsite and imported topsoil by the CSU Soil Testing Laboratory. c. Section 207.03 requires a pre -vegetation meeting prior to the placement of topsoil. d. Section 207.05 specifies how the subgrade is to be prepared prior to the placement of topsoil. e. Section 207.06 specifies how the topsoil and seeding media are to be placed. f. Section 207.07 and 207.08 cover how topsoil will be paid for. 32. Revision to Section 208 - Erosion Control a. Replaced entire section of 208 with the new Weld County Revision that incorporates the CDPHE Stormwater Construction Permit (CDPS-SCP). b. Off -site water has to be diverted through or around the project at the expense of the contractor. If offsite water including irrigation water, the Contractor will have to treat it and send it through control measures prior to it leaving the site. c. Sediment and pollutants leaving the site have to be self -reported to the CDPHE. d. A SWMP Administrator or an Erosion Control Inspector (ECI) shall be onsite every day to perform daily inspections, keep the SWMP up to date, and maintenance on the control measures. (i) SWMP Administrator or ECI has to be certified with CDOT's TECS. (ii) A copy of the valid TECS certificate for both the Administrator and the ECI shall be included in the SWMP notebook. (iii) SWMP Administrator & ECI cannot be the Contractor's superintendent. Weld County will pay for Erosion Control Management on a daily basis, Monday -Friday, excluding holidays. e. Revised section 208.01 to include phasing plans for implementing control measures. f. Revised section 208.01 to add portions of the CDPS-CSP including definitions. g. Revised section 208.02(c) to include a new definition of temporary berms. h. Revised section 208.02(k) to prohibit the use of plastic swimming pools as a concrete washout. i. Revised section 208.03 to outline who has to attend the Environmental Pre -construction meeting. j. Revised section 208.03 to include portions of the CDPS-SCP regarding what the SWMP has to include. k. Revised section 208.03)c)(1))8) to reflect additional requirement from the CDPS-SCP. I. Revised section 208.03)c))2))1) to reflect additional duties of the ECI. m. Revised section 208.03(d) to reflect additional documentation that is required by the CDPS-SCP. (i) The SWMP notebook has to include a Spill Prevention and Response Plan. It is a required submittal that has to be approved by the Engineer prior to the start of construction. (ii) The List and Evaluation of Potential Pollutants and Method Statement for Containing Pollutant Byproducts has to be approved by the Engineer prior to the start of construction. 1. Note this is also required in section 107.25 of the specifications. 2. This section has been revised to include requirements from the CDPS-SCP. (iii) Item 18 has been revised to reflect requirements from the CDPS-SCP for permanent water quality plan sheets. n. Revised section 208.04(e) to include additional requirements for interim stabilization and final stabilization. o. Replaced section 208.04(f) to update maintenance responsibilities. p. Revised section 208.05 to include additional requirements including: (i) Failures are paid for at the Contractor's expense. (ii) Cleanout requirements for the various control measures. (iii) Concrete washouts have to be fined even if they are more than 5 feet above groundwater. (iv) Aggregate for vehicle tracking pads required for maintenance shall be included in the work. (v) The use of pre -fabricated VTPs are highly encouraged. A submittal is required for review and approval prior to deliver to the site. q. Revised section 208.09 to clarify the regulatory mechanism used for the SWMP. r. Added section 208.09(1) to specify when Weld County will perform the routine water quality audits. s. Revised section 208.11 to outline the requirements for getting paid for erosion control management time. t. Added a paragraph to section 208.11 requiring the SWMP Notebook to be kept up to date. There will be pay reductions for each incident when the SWMP Notebook is out of date by more than one week. 33. Revision to Section 210 - Reset Structures a. Revised section 210.01 to include the resetting of a mailbox. b. Revised section 210.13 to include how the resetting of the mailbox will be paid for. 34. Revision to Section 211 — Dewatering a. Added a new specification outlining the requirements for dewatering. b. Section 211.01 describes what is included in dewatering. c. Section 211.03 outlines what has to be submitted and approved prior to the start of the dewatering activities. (i) The dewatering methods shall be approved by the Engineer prior to dewatering activities. (ii) Dewatering permit shall be acquired from CDPHE. d. Section 211.04 outlines how dewatering will be measured. e. Section 211.05 requires dewatering to be approved by the Engineer prior to the start of any dewatering operations. 35. Revision to Section 212 - Seeding, Fertilizer, Soil Conditioner, and Sodding a. Entire section has been revised to reflect CDOT's new topsoiling specification. b. Revised section 212.01 to inform the Contractor that multiple seeding operations should be anticipated. c. Revised section 212.02 to include the seed mix required for this project. d. Revised section 212.02 to include fertilization and conditioning as identified by the testing performed by the CSU Soil Testing Laboratory. Plan accordingly because it can take more than 6 weeks to get the analysis back from the lab. e. Revised section 212.02(d) to include a requirement for the use of Biotic Earth Black or approved equal as the hydraulic growth medium to be added to the seeding operation. f. Revised section 212.03 with the required submittals for the seeding. g. Revised section 212.04 with the seeding windows used by Weld County. h. Replaces section 212.05 with the requirements for seeding used by Weld County. i. Revised section 212.05(b) to state that hydraulic seeding is not allowed unless approved by the Engineer. j. Revised section 212.05(b) to outline how the Biotic Earth Black is to be applied. k. Section 212.06 outlines when temporary seeding is to occur. I. Revised section 212.09 to state fertilizer, compost, and elemental sulfur are incidental to the seed cost unless called out as individual pay items in the contract documents. (i) For this project, only the hydraulic growth medium has been called out as a separate pay item. (ii) For this project, fertilizers, compost, elemental sulfur, and mycorrhizae are incidental to the cost of seeding. 36. Revision to Section 213 - Mulching a. Revised sections 213.04 and 213.05 to state hydro -mulching and tackifier is incidental to seeding if it is used in lieu of weed free straw or weed free hay mulch. 37. Revision to Section 216 - Soil Retention Covering a. Replaced section 216.01 which identifies what is included in the specification. b. Replaced Table 216-2 with requirements used by Weld County. c. Revised section 216.02(b) with requirements to complete soil conditioning operations prior to placement of soil retention coverings. d. Revised section 216.02(b) with a new table outlining the technical requirements for the TRM used by Weld County. e. Revised section 216.02(c) to outline the requirements for staples. 38. Revision to Sections 304 and 703 - Aggregate Base Course a. Revised section 304.01 to include the various kinds of base course in this project. b. Revised section 304.02 to outline the requirements for the materials. c. Revised section 304.03 to prohibit the use of commercial mineral fillers in the materials. d. Revised section 304.04 to require shouldering materials to be placed without dumping the material on the roadway. e. Revised section 304.06 to require the shoulder be compacted to a minimum of 95% of the modified proctor. f. Revised section 304.04 to outline how aggregate base course will be paid for. g. Revised Table 703-2 to include plasticity and LA abrasion requirements. 39. Revision to Section 306 — Reconditioning a. Revised section 306.01 to describe the reconditioning work on this project. b. Revised section 306.02 to include a description of what is to be reconditioned. c. Revised section 306.04 to make reconditioning incidental to the embankment work. 40. Revision to Section 401 — Plant Mix Pavements — General a. Revised section 401.02(a) to include a job -mix formula for pavement that has been tested by a laboratory and approved by Weld County. Basically, requires a Form 43. b. Revised section 401.02(b) to allow up to 20% RAP in the lower lifts of the HMA. The top lift shall be virgin material. c. Revised section 401.17 to include requirements for the use of pneumatic tire rollers and steel wheel rollers. 41. Revision to Section 403 — Hot Mix Asphalt a. Revised section 403.01 to clarify how the asphalt mix designs are to be submitted. (i) Includes how the check testing program has to be done. b. Revised Table 403-1 to specify the requirements for 100 gyration asphalt. c. Revised Table 403-2 for the minimum voids allowed in the mineral aggregates. d. Revised Section 403.02 with more requirements for HMA paving and process control testing. e. Revised Section 403.03 to require HMA paving to be complete to full thickness prior to the end of the paving season. f. Section 403.05 has been replaced with Weld County requirements for how payment will be made. 42. Revision to Section 411 - Bituminous Materials a. Replaced section 411.05 stating that bituminous materials are not measured and paid for separately but are incidental to the unit prices for HMA. 43. Revision to Section 412 — Portland Cement Concrete Pavement a. Revised section 412.01 to include what happens if there is a conflict in various applicable specifications. b. Revised section 412.03 to change the flexural strength lower tolerance limit and the plan value to 650 psi. c. Revised section 412.04 to outline the proportioning requirements and to set the maximum amount of fly ash to 20%. d. Revised section 412.07(b) to require a minimum of 65% of the mainline concrete paving be down with a slip -form paving machine. e. Revised section 412.10 to require odd, shaped panels or panels less than 12 x 15 ft to be reinforced with welded wire mesh. f. Revised section 412.13(b)(1) to outline requirements for the use of a tie bar insertion machine. g. Revised section 412.14 to require the use of a curing and sealing compound. (i) Product has to be submitted and approved 14 days prior to its use. h. Revised section 412.16 outlining how core holes will be repaired. i. Revised section 412.21 to set the tolerance limit for the PCCP thickness to be equal to the plan thickness. (i) For this project, plan thickness is 9 inches. (ii) If PCCP is not 9 inches, it shall be removed and replaced at the Contractor's cost j. Revised section 412.23 to outline how PCCP will be measured. k. Revised section 412.24 to outline how PCCP will be paid for. (i) Concrete safety edge is incidental to the work. (ii) 1 year warranty shall be in effect for the concrete paving. (iii) No incentive/disincentive for PCCP paving. 44. Revision to Sections 420 and 712 — Geosynthetics a. Revised section 420.06 to provide the requirements for the Geotextile (Mirafi FW-300) under riprap. (i) Mirafi FW-300 is incidental to the riprap work. b. Revised section 420.07 with the requirements for using geotextiles as separator fabrics. c. Revised section 420.09 to outline how geotextiles will be measured. d. Revised section 712.08 and Tables 712-2a and 712-2b to include the specifications for Mirafi FW-300 and Mirafi RS580i. 45. Revision to Sections 420 and 712 — Geogrid Reinforcement for Roadway Embankment a. Revised section 420.11 to outline what is included in the work. b. Revised section 420.12 to include the specifications for Tensar TX -160 in table 420-2. c. Revised section 420.13 to outline the construction requirements for placing the Tensar. d. Revised sections 420.13 and 420.14 to describe how the Tensar will be measured and paid for. 46. Revision to Section 506 - Riprap a. Revised section 506.01 to require Mirafi FW-300 under the riprap used on the project. b. Revised section 506.01 to describe soil riprap. c. Revised section 506.02 to the materials required for soil riprap. d. Revised section 506.03 to describe how soil riprap materials are to be placed. 47. Revision to Section 601 - Structural Concrete a. Revised section 601.01 to prohibit the use of ACI-318 during disputes b. Revised section 601.01 to require that the irrigation diversion structures be surveyed and as -built drawings submitted showing the dimensions and elevations are within 1/8" of the design. (i) If the elevations are more than 1/8" off, the structure has to be removed and replaced at the Contractor's expense. c. Revised Table 601-1 to require that BZ mixes be 4,500 psi at 28 days. d. Revised 601.04 with sulfate resistance requirements for concrete. e. Revised section 601.05(5) to require the lab mix design have a flexural strength of 700 psi at 28 days. f. Replaced section 601.06 with Weld County requirements for batching. Note that batch tickets have to be submitted with every truck or it will be rejected. g. Revised section 601.09(h) and 601.11(e) to include requirements for compressive strength cylinder breaks. h. Revised section 601.12(0) to require compressive strength cylinder breaks. i. Revised section 601.13(2) to require the use of compressive strength cylinder breaks. j. Revised section 601.17(a) outlines how concrete will be tested for acceptance. k. Replaced section 601.17(c) to state that structural concrete either meets the strength or is to be replaced at the County's sole discretion. I. Revised Table 601-3 with pay reduction factors in the event the Engineer allows the concrete to remain. 48. Revision to Section 602 - Reinforcing Steel a. Revised section 602.02 to state all reinforcing steel and welded wire fabric shall be epoxy coated. b. Revised section 602.02 to say that epoxy coated reinforcing steel cannot be substituted for stainless, continuous hop dipped galvanized, zinc coated, and chromium reinforcing steel. c. Revised section 602.08 to require the welded wire mesh to be incidental to the work. 49. Revision to Section 603 - Culverts and Sewers a. Revised section 603.02 with requirements for culverts to meet the sulfate exposure class of the embankment materials surrounding it. b. Revised section 603.02 to require that corrugated steel pipe be aluminized. c. Revised section 603.04 to outline the requirements for placing pipe in embankment materials. d. Revised section 603.07 to require concrete collars around non-standard joints. e. Revised section 603.09 to require flowfill to be used as backfill around culverts. 50. Revision to Section 604 - Manholes, Inlets, and Meter Vaults a. Revised section 604.07 with pay items specific to this project. 51. Revision to Section 609 — Curb and Gutter a. Revised section 609.01 to require the concrete for curb and gutter to be mixed at a ready mix plant. b. Revised section 609.03 to describe the construction requirements for cast in place curbs. 52. Revision to Section 612 - Delineators and Reflectors a. Revision to section 612.02(a) to include the technical specifications for the delineators that Weld County uses. 53. Revision to Section 614 — Traffic Control Devices a. Revision to section 614.02 to include technical requirements for the sign post hardware. b. Revision to section 614.09 requires sign posts in concrete or HMA to be either placed inside PVC pipe sleeves or be in cored holes. 54. Revision to Section 620 - Field Facilities (Field Office Class 2)(County Provided) a. Revised section 620.01 to require a ZPMH from the Planning Department for field offices. Also requires an electrical permit for connection to a generator or line power. b. Revised section 620.02 to provide Weld County's specifications for a field office. (i) Weld County will provide the field office. (ii) Contractor to move the office to and from the project site. (iii) Contractor to provide all items identified in the M&S Standards and in the specifications (office setup, cleaning services, trash services, office copier, paper, drinking water, power, sanitary, parking, etc.) c. Revised section 620.06 to include a pay deduction if the field office is not set up prior to the start of construction activities. d. Revised section 620.08 to make permits incidental to the work. 55. Revision to Section 624 - Drainage Pipe a. Revised section 624.03 to include the requirements for making drainage systems watertight. 56. Revision to Section 625 - Construction Surveying a. Revised section 625.01 for the surveyor to maintain their license in good standing throughout the project. b. Revised section 625.01 to require as -built drawings for the irrigation diversion structures. c. Replaced section 625.04 to provide details on what is required for the construction surveying. 57. Revision to Section 626 - Mobilization a. Revised section 626.01 to include miscellaneous items that have to be included in the mobilization cost. 58. Revision to Section 627 - Pavement Marking a. Revised section 627.13 to include pavement pay items. 59. Revision to Section 629 - Survey Monumentation a. Revised section 629.03 to indicate who is required at the presurvey construction meeting. 60. Revision to Section 630 - Traffic Control Management a. Revised section 630.01 to include miscellaneous items as part of the Traffic Control Management cost. b. Revised sections 630.03 and 630.13 to include portable message sign panels and requirements for their use. c. Revised section 630.14(a) to require flagger certifications within the last 2 years before starting work on the project. d. Revised section 630.18 to state that traffic control management and devices are to be paid as a lump sum. 61. Revision to Section 632 - Night Work Lighting a. Added this revision to outline the requirements for lighting at night. b. Night work is not anticipated for this project so this specification section is only added as a contingency. 62. Revision to Section 709 - Reinforcing Steel and Wire Rope a. Revised section 709.03 to include the specifications for the Time Capsule dowel bars and dowel baskets. 63. Questions? a. This meeting agenda, meeting notes, questions and answers that were provided during the meeting, and attendance list will be posted to BidNet as Addendum 1. b. All questions after the Pre -Bid meeting must be submitted in writing to Clay Kimmi at ckimmi@weldgov.com. c. Deadline for asking questions is 7 a.m., September 19, 2022 d. Final Addendum will be posted by 5 p.m. on September 21, 2022. PRE -BID MEETING ATTENDANCE LIST RFP# B2100137 CR 80 and CR 37 Intersection Project Mandatory Pre -Bid Meeting Attendance Sheet November 9, 2021 at 10 am Name Company Phone Number E-mail Clay Kimmi Weld County Public Works 970-400-3471 ckimmi@weldgov.com Mike Bedell Weld County Public Works 970-400-37063 mbedell(a�weldgov.com Don Dunker Weld County Public Works 970-400-3749 ddunker@weldgov.com Jeff Meyer IHC Scott 847-778-4040 iemever(ciihcscott.com Kris Jensen IHC Scott 720-490-4479 krienseni ihcscott.com Christie Peters Weld County Purchasing 970-400-4216 cmpeterslSweldgov.com Elliott Van Stelle Structures, Inc. 303-475-9857 elliottiS structuresinc.net RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. 1 Date: By: Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: September 7, 2022 Bid Request No. B2200115, CR 66 and CR 41 Intersection Project Weld County, Colorado ADDENDUM NUMBER TWO The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Receipt of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. CONTRACTOR QUESTIONS AND RESPONSES Question 1: Are there AutoCAD files that can be provided? Answer 1: Yes, a zip file has been uploaded to the Sharefile site. The link to the Sharefile site is https://weldcountv.sharefile.com/d-s841 d2e4ff5ab4bf3928deb25f4aee4df. Please note that per the Weld County Revision to Section 102.05, "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." Prepared By: Clay Kimmi, P.E., Senior Engineer 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. 2 Date: By: Date: By: Date: By: Date: By: September 13, 2022 Bid Request No. B2200115, CR 66 and CR 41 Intersection Project Weld County, Colorado ADDENDUM NUMBER THREE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Revision to Section 412, Portland Cement Concrete Pavement, Revised September 13, 2022 Receipt of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. CONTRACTOR QUESTIONS AND RESPONSES Question 1: Are the cast -in -place irrigation structures required to adhere to specifications by the irrigation owner, or are they CDOT? If by the irrigation specification, can the County provide these specifications? Answer 1: Special provisions for the cast -in -place irrigation structures have already been incorporated into the specification or shown on the plans. For the most part, the specifications for the cast -in -place structures are based on the CDOT specifications. Question 2: Per Pavement Final Report page 3, the R -value of the existing soil sample was determined at 17, which is less than the required R -value for embankment. The Project Special Provision per 203.03 on page 110 states that the embankment material shall be a minimum R -value of 20 as specified in the Contract. Can the contractor assume that the existing soil be used as on - site embankment and be exempt from the R -value requirement, with only imported material being required to meet the R -value of 20? Answer 2: If the Contractor wishes to utilize onsite soils as embankment material, they will have to show that the soil has an R -value of at least 20. Question 3: The Project Special Provision per 412.04.(a) states that the cement shall be Type I -II. Currently the cement market is in the process of transitioning the available cement from the Type I- II to 1L. Since the target date for full transition is still fluid, the available cement type can change by the time the work is required. Please consider revising the required cement to be Type I -II to Type I -II or 1L. Answer 3: Weld County will change the specification to allow either Type I -II or Type 1L cement. Question 4: Sheet Number 100 through 102 Note 5 states that any panel that is smaller than 12'x15' shall be reinforced with a wire mesh. While the jointing plans can be subject to change per Contractor's recommendations, the current plan provided by the County will require almost all the pavement to be reinforced. Please clarify if this is the County's intent or to only reinforce the pavement that are odd -shaped panels. Answer 4: The intent of the wire reinforcement is to help provide additional strength to odd -shaped panels. The jointing legend shown on sheets 100 through 102 identifies the panels that are to be reinforced with an "R". Sheets 100 and 102 do not appear to show any panels that are to be reinforced with wire mesh. The only place the "R" appears are in the odd -shaped panels shown on sheet 101. There may be additional panels that will require wire reinforcing depending on how the Contractor plans to do the jointing. Question 5: Please clarify if the Proposed Construction Schedule is included in the 15 page count for the proposal document. Answer 5: Yes, the proposed construction schedule will be included in the 15 page count. It is acceptable for the Construction Schedule to be on an 11x17 sheet. Each 11x17 sheet that contains the proposed construction schedule will be counted as 1 page. For example, if the proposed construction schedule takes 3 11x17 sheets, it will count as 3 pages. Prepared By: Clay Kimmi, P.E., Senior Engineer September 13, 2022 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Sections 412 and 705 of the Standard Specifications are hereby revised for this project as follows: Subsection 412.01 shall include the following inserted prior to the first sentence. Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, Project Special Provisions, or the CDOT Specifications, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall request the County's determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. 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 per Sections 106.06(a) and 601.02. The strength of the concrete shall 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 105-11). 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 shall 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: 412.04 Proportioning. Proportioning shall conform to the requirements below. (a) The maximum allowable amount of Fly Ash shall be 20%. Class F fly ash shall be used. Cement shall be Type I -II or Type IL. (b) Proportioning shall conform to the requirements of subsection 601.05 in addition to the requirements below: (1) Mixture Proportions (i) Composition. Concrete shall be composed of cementitious material, water, fine and coarse aggregates, and admixtures. Supplementary Cementitious Materials (SCM) choice and usage shall be per Section 601 of the Specifications. The total cementitious material content shall be at least 520 LB/CY. Admixtures shall 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 shall 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; September 13, 2022 2 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT 2. Combined aggregate gradation and coarseness/workability plots; 3. Coarse aggregate quality test results, including deleterious materials; 4. Fine aggregate quality test results; 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 shall produce a range of strengths encompassing that required on the project, shall be used. The maximum allowable water -cement ratio shall be per Table 601-1 of the Specifications. Laboratory trial mixtures shall be proportioned for maximum permitted slump and air content. (2) Trial Mixture Studies. Separate sets of trial mixture studies shall be made for each combination of cementitious materials and each combination of admixtures proposed for use. No combination of either shall 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. If the Contractor is manufacturing these mixes and they are not on the CDOT approved mix design list (APL), separate trial mixture studies shall be made for concrete for each placing method (slip form, fixed form, or hand placement) proposed. The temperature of concrete in each trial batch shall be reported. Each mixture shall 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 shall 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 per ASTM C 192/C 192M, using 6" x 6" steel beam forms and 6" x 12" single -use cylinder forms. September 13, 2022 3 REVISION OF SECTION 412 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 per ASTM C 78, cylinders per 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: (i) 3 -day flexural strength (ii) 7 -day flexural strength (iii) 14 -day flexural strength (iv) 28 -day flexural strength (v) 3 -day compressive strength (vi) 7 -day compressive strength (vii) 14 -day compressive strength (viii) 28 -day compressive strength 6. From these graphs, select a water -cement blend that shall produce a mixture giving a 28 -day flexural strength equal to or greater than 700 psi for laboratory mix designs and 650 psi for production mix designs. 7. Using the above -selected water -cement blend, select from the graphs the expected 3 - day, 7 -day, 14 -day, 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: (i) Ratio of the 14 -day compressive strength of the selected mixture to the 28 -day flexural strength of the mixture (for acceptance). (ii) 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 shall be made using the new materials and new Correlation Ratios shall be determined. September 13, 2022 4 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT 10. No concrete pavement shall be placed until the Engineer has approved the Contractor's mixture proportions. The approved water-cementitious materials ratio shall not exceed the maximum value of 0.44 and shall not be increased without the County's written approval. (4) Average CQC Flexural Strength Required for Mixtures To ensure meeting the strength requirements specified above, during production, the mixture proportions selected during mixture proportioning studies and used during construction shall produce a required average CQC flexural strength exceeding the specified strength, R, by the amount indicated below. This required average CQC flexural strength, Ra, shall be used only for CQC operations as specified above and as specified in the previous paragraph. During production, the required Ra shall be adjusted, as appropriate and as approved, based on the standard deviation of equivalent 28 -day strengths being attained during paving. From Previous Test Records: Where a concrete production facility has previous test records current to within 18 months, a standard deviation shall be established per the applicable provisions of ACI 214R. Test records from which a standard deviation is calculated shall represent materials, quality control procedures, and conditions similar to those expected, shall represent concrete produced to meet a specified flexural strength or strengths within 50 psi of the 28 -day flexural strength specified for the proposed work, and shall consist of at least 30 consecutive tests. Perform verification testing, as directed by the Contracting Officer, to document the current strength. A strength test shall be the average of the strengths of two specimens made from the same sample of concrete and tested at 28 days. Required average CQC flexural strength, Ra, used as the basis for selection of concrete proportions shall be the value from the equation that follows, using the standard deviation as determined above: Ra = R + 1.34S Where: S = standard deviation R = specified flexural strength (minimum 650 psi) Ra = required average flexural strength Where a concrete production facility does not have test records meeting the requirements above but does have a record based on 15 to 29 consecutive tests, a standard deviation shall be established as the product of the calculated standard deviation and a modification factor from Table 412-01. September 13, 2022 5 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT TABLE 412-01 MODIFICATION FACTOR FOR CONCRETE PRODUCTION FACILITIES WITH CONSECUTIVE TESTS Number of Tests 15 Modification Factor for Standard Deviation 1.16 20 1.08 25 1.03 30 or more 1.00 Without Previous Test Records: When a concrete production facility does not have sufficient field strength test records for calculation of the standard deviation, the required average strength, Ra, shall be determined by adding 15 percent to the specified flexural strength, R. Consolidation Testing: The provisions relating to the frequency and amplitude of internal vibration shall 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 shall be required. Referee testing of hardened concrete shall be performed by cutting cores from the finished pavement after a minimum of 24 hours for curing. Density determinations shall be made based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. Failure to meet the above requirements shall 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 shall be employed so that the density of the hardened concrete as indicated by further referee testing shall conform to the above - listed requirements. All failing concrete shall be removed and replaced. Subsection 412.07(b), paragraph 1 shall be revised to include the following: The slip -form method shall be used for the majority (65% or more) of all mainline concrete paving. The Contractor's slip -form concrete paving machine shall be capable of paving a minimum width of 16 feet. The Contractor shall submit to the County the specific equipment capabilities for review, prior to any concrete paving being placed. Subsection 412.10 shall be revised to include the following: A material transfer device shall be used when placing manual poured sections of PCCP. Concrete placed in areas that result in panels less than 12 feet by 15 feet or panels that are oddly shaped (i.e., not rectangular) shall be reinforced with welded wire mesh that conforms to Section 709.04 of the Weld County Special Revisions. Subsection 412.13(b)(1) shall be revised to include the following: When 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: 1. Each 2,500 linear feet of longitudinal weakened plane joint resulting from the procedure shall have one random location cored where the core intercep(s an inserted tie bar. The core shall be six-inch diameter taken in the presence of the Engineer. September 13, 2022 6 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT 2. 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. 3. Further failure to consolidate the concrete over the tie -bars shall be justification to preclude the use of the automatic tie -bar insertion for the remainder of the project. Subsection 412.14 references to "curing compound" shall be deleted and replaced with "curing and sealing compound for highway use". Subsection 412.14, paragraph 1 shall be revised to include the following: The "curing and sealing compound" shall be submitted to the Engineer for review and approval at least 14 days prior to its use. Subsection 412.16, paragraph 2 shall be revised to include the following: All concrete cores shall be the full depth of the concrete thickness. All concrete cores shall be repaired using a non -shrink grout such as HD -50 or approved equivalent. The non -shrink grout shall be mixed with 3/8 inch pea gravel when the dimension in any direction exceeds 2 inches. The non -shrink grout mixture shall be placed in the empty core hole. The mixture shall be vibrated to assist with consolidation of the material. The mixture shall be domed above the top of the adjacent pavement surface a minimum of 1/8 inch. After the mixture has cured for a minimum of 24 hours, the Contractor shall grind each filled core smooth to the same level as the top of adjacent pavement surface. Subsection 412.21(a), paragraph 5 shall be deleted and replaced with the following: The lower tolerance limit (TL) for pavement thickness shall be Plan Thickness (PT). There shall be no incentive/disincentive payment 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 at no cost to the Department. Subsection 412.23, paragraph 1 shall be deleted and replaced with the following: The quantities of concrete pavement to be paid for under these items shall be the number of square yards completed and accepted. The width of measurement shall 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 where called for, or as otherwise directed by the Engineer in writing. The length shall 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 shall not be measured and paid separately but shall be included in the work for Concrete Pavement. 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. September 13, 2022 7 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT (a) 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. (b) The PCCP shall be inspected by County staff on a 6 -month basis during 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 shall then meet to finalize the list of deficiencies to be addressed, the 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. (c) 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. (d) 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 412.24, paragraph 8 shall be deleted and replaced with the following: Incentive and Disincentive Payments (I/DP) will not be made for this project. END OF SECTION 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. 2 3 Date: By: Date: By: Date: By: Date: By: September 20, 2022 Bid Request No. B2200115, CR 66 and CR 41 Intersection Project Weld County, Colorado ADDENDUM NUMBER FOUR The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: • Contractor Questions and Responses • Revision to Section 105, Control of Work, Revised September 20, 2022 (changes shown in red) • Revision to Section 401, Plant Mix Pavements — General, Revised September 20, 2022 (changes shown in red) Revision to Section 620, Field Office — Class 2 (County Provided), Revised September 20, 2022 (changes shown in red) • Revised Sheets 4 to 9, 11, 135, and 142 • Receipt of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. CONTRACTOR QUESTIONS AND RESPONSES Question 1: What are the expectations for internet service on this project? Answer 1: The attached revision to section 620 of the Specifications has details on the internet service requirements for this project. In order of preference the internet service shall be: (1) Hard wired broadband or DSL (i.e., Xfinity, Comcast, etc.) (2) Radio broadband (i.e., Rise Broadband, etc.) (3) Satellite broadband (i.e., HughesNet, etc.) (4) Cellular radio — if speed and signal strength requirements are met. (5) Wireless hotspots — only if there is no other option, if the speed and data caps are met, and upon written approval of the Engineer. One hotspot shall be provided per County employee assigned to the project. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. It is known that there is radio broadband internet service in the area so wireless hotspots are not an acceptable form of internet connection for this project. Question 2: What in kind of printer will be required for this project? Answer 2: The revision to Section 620 of the Specifications outlines the printer/copier requirements for this project. A desktop printer/copier will not be sufficient for this project. The printer/copier shall be capable of connecting to the internet router and shall be capable of sending files to multiple email addresses. Question 3: Is it acceptable to utilize on -site soils with R -values less than 20 in non-structural areas, i.e., outside of the roadway prism or driveway prism? Answer 3: Upon further review and consideration, Weld County will allow the use of on -site R-17 or greater soils within the project area. Areas containing soils that are less than R-17 will not be allowed to be used for embankment purposes in the project area. Based on the Pavement Design Report, it appears that bore holes BH-2 and BH-6 will likely have soils that do not meet the R-17 criteria. The Contractor shall be responsible for proving that onsite soils meet the R-17 criteria before it can be incorporated into the project. The revised sheets showing the allowable use of on -site R-17 materials have been attached to this addendum. Question 4: Sheet 135 calls for a new air valve to be installed on the 18" cast iron pipe, but there are no details or specifications for the air valve. Can details or specifications be provided? Answer 4: A detail for the vent pipe is shown below and has been added to sheet 135 of the plans. The revised sheet 135 is included in this addendum. 6.5' MIN (VENT PIPE) V5/:07:K/ PROVIDE 6` MECHANICAL JOINT RESTRAINT FROM TEE TO STEEL PIPE 18"x 18'x 6- M ECHAN ICAL JOINT TEE POL YETH YLEN E BOND BREAKER 18" CAST IRON PIPE --.ess PROVIDE 18' MECHANICAL JOINT RESTRAINT FROM TEE TO CAST IRON PIPE PROVIDE 4 4 SF OF BEARING AREA, 0.4 CU YDS (MIN) 6" STEEL VENT PIPE #5 ANCHOR BAR BENT OVER TEE t2 REQUIRED) IRRIGATION VENT STAND PIPE DETAIL t 8' CAST IRON PIPE ANCHOR BAR Pa YETHYLENE BOND BREAKER IRRIGATION VENT PIPE DETAIL NOT TZ? SCAlE I/c PROVIDE BIRD PROOF VENT CAP 6' STEEL VENT PIPE et, SECTION A -A Question 5: Can an Excel version of the bid schedule be provided with the understanding the calculations are the responsibility of the Contractor? Answer 5: No. However, it is possible for the Contractor to export the bid tabulation found in the PDF to Excel. Question 6: What percentage of the Contract does the prime need to self -perform? Answer 6: Per the Weld County Revision to Section 108.01, paragraph 2, the Contractor shall self -perform 30% or more of the total original contract amount. Question 7: Can the bid date/time be postponed by 2 days? Answer 7: No. Question 8: Paragraph 7 on Page 57 of the bid documents can be interpreted that work inside the roadway prism do not need to be completed by March 31, 2023. It is assumed this is not the case as that all work associated with allowing flows to occur need to be done by March 31, 2023, please confirm. Answer 8: The irrigation and drainage facilities are comingled throughout the site. All work associated with the irrigation and drainage facilities has to be completed by March 31, 2023. Portions of the roadway prism containing an irrigation or drainage facility have to be completed prior to March 31, 2023. It should also be noted, the Weld County Revision to Section 203.07(a) requires the embankment to be constructed to a minimum of 1 foot above the top pipe elevation and for a minimum of at least 5 times the pipe diameter or span of the pipe prior to a pipe being installed. Therefore, areas of the embankment that will have an irrigation or drainage facility installed through it shall also be completed by March 31, 2023. Question 9: The Weld County Revision to Section 104.02(a), specifically the list of items not considered differing site conditions, i.e., items 2, 5,6, 7, 8, 9, 10, and 11, place a lot of risk on the Contractor and therefore unnecessary costs to the Owner. Can these items be revisited? Answer 9: No. Question 10: Similarly, to the above question, based on the response to Q&A 2 in addendum 3, should the bidding contractors assume that none of the existing material can be reused in order to allow for fair bidding? Answer 10: See the response to question 3 in this addendum. Question 11: What item should the costs of handling and disposal materials not meeting an R -value of 17 be accounted for? Answer 11: Since on -site soils which meet an R -value of 17 can now be used as embankment material, this question no longer applies. Question 12: Per the Weld County Revision to Section 202, Removal Asphalt Mat (Planing), millings are to become the property of the County and delivered to the address(es) provided. Is this the case for full depth removal? Answer 12: All asphalt is to be removed to the full asphalt depth using a milling machine. Question 13: Will the County have equipment on site to handle and stockpile the material or is the Contractor expected to do this? Answer 13: The Contractor shall handle and stockpile all millings at the delivery sites. The costs of handling the material and stockpiling shall be included in the cost of the work. Question 14: The Weld County Revision to Section 206.02(a) states that any flowfill that has a 28 days strength greater than 1,500 psi is to be removed and replaced by the Contractor, however that same section dictates the design of the mix. If the placed material meets the mix design requirements of the County's specification but is above the maximum strength is that considered the Contractor's error? Answer 14: In the past, contractors and their concrete suppliers have added extra cement to the flowfill mix resulting in flowfill that was in excess of 3,000 psi at 28 days. The purpose of the revision is to ensure that the Contractor and their concrete supplier are providing flowfill that will meet between 1,000 and 1,500 psi at 28 days. If the Contractor feels that the flowfill mix design provided in the specifications will result in strengths that exceed 1,500 psi at 28 days, the Contractor may provide another mix design for the flowfill. Question 15: Revision of Section 207 states that amendments for Topsoii(On-Site) will not be paid for but should be included in the work. Does the County have test results of the existing topsoil to determine if it meets the requirements? Answer 15: No, the County does not have any test results for the on -site topsoil. Question 16: If the existing topsoil does not meet the requirements of the Contract, will the County consider payment to reduce potential costs to the County? Answer 16: The Revision to Section 207 is based on CDOT's revision which becomes effective on October 1, 2022. The CDOT revision states that the amendments for on -site topsoil are to be included in the work. It should also be noted that the County is paying to supplement the topsoil with the hydraulic growth amendment known as "Biotic Earth Black". If the topsoil has to be supplemented with additional fertilizer or soil conditioners that are in addition to the Biotic Earth Black, the Contractor shall bear those additional costs. Question 17: The existing area versus the final area of topsoil (i.e., stockpile topsoil vs redistribute topsoil (6 inches)) do not appear to match. How will import or export be paid? Answer 17: The bid tab shows that 11,390 CY of topsoil is to be stockpiled and 11,390 CY of topsoil is to be redistributed. Per the Weld County Revision to Section 106.06, excess soil materials generated from the project shall not be disposed of within the project area without written authorization by the Engineer. Per the Weld County Revision to Section 207.01, excess topsoil shall become the property of the Contractor and shall be removed from the project at no additional cost. If the 11,390 CY of stockpiled topsoil is not sufficient to cover the site, Weld County work with the Contractor to pay for imported topsoil that meets the project requirements. Question 18: What is dictating the 150 day closure of the intersection? Answer 18: The 150 day closure is the length of time that Weld County feels will give the Contractor sufficient time to construct the project in accordance with the phasing plan that was provided in the bid documents while minimizing the impacts to the traveling public. The Contractor is free to propose a different phasing plan and length of closure provided it significantly expedites the completion of the project. However, Weld County is not required to approve a different closure duration. Question 19: Will the duration of diverting/channeling water flows without the need of pumping/treating be paid for by the day? If not, how will this be paid? Answer 19: In some cases, the SWMP plan shows offsite water being diverted and flowing along the outside edge of the temporary berms. In these, the diversion is being included in the lineal footage unit price for Temporary Berms. In other instances, the Contractor may have to provide a method for diverting or channelizing the off -site flows through or around the project. It may be necessary for the Contractor to submit a plan for the temporary diversion and/or channelization of the offsite waters for review and acceptance by the Engineer. The payment for the temporary diversion of water through and/or around the project site will be paid for by the linear foot from the Erosion Control Force Account. Prior to authorization to use the Erosion Control Force Account, the Contractor shall provide unit costs for the type of diversion to be utilized. Material submittals shall be submitted to the Engineer for review and acceptance by the Engineer. Question 20: What is the need for maturity meters if concrete compressive strength is determined by cylinder breaks (reference revision of section 601)? Answer 20: This question appears to be in reference to the Weld County Revision to Section 601.05. This specific section is related to the mix design submittal requirements for all concrete including the Class P concrete. Maturity meters are required to be placed in the concrete paving per Section 412 of the Specifications so the Class P concrete mix design shall include a maturity correlation curve. The only concrete is being accepted based on compressive strength cylinder breaks is the Class D concrete. Maturity meters are not required for Class D concrete. Question 21: Does the County have a location in mind for the field offices? Answer 21: Weld County has not identified a specific location for the field offices. Per the Weld County Revision to Section 620.06 of the Specifications, the field office shall be located within 'A mile of the project site. Question 22: Has the County coordinated with the electrical utilities to provide a drop for power to provide electricity to the field offices? Answer 22: Coordination with the electrical utility for a power drop is the responsibility of the Contractor. The use of generators to provide 24/7 power is acceptable provided the generator meets the requirements outlined in the Weld County Revision to Section 620. Question 23: Is a field lab required to be provided? Answer 23: A field laboratory is not required to be provided. Question 24: The bid documents state the Contractor is required to keep all existing and new drainage structures and features functional and maintain adequate drainage throughout the construction area at all times during construction. There are several locations/items this impacts, can the County provide some clarity on what drainage structures and features this applies to and what the flows are? Answer 24: The intent of this requirement is to ensure that properties upstream and downstream of the project are not impacted due to runoff from storm events. It is also intended to prevent flooding of project site. In short, any existing ditch or culvert has to remain operational until the new drainage infrastructure has been installed and is fully functional. The drainage report that was provided on the Sharefile site has information on the flows. Question 25: Note under Irrigation Notes on Sheet 4 conflicts with the special provisions, please clarify. Answer 25: Irrigation Note 5 on sheet 4 of the construction plans has been updated to be between November 1 and March 31 which is consistent with the special provisions. Question 26: Are any special access needs for planting season known that may not be reflected on the plans that the Contractor needs to be aware of? Answer 26: It is to the Contractor's responsibility to ensure that the landowners and farmers have access to the surrounding properties at all times. This means the Contractor has to coordinate with the landowners and farmers to determine when and how the access to the property will be provided. Question 27: There appears to be proposed improvements outside of the PR -ROW. How will this be handled'? Answer 27: There are several areas where improvements will be made outside of the proposed ROW. Temporary construction easements (TCE) and permanent easements (PE) have been obtained for the areas where work is occurring outside of the proposed ROW. The TCEs and other easements have been acquired are shown on the construction plans and ROW plans. There maybe isolated instances where the Contractor will have to coordinate with the landowners to ensure the transition of an access works for the landowner's needs. In those isolated instances, the Contractor shall provide a copy of the landowner's authorization to the Engineer. Question 28: Has all the ROW required for this project been acquired? If not, when is this expected? Answer 28: All ROW has either been obtained or has a possession and use agreement in place for the project. Question 29: The trash conveyor is shown to be reset by the owner, does this include the electrical? Furthermore, has this duration been accounted for the in March 31 deadline'? Answer 29: The trash conveyor is to be reset by the landowner will be reset at the owner's convenience after the irrigation work has been completed. The landowner will be responsible for ensuring the electrical power is provided. The Contractor shall coordinate with the landowner during the removal and resetting of the conveyor. Question 30: Sheet 142 calls for fillets on the bottom of the walls below the construction joint. Is this an 8" fillet? Answer 30: Yes, 8" x 8" fillets, Typical, is shown for the label in the upper left corner Sheet 142, CBC Section A -A. Question 31: Can the construction joint be moved to the top of the bottom slab? Answer 31: Yes, a note has been added to Sheet 142. If the Contractor wishes to exercise the option to move the construction joint, an RFI shall be requested prior to the start of the CBC box construction. A revised sheet 142 has been included in this addendum. Question 32: Sheet 142 shows a radiused corner, can this be fillet rather than radiused? Answer 32: Yes, a note has been added to sheet 142. If the Contractor wishes to change the radius to a fillet, an RFI shall be requested prior to the start of the CBC box construction. A revised sheet 142 is included in this addendum. Question 33: Will the County allow 20% RAP in the HMA (SX)(100)(PG64-28)? Answer 33: Yes, Weld County will RAP in the HMA (SX)(100)(PG64-28). The Contractor's mix design for the HMA (SX)(100)(PG64-28) shall clearly indicate the percentage of RAP that will be in the mix. An updated Weld County Revision to Section 401 of the Specifications is included in this addendum. Prepared By: Clay Kimmi, P.E., Senior Engineer September 20, 2022 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 paragraph prior to Subsection 105 02(a) The Contractor shall submit a Construction Phasing Plan to the Engineer for review and approval at least five (5) days prior to the Pre -construction Conference The Construction Phasing Plan shall be updated at least once per month and shall be included with the Project Schedule Update Provisions regarding plans, shop drawings, working drawings, and construction documents are set forth in the Contract Documents Subsection 105 02(b), Paragraph 1 shall include the following For the purposes of review, working drawings are the same as shop drawings and shall be reviewed in the same manner Subsection 105 02(e) be deleted and replaced with the following (e) Other Submittals Other submittals shall be prepared and submitted by the,Contractor as defined for working drawings Unless otherwise specified, a copy shall be submitted to the Engineer for review The plans or specifications will indicate which submittals require formal review by the Engineer Subsection 105 02(f), paragraph 2 shall be revised to include the following September 20, 2022 2 REVISION OF SECTION 105 CONTROL OF WORK 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. Subsection 105.02(j) shall be added immediately following Table 105-1 and shall include the following: U) Weld County Project Submittals. Table 105 -la summarizes the minimum required submittals by Weld County. Items highlighted in the table are required to be submitted and approved by Weld County prior to the start of construction. Table 105-1 a is not intended to be all inclusive but is intended to provide the Contractor with submittal requirements in one convenient location. Additional submittals that are not in this table may be required by the Engineer. The Contractor shall provide all submittals required by the Contract, including those not listed in the table. Not all submittals are required for every project and the Contractor shall communicate with the Engineer in the event of any questions. Method Statements required by Section 108.03(j) and have been included in the section that covers a given item. Failure to provide the appropriate submittals to the Engineer for review and approval shall result in the assessment of a pay reduction in the amount of $500 per day per submittal for each day the Contractor fails to provide the required submittal and/or revised submittal. If the Contractor fails to provide a required submittal, the Contractor shall communicate with the Engineer and provide reasons why the submittal was not sent to the Department and a timeline for providing the submittal. TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description 103.01 Form 605 and 621 within 5 days of bid opening 104.07 Value Engineering Proposals (if applicable) 105.02 Construction Meeting and updated Phasing monthly) Plan (submit a minimum of 5 days prior to Pre -Construction 105.02(b) & ;c) Shop Drawings 105.02(b) & (d) Working Drawings 105.07(b; Method of Handling Traffic for Smoothness Acceptance Testing 105.07(e) Method Statement for Corrective Actions (i.e., grinding) 105.18 Overweight Permits Form $10,000 1425 Suppliers or more of supplies List from Contractor or materials to and the Sub project -contractors providing more than 106.01 106.02(b) Agreements between landowners and contractor Material source of sand and gravel with testing results For imported embankment or topsoil - Hazardous waste and substances certification 106.04 Process Control tester certifications for lab and each tester 106.05(a) HMA Process Control Plan 106.05(a)(8) HMA PC notebook 106.05(b) HMA Dispute Testing 106.05(d' HMA mix design quality level revision for stability less than 65 - Contractor to submit written proposal for a 106.06(a) Portland Cement Concrete Paving Process Control Plan TABLE 105-1 a WELD COUNTY SUBMITTALS Section No. Description Concrete Quality Control Plan 106.06(a)(7) PCCP PC notebook 106.11 Buy America Certification 106.12 Submittal for certificates of compliance 106.13 Submittal for certified test results 107.02 Any permits and/or agreements 107.06 Site specific safety plan 107.06(.3)(4) Safety "Toolbox" Meeting Schedule 107.06(e) PPE Statement 107.25(b)(6) Spill Response Plan 107.25(b)(6) List of Potential Pollutant Sources 107.25(b)(7) Dewatering Plan (if required) 107.25(b)(8) Diversion Plan (if working in river) 107.25(b)(8) Agreement to discharge water to a ditch (if required) 107.25(b)(13) Method Statement for Containing Pollutant Byproducts 107.25(b)(19) Clean Equipment Certifications (if working in water) 107.25(d) Colorado Discharge Permit System - Stormwater 108.01 Form 205 for Contractor and each sub -contractor on the project (if applicable) 108.03(b) Baseline Schedule and Monthly updates 108.03(g) Weekly update for 2 week look ahead 108.03(j) Method Statements 108.04(b) Form 1418 - Monthly Payment Summary 109.01 Scale tickets Weigher Certifications Truck identification sheet for each truck making deliveries to the project Scale Certifications 201 Method statement for clearing and grubbing 202 Method statement for removal of structures and obstructions Tree Trimming Contractor Name & Qualifications (including references) 202.02 Bridge Removal Plan (if applicable) 202.09 Planing Plan Method statement for removal of asphalt mat Process Control Plan for planing operations 203 Method statement for embankment Method statement for handling frozen subgrade and materials 203.03(a) Quality Control Plan for embankment 206 _ Method statement for excavation and backfill of structures 206.02(a) Submittal for flow fill mix design 206.09 Shoring designs 207 Method statement for salvaging of topsoil and redistribution of topsoil 207.02(a) CSU Soil Lab Topsoil Test Results 207.04 Submittal for imported topsoil 208 SWMP notebook 208.02(a) & 213.02 Weed Free Certification 208.02(j) Concrete Washout Method Statement 208.03(c) Proof of Erosion Control Supervisor Training Submittal for straw bales Submittal for silt fence 208.05 Submittal for silt berms Submittal for erosion control logs TABLE 105 -la WELD COUNTY SUBMITTALS Section No. Description Submittal for aggregate bags Submittal for mobile concrete washouts Submittal for mobile tracking pads Submittal for stormwater inlet protection Submittal for turbidity curtain Submittal for silt dikes Submittal for temporary construction fence Submittal for vehicle tracking pad aggregate Submittal for other miscellaneous items 209 Method statement for watering and dust palliatives 209.05 Submittal for dust palliative material 209.06 Submittal for source of landscaping water 211 Method statement for dewatering (if required) Dewatering Plan (if required) 212 Method statement for seeding, fertilizing, & soil conditioning 212.02 Submittal for seed mix/seed certification Submittal for fertilizer Submittal for soil conditioner Submittal for composting material 213 Method statement for mulching - can be combined with seeding method statement 213.02 Submittal for weed free straw/hay mulch Submittal for hydraulic mulch Submittal for mulch tackifier 214 & 215 Method statement for planting and transplanting Plan for Landscape Maintenance 214.02 & 215.02 Submittal for vegetation to be planted or transplanted Submittal for humus Submittal for fertilizer 216 Method statement for soil retention blanket and TRM installation 216.02 Submittal for TRM Submittal for soil retention blankets 216.02 (continued) Submittal for staples Submittal for other miscellaneous items 250.03(c) Hazardous Materials Health and Safety Plan 250.04(b) Method Statement for capturing, testing, and disposing of hazardous materials 304.04 Method Statement for ABC Placement 306.01 Method Statement for Reconditioning 307.04 Method Statement for Lime Treated Subgrade 401 Method statement for HMA placement 401.02 HMA Mix Design 401.10 HMA paver wedge system 401.10 Method statement for preventing asphalt paver segregation 401.16 HMA joint plan 401.16 HMA pavement marking plan 401.17 HMA density QL less than 75 - plan for methods and procedures that will be changed to obtain Submittal for additives to HMA Submittal for hydrated lime (if applicable) 403.02 Submittal for mineral fillers (if applicable) Submittal for HMA Segregation Quality Control Plan TABLE 105-1a WELD COUNTY SUBMITTALS Section No Description Submittal for other miscellaneous items 405 Method statement for heating and scarifying treatment 406 , ' Method statement forusing cold patch asphalt 407 02 Submittal for tack coat material 408 Method statement for using joint and -crack sealants 408 02 Submittal for joint and crack sealants 409 Method statement for chip seal , 412 Method statement for placing PCCP 412 02 ' Submittal for PCCP mix design ' Submittal for PCCP admixtures and additives 4 Submittal for PCCP joint and crack sealants Submittal for PCCP curing materials_ Submittal for dowel bars/dowel baskets Submittal for tie bars Submittal for reinforcing steel (if applicable) ' Submittal for other miscellaneous items 412 22 Maturity curve for concrete per CP 69 420 - Method statement for installing geosynthetics 420 02 Submittal for geotextiles/geognds Submittal for geotextile staples (if applicable) Submittal for MSE wall materials 501 Method statement for driving sheet'pile' , ` 501 02 Submittal for sheet piling Submittal for sheet piling tips 502 Method statement for driving steel pile T 502 01 Submittal for steel pile Submittal for reinforcing pile tips Submittal for mechanical splice plates Submittal for certified welders Submittal for certified welding inspector Submittal for pile driving equipment (crane and hammer) 502 05 WEAP Analysis _ 502 09 CAPWAP analysis for pile driving 504 Method statement for constructing walls 504 02 Submittal for MSE wall design Submittal for geomembrane Submittal for wire baskets 506 _ Method statement for placing riprap 506 Submittal for each size of nprap ' 507 Method statement for constructing slope and ditch paving , 507 02 Submittal for grout mix design Submittal for concrete mix design Submittal for curing compounds Submittal for expansion board materials (if applicable) /508 ' / ' Method Statement for constructing timber structures 509 Method statement for constructing steel structures 509 27, -618 14 601 11, -& Erection plan submittal - Written documentation of daily inspections of erected girders 510 Structural Plate Material 512 02 - - / Submittal for bearing 'devices TABLE 105-1 a WELD COUNTY SUBMITTALS Section No Description t Submittal for elastomenc bearing pads 512 17 Submittal of shop drawings, design calculations, & load data for bearing devices ,514, , `_` - ',,""' ,� ° ' , 'Method Statement for Pedestrian and'Bikeway'raihng installation ,' - u ' ''' " , "s „s 515 Method statement for application of waterproofing membrane 515 02 - - - Submittal forwaterproofng membrane ; - , , `Submittal for protective covering _` 601 Method statement for placing structural concrete _ �. �1}, `, f�. � �� , ': 601 03 ;, wr_ - , y� : ,'' °'i ' `" , ` } ° -- ',Submittal for structural concrete design,' �� 5 ���._ Submittal for' $ , -' f ,,.,,,��-��` , �-xcY,�r. a, a,' � _ ," � ;�i�x�' r �� —Submittal for curing compounds , , '' ' ' ' ' ,' ' , ,, Submittal for fly ash -`:,, - Submittal for joint materials - - ' - : ,_ - , , , 'Submittal for reinforcing steel , - _ , , ,Submittal forbearing materials ' 'v' `; , ,-,- , 'M ,Submittal for'epoxy fillers-,, - _ ,pry=_ ,. Y" = �a� , , _ A ;,�,- ` Submittal for pointing and patch materials , f _ ,.. > , ', ' ',_ Submittal for fiber reinforcing inatenals (if,applicable)' T -- '"' - _ 'Submittal for Truck Mixing Certification-` -_ - 601 05 Submittal for concrete mix design Submittal for Certified Test Results - Cement, fly ash, etc -6601'07(c)(3) ,V„' ,,,/,',, , ° Fornf46 - Concrete Truck Mixer'Inspection Certification-,,"- ,, , ' '", ,> rff.'s': ' 601 09 Submittal for precast deck panel working drawings 601 11(a) Submittal for falsework working drawings- ' _ ti - _ 6 r -,„ ' -' 601 12 Winter protection plan (if applicable) Process Control Plan for placing concrete '601 13; Maturity curve for concrete per,CP 69'. . , , ` , ` a 601 14(b) Submittal for structural concrete coating 601 15 �4, ,,Proces Control Plan"for:'piecing, consolidating; firnshmg,,currng, and=protecting badge ,'deck concrete 602 02 Submittal for reinforcing steel Submittal for steel chairs 602-03 " ` ,f, . , ,Submittal ofe'bar hit ,' , ,r°z - ,, ' 603 Method statement for placing culverts and sewers ' ' , ' 603 02 _ _ - Submittal for culverts (all pipe types) '' - ' ' 1 ' , '„ Submittal for pipe toint material ' ' ' - -_ S Submittal for pipe gaskets " ' `` - '-' _ _ _ Submittal for conduit' ' = ;1 ; 604 Method statement for placing manholes, inlets, and other precast materials X60 4 02` ' , s ,'; ,, " r ' = ���' �'� , Submittal for -all manholes,,inlets,,and other precast materials ,,"' f:',, ,,, ' ' Submittal for grates°and manhole covers - _ _ - :, , , '--zw , -" 605 Method statement for laying underground pipes 605 02 .i ,', . ' o 'Submittal for pipe rriatenal - , - . - , _ - ' ' ' -_ _,, - - Submittal for jointing' material � = Submittal for gaskets _ `- r, ' ' r , ` ° _ 606 Method statement for installing guardrail/badge rail `606 02 _ - - Subnittal for guardrail material`(beams; posts, hardware, etc ) Submittal for bridge'rad material (beams, posts, hardware,_etc ) -,- - 607 Method statement for installing fencing � 607 02, ,, Submittal for fence -posts t ' ' : w _ - Submittal for wire tic w �` , ) _ - << TABLE 105-1 a WELD COUNTY SUBMITTALS Section No. Description Submittal for construction fencing Submittal for gates 608 Method statement for installing sidewalks and bikeways 609 Method statement for constructing curb and gutter 611.02 Submittal for precast cattle guard base Submittal for cattle guard decking material 612.02 Submittal for each type of delineator Submittal for reflectors 613.02 Submittal for lighting fixtures Submittal for conduit Submittal for poles Submittal for pullboxes Submittal for grounding systems (ground rods. etc.) 614.02 Submittal for sign materials Submittal for reflective material Submittal for signposts Submittal for signpost bases Submittal for traffic signal equipment Submittal for weather station equipment 615.02 Submittals for headgates, flumes, and other water control devices 618.02 Submittal for prestressed concrete mix design 618.04 Submittal for prestressed concrete shop drawings (Stamped by PE) 618.06 Process Control and Quality Assurance Plan submittal Regrouting voids plan (if applicable) Erection plan submittal 624 Method statement for constructing drainage pipelines 624.02 Submittals for pipes Submittal for gaskets 626.01 Public Information Manager & Plan Stakeholder list Specific Stakeholders needing ongoing communications 627 Method statement for pavement markings 627.02 Submittal for glass beads Submittal for waterborne paint (if applicable) 627.02 (continued) Submittal for epoxy paint (if applicable) Submittal for thermoplastic markers 630.02 Submittal for temporary traffic control signs 630.03 Submittal for message boards 630.04 Submittal for temporary traffic signals 630.05 Submittal for traffic cones 630.08 Submittal for concrete barrier 630.09 NCHRP 350 Certification for Work Zone Devices Submittal for MHTs 630.10 Submittal for Transportation Operations Plan Submittal for Transportation Management Plan/Traffic Control Plan Superintendent & TCS Traffic Control Certifications 630.11 Flagger Certifications 630.16 Submittal for temporary rumble strips 708.00 Paint Certification Miscellaneous Methods of repair TABLE 105 -la WELD COUNTY SUBMITTALS Section No Description Monthly Pay Application Submittals 106 05(a)(8) - HMA PC notebook with daily updates - 106 06(a)(7) PCCP PC notebook with daily updates 106 11(a) & (b) Buy America Certification' Statement (if required) 106 12 Certificates of Compliance 106 13 Certified Test Reports 108 03(c) Monthly Schedule Update includes job progress narrative report, predecessor/successor report, early start report, float report, critical path report, & non -workdays report Civil Rights Affirmative Action Form 1391 - Federal Aid Highway Construction Contractors Annual EEO Report Supervisor EEO Orientation Written Notification to Director of the Office of Federal Contract Compliance Programs for any construction DBE RequirementsPrompt DBE Participation Form_1432 - Commercially Useful Function ‘Questionnaire Payment Form 1420 - DBE Participation Plan Modification Request On the Job Training Form 1337 - Contractor Commitment to Meet OJT Requirements Form 838 - OJT Trainee/Apprentice Report Form 1336 OJT Modification Request Form 832 - Trainee Status & Evaluation Report FHWA 1273 Project EEO Meeting h NOTES 1 The items highlighted in yellow above are required to be submitted and approved prior to the start of construction 2 The items in the table above are not all inclusive There may be additional submittals required by the Engineer Delete Subsection 105 03, paragraph 5 and replace with the following When the Engineer or Inspector finds the materials furnished, work performed, or the finished product are not in conformity with the Contract Documents, and Weld County determines, in its sole discretion, that it has resulted in an inferior or unsatisfactory product, the Work or Materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor 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 and in CDOT's Field Materials Manual The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant Material changes, or other unusual characteristics of the Work Tests that are determined to have sampling or testing errors will not be used The Contractor will not have the option of accepting a price reduction in lieu of producing material that complies with the Contract Documents Continued production of nonconforming Material will not be permitted Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot Rejected material shall be removed at the Contractor's expense Subsection 105 03 the two paragraphs following the Table 105-2 and starting with "If P is less shall be deleted and replaced as follows September 20, 2022 9 REVISION OF SECTION 105 CONTROL OF WORK If P is a negative number quantity, the material will be accepted as being in conformity In cases where one or more elements show a positive P value, such positive values will be added and the resulting sum will be used to determine the total P value If the total P value is between ,0 (zero) and 25, the Engineer may require correction or may accept the material at a reduced price If P is greater than 25, the Engineer may (1) require complete removal and replacement with specification material at no additional cost to the Department, (2) require corrective action to bring the material into conformity at no additional cost to the Department, or (3) where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place with an appropriate price reduction to be based on engineering evaluation but not to be less than that which have occurred had a reduction been made where P=25 If the P for aggregate gradation for items 206, 304, or the gradation of hydrated lime for item 403 is 0 (zero) or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table 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 Process Control Plan The Contractor shall be responsible for Process Control (PC) for all embankment material on this project The Contractor shall submit a written Process Control Plan (PCP), including a methods statement, to the Engineer for acceptance The PCP shall include but not be limited to the following (1) Methods Statements shall include but not be limited to O Embankment placement and alternatives for placement that may be used Handling of frozen materials Trenching through embankment for the placement of pipes and culverts (2) Maximum lift thickness of eight inches in accordance with subsection 203 06 or as directed Compaction equipment capable of obtaining the specified compaction Water trucks with an adequate distribution system that will apply water evenly List of all inspection and materials testing forms and procedures utilized by the Contractor (6) Adherence to Table 106-4 requiring minimum testing frequency (3) (4) (5) The contractor shall submit the PCP at least five working days prior to the start of the work The Engineer's review of thy PCP will not exceed two working days Work shall not begin until the PCP has been accepted in writing, unless otherwise approved September 20. 2022 10 REVISION OF SECTION 105 CONTROL OF WORK 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. Weld County shall be responsible for OA and Independent Assurance Testing (IAT). Subsection 105.06 shall be revised to include the following: A minimum of 10 days prior to the start of concrete paving. the Contractor shall perform a pre -production batch test consisting of a minimum of 10 cubic yards of the approved mix design. The pre -production batch test shall be performed using the actual batch plant and the materials to be used during the concrete paving operation. A set of flexural strength beams and splitting tensile strength cylinders shall be taken and tested at 7 days to determine the 7 -day average flexural and splitting tensile strengths. The average 7 -day flexural strength will be compared with the average 7 -day flexural strength from the laboratory tests for the approved mix design. If the average 7 -day flexural strength is more than 10% below the average 7 -day flexural strengths from the laboratory test for the approved mix design, the Contractor shall provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. Liquated damages will be assessed if the project is not completed on time. If at any time during production, the average 7 -day flexural strength for a lot or sublot is more than 10% below the average 7 -day flexural strength from the laboratory tests for the approved mix design, the Contractor shall immediately stop the concrete paving production and provide a written method statement detailing the corrective actions to be taken and if necessary what changes will be made to the approved mix design. The method statement and mix design changes shall be approved by the Engineer. At the Engineer's discretion, another pre -production batch test may be required before actual production paving will be authorized to start. If the Contractor fails to obtain approval for the method statement and mix design changes, the Engineer may issue a stop work order shutting down paving production. Contract time will continue and no additional time will be added to the Project Schedule. Liquated damages will be assessed if the project is not completed on time. September 20, 2022 11 REVISION OF SECTION 105 CONTROL OF WORK Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Subsection 105.06(a), paragraph 1 shall be deleted and replaced with the following: (a) Incentive/Disincentive payments will not be made to the Contractor for Portland Cement Concrete Paving. The Pay Factors (PF) and Quality Levels(QL) will be made based on test results for the elements of compressive strength and pavement thickness (compressive strength criteria) or the elements of flexural strength and pavement thickness (flexural strength criteria). The Department will indicate in the plans whether compressive strength or flexural strength criteria will be used. If the acceptance criteria are not indicated. flexural strength criteria shall be used. Subsection 105.06(b) shall delete the reference to Tables 105-4 or 105-5 and replace with Tables 105- 10 or 105-11. Subsection 105.06(c) shall be deleted. Subsection 105.06(d) shall be deleted and replaced with the following: (d) As acceptance test results become available, they will be used to calculate accumulated QL for each element and for the item. The Contractor's test results, and the accumulated calculations shall be made available to the Engineer. The Engineer's test results. and the calculations will be made available to the Contractor as early as reasonably practical. Numbers from the calculations shall be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R-11, Rounding Method. Incentive/Disincentive payments will not be made to the Contractor for Portland Cement Concrete Paving. The conformance to contract of the material and elements involved shall be evaluated per Section 412. Subsection 105.06(0 shall be deleted and replaced with the following. (f) When compressive strength is indicated, the Contractor may take cores at his own expense and per Colorado Procedure 65 to provide an alternative determination of strength to replace acceptance test results with a compressive strength less than 4,500 psi. The higher value of the 28 -day compressive strength of acceptance cylinders or the corresponding core's compressive strength will be used for I/DP. When flexural strength is indicated in the Contract, the Contractor shall, in the presence of the Engineer, develop a correlation curve during the laboratory mix design process and during the first week of concrete placement per AASHTO T198 (ASTM C496) Splitting Tensile Strength of Cylindrical Concrete Specimens. Specimens shall be evaluated per CP65-19 method B. At least three splitting tensile strength specimens and four flexural strength specimens will be tested at 3, 7, 14. and 28 days. The splitting tensile strength and flexural strength specimens for each age used to develop the correlation curve shall be cast from the same batch of concrete being placed on the project . The Lower Tolerance Limit (TL) for flexural strength shall be 600 psi. September 20, ,2022 12 REVISION OF SECTION 105 CONTROL OF WORK At any time during production, the Engineer may request a verification of the correlation curve developed during the laboratory mix design phase or the first week of production Verification of the curve shall be done by casting three splitting tensile specimens by the Department and testing them at the Contractor's Process Control Laboratory The flexural strength of the correlated splitting tensile samples shall be compared to the Contractor PC flexural strength results cast from the same batch For verification, both flexural strength specimens and splitting tensile specimens will be tested at 28 days If the correlated flexural strength of the splitting tensile sample is not within 50 psi of the verification beam specimen's flexural strength, a new correlation curve shall be developed within 3 days for future low strength evaluations The new correlation curve will be used for any future low flexural strength evaluations that result from concrete placed on or after the date the new correlation curve specimens are cast Delete Table 105-10, "V" Factors and Incentive Payments - Compressive Strength Criteria and replace with the following Table 105-10 "V" FACTORS AND INCENTIVE PAYMENTS COMPRESSIVE STRENGTH CRITERIA Element V Factor Maximum Incentive Payment Lower Tolerance Limit, 11 Plan Value Compressi"ve Strength 400 psi M 300% 4500'psi 4500` psi Delete Table 105-11, "V" Factors and Incentive Payments - FlexuralStrength Criteria and replace with the following Table 105-11 "V" FACTORS AND INCENTIVE PAYMENTS FLEXURAL STENGTH CRITERIA Element V Factor Maximum Incentive Payment Lower Tolerance Limit, 11 Plan Value Flexural Strength 50 psi 300%' 600_psi 650 psi Delete Subsection 105 07(b)(1), paragraph 11 and replace with the following The Contractor shall notify the Engineer in writing at least five working days in advance of his intention to perform SA testing The Contractor shall profile the project within 14 days after the completion of paving operations The Department will determine if Smoothness Verification Testing (SV) will be performed If SV testing will be performed, it will be performed at the same time as the SA testing Delete Subsection 105 07(b)(1), paragraph 12 and replace with the following The Engineer will witness the SA profiling Within 24 hours after each profile is collected, the'Contractor shall submit the data electronically along with an SA data submittal form to the Engineer and Inspector Subsection 105 07(b)(2) shall be revised to include the following prior to the first paragraph This Project does not have monetary incentive/disincentive payment associated with HMA or PCCP Pavement Smoothness However, the Contractor shall meet all requirements and conditions for Pavement Smoothness Category II (CDOT Tables 105-12 and 105-13) September 20, 2022 13 , REVISION OF SECTION 105 CONTROL OF WORK Delete Subsection 105 07(e), 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 Delete Subsection 105 07(e)(3), paragraph 5 and replace with the following For HMA pavements, the entire ground area of the final pavement surface shall be covered in a chip seal conforming to Section 409 of the Specifications when grinding is complete and after final SA testing is complete The chip seal will not be measured and paid for separately but shall be included in the work In instances where diamond grinding is minimal, the Engineer, at their sole discretion, may allow the final pavement surface to be covered with a Tack Coat conforming to Section 407 of the Specifications when grinding is complete and after final SA testing is complete The tack coat shall not be measured and paid for separately but shall be included in the work Delete Subsection 105 07(f), paragraph 2 and replace with the following The Contractor shall notify the Engineer by email at least 5 working days in advance of his intention to perform final SA testing Weld County will determine if Smoothness Verification Testing (SV) will be performed If SV testing will be performed, it will be performed at the same time as the SA testing Delete Subsection 105 09 and replace with the following 105 09 Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all They are intended to be complementary and to describe and provide for a complete work In the event of a discrepancy, the order of precedence is as follows (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions Weld County Special Provisions Weld County Department of Public Works Conformed Standard Special Revisions to CDOT's 2022 Standard Specifications for Road and Bridge Construction w CDOT Project Special Provisions iv CDOT Standard Special Provisions v CDOT Field Materials Manual (Latest Edition) vi CDOT Construction Manual (Latest Edition) (c) CDOT Standard Specifications (d) Plans J September 20, 2022 14 REVISION OF SECTION 105 CONTROL OF WORK -- Detailed Plans Standard Plans 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 determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict The Contractor shall not take advantage of any apparent error or omission in the Contract Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in `writing for further written explanations as may be necessary and shall conform to the explanation provided The Contractor shall promptly notify the Project Manager of all errors which it may discover in the Contract Documents and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract The fact that the Contract Documents omit or mis-describe any details of any work which is necessary to carry out the intent of the Contract Documents, that are customarily performed under similar circumstances, shall not relieve the Contractor from performing such omitted work or mis-described details of the work, and they shall be performed as if fully and correctly set forth and described in the Contract Documents, without entitlement to a change order except as specifically allowed Subsection 105 10 shall be deleted and replaced with the following 7105 10 Cooperation by Contractor The Contractor shall give the work the constant attention necessary to facilitate progress and shall cooperate with the Engineer, inspectors, and other contractors The Contractor shall be responsible for providing agendas, attendance lists, and meeting minutes for all meetings including but not limited to weekly progress meetings, pre -construction meetings, pre -pour ,-- meetings, pre -pave meetings, pre -environmental meetings, etc Sample meeting agendas are provided in CDOT's Construction Manual The sample meeting agendas shall be modified as necessary to contain project specific information The Contractor shall provide copies of the meeting agendas to the Engineer a minimum of 24 hours prior to the meeting for review During the meeting, the Contractor shall lead the meeting, take attendance, and take meeting minutes Meeting minutes shall be generated by the Contractor and shall be provided to the Engineer within 72 hours for review and acceptance The Contractor shall have on the project, at all times that work is being performed, a competent Project Manager and a Superintendent capable of reading and understanding the contract documents and experienced in the type of work being performed The Project Manager and Superintendent shall not be the same individual unless approved in writing by the Engineer The Project Manager and Superintendent will receive instructions from the Engineer and shall be authorized to act for the Contractor on the project and to execute orders or directions of the Engineer without delay The Project Manager and Superintendent shall promptly supply, irrespective of the amount of work sublet, materials, equipment, tools, labor, and incidentals to complete the Contract September 20, 2022 X15 REVISION OF SECTION 105 CONTROL OF WORK Failure to provide a full-time competent Project Manager and a Superintendent with the authorization to act for the Contractor on the project shall result in a payment deduction as outlined in Section 108 09, Liquidated Damages Table Furthermore, failure to provide a full-time competent Project Manager and a Superintendent shall be grounds for suspension of the Project until such time as a full-time competent Project Manager and Superintendent is provided by the Contractor The Engineer shall have the sole discretion of determining when/if to assess the payment deduction The payment deduction shall be documented on a Form 105, Speed Memo CONTRACT TIME WILL CONTINUE IN THE EVENT OF A WORK SUSPENSION CAUSED BY LACK OF FURNISHING A FULL-TIME COMPETENT PROJECT MANAGER AND SUPERINTENDENT SATISFACTORY TO THE COUNTY When the County issues a Speed Memo (Form 105), Minor Contract Revision (Form 94), or a Change Modification Order (Form 90), the Contractor shall return a signed version of the form within 10 calendar days Failure to provide the signed form(s) to the Engineer will result in the assessment of liquidated damages as outlined in the Liquidated Damages Table in Subsection 108 09 Subsection 105 11, paragraph 4 shall be deleted and replaced with the following If utility facilities or appurtenances are found that are neither identified to the Contract, nor revealed by site investigation, the Engineer will determine whether adjustment or relocation of the utility is necessary The Engineer will make arrangements with either the utility owner or the Contractor to accomplish necessary adjustments or relocations when not otherwise provided for in the Contract Per subsection 104 02(a((5, 7, 8, and 9), the discovery of unknown utility facilities or appurtenances shall not be entitled to a Change Order for Differing Site Conditions Extra work will be considered for payment in accordance with subsection 104 03 only with the written approval of the Engineer Consideration additional contract time will be considered by the Engineer on a case -by -case basis Subsection 105 21(b) shall be deleted and replaced with the following (b) Final Acceptance At Substantial Completion, the Engineer will make an inspection of the project with the Contractor The result of the inspection will be a punch list of outstanding items that have to be corrected and completed withing the time frame indicated on the Notice of Substantial' Completion The punchlist will include the remaining documentation items that shall be submitted for review and acceptance by the Engineer prior to Final Acceptance Upon notice from the Contractor of completion of the Substantial Completion punchlist, the Engineer will make an inspection to verify the punchlist items have been addressed If the work provided for by the Contract has been satisfactorily completed, that inspection shall constitute the final inspection and the Engineer will notify the Contractor in writing of final acceptance indicating the date on which the project was inspected and accepted Upon reviewing and accepting the remaining documentation and with no other outstanding issues, the Engineer will initiate the final advertisement process utilized by the County's Purchasing Department The final advertisement process involves placing an advertisement in, a newspaper of general circulation a minimum of two times at least 10 days apart A newspaper of general circulation is defined as a newspaper which is published daily, triweekly, semiweekly, or weekly and is printed or published in whole or in part in the county in which such notice or advertisement is required to be published The advertisement shall include the final cutoff date for any protests from subcontractors or suppliers and the date of anticipated final payment to the Contractor No retainage release will be made until the final advertisement period has been completed and all issues that have arisen during the final advertisement period have been resolved September 20, 2022 16 REVISION OF SECTION 105 CONTROL OF WORK Final acceptance under this subsection does not waive any legal rights contained in subsection 107 21 Subsection 105 22, paragraph 1 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 22 shall be amended as follows Delete all references to CDOT and replace with Weld County Subsection 105 23 shall be amended as follows Delete all references to CDOT and replace with Weld County Delete Subsection 105 23(b)(1) and replace with the following" 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 Weld County will utilize this list during the DRB process Only individuals who have completed training (currently titled DRB Administration and Practice Training) through the Dispute Resolution Board Foundation or otherwise approved by Weld County can be a DRB member DRB nominees shall be selected from the list of pre -approved candidates When a DRB is formed, the parties shall execute the agreement set forth in subsection 105 23(I) Subsection 105 24 shall be amended as follows Delete all references to CDOT and replace with Weld County Subsection 105 24, paragraph 4 shall be deleted and replaced with the following Non -binding arbitration or litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties Subsection 105 24, paragraph 5 shall be deleted and replaced with the following The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for Weld County Subsection 105 24(a) shall be deleted and replaced with the following (a) Notice of Intent to File a Claim Within 30 days after rejection of the Dispute Resolution Board's Recommendation issued per subsection 105 23, the Contractor shall provide the Director of Public Works or the Director's designated representative with a written notice of intent to file a claim The Contractor shall also send a copy of this notice to the Engineer Weld County will acknowledge in writing receipt of Notice of Intent within seven days Delete Subsection 105 24(e) and replace with the following (e) De Novo Litigation or Merit Binding Arbitration If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or non -binding arbitration to September 20, 2022 17 REVISION OF SECTION 105 CONTROL OF WORK 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 September 20, 2022 1 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a) shall be revised include the following: (1) The job -mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County before construction. Subsection 401.02(b) shall be revised to include the following: Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum binder replacement of 20 percent for all lifts, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter; or other deleterious substances, and must meet the uniformity requirements as outlined below. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual per CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined per 1B or 1C, below, or alternatively, a minimum of five samples of the Contractor's RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164. Method A or B. or per 1C below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the following equation: Total Binder Replaced = (A x B) x 100/E Where: A = RAP % Binder Content * B= RAP %in Mix* E = Total Effective Binder Content * * in decimal format (i.e., 2% is 0.02) The Total Binder Replaced by the binder in the RAP shall not exceed 20 percent of the effective binder content of either the mix design or the produced mix. The use of RAP shall be controlled per subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Process Control (PC) Plan that details how the RAP will be processed and controlled. The PC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined per CP-L 5120, provided a RAP AC content correction factor is determined through correlation testing with AASHTO T-164; Method A or September 20, 2022 2 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL B The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined per CP-L 5120 Frequency 1/1000 tons of processed RAP material (minimum five tests) B Alternative Control of RAP Binder Content _The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120 The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP PC Plan At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used C Control of RAP Gradation (CP31 or AASHTO T-30) Frequency 1/1000 tons of processed RAP material (minimum three tests) D Process Control Charts shall be maintained for binder content and each screen listed in subsection 401 02(b), during addition of any RAP material to the stockpile The Contractor shall maintain separate control charts for each RAP stockpile The control charts shall be displayed and shall be made available, along with RAP AC extraction testing laboratory reports, to the Engineer upon request 2 The processed RAP must be 100 percent passing the 31 5 mm (1% inch) sieve The aggregate obtained from the processed RAP shall be 100 percent passing the 25 0 mm (1 inch) sieve The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters per the following UNIFORMITY` Parameter Standard Deviation Binder Content 0 5 Percent Passing 19 mm ('/<") 4 0 Percent Passing 12 5 mm ('/z") 4 0 Percent Passing 9 5 mm (14") 4 0 Percent Passing 4 75 mm (#4) 4 0 Percent Passing 2 36 mm (#8) 4 0 Percent Passing 600 µm (#30) 3 0 Percent Passing 75 µm (#200) 1 5 "Uniformity is the Maximum allowable Standard Deviation of test results of processed RAP September 20, 2022 3 REVISION OF SECTION 401 PLANT MIX PAVEMENTS — GENERAL 3 If RAP millings generated are incorporated in the same project, per CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix Subsection 401 17, paragraph 1 shall 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 Subsection 401 17 shall be revised to include the following Pneumatic tire rollers shall not be used on SMA pavement Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks END OF SECTION September 20, 2022 1 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2)(COUNTY PROVIDED) Section 620 of the Standard Specifications is hereby revised for this project as follows: Subsection 620.01 shall be revised to include the following: In accordance with Section 107.02, the Contractor shall apply for and obtain a zoning permit for a manufactured home (ZPMH) from the Weld County Department of Planning and Zoning for field offices, field laboratories, and commercial plan laboratories (as required). The Contractor shall apply for and obtain a building permit from the Weld County Building Department for any electrical connections. A building permit shall be required for any field office, field laboratory, or commercial plan laboratory (as required) that is connected to a generator or an electrical meter. The Contractor shall be responsible for coordinating all required inspections. The ZPMH and building permits shall be obtained prior to the start of any work activities on the project. Failure to obtain the ZPMH and building permits shall result in the assessment of liquidated damages as outlined in Subsection 620.02. Delete Subsection 620.02 and replace with the following: 620.02 Field Offices. Field offices, either Class 1 or Class 2 as designated on the plans, shall substantially conform to the details shown on the plans and to the requirements of this section. The specifications and plans shall identify if the Contractor is required to furnish the field office or if the County will furnish the field office. (a) When the field office is provided by Weld County, the Contractor shall transport the trailer to the project site using a sub -contractor which has specialized equipment to move the field office. The sub -contractor shall be capable of setting, leveling, and tying the field office down per the applicable building codes. Weld County in its sole discretion shall approve the sub -contractor authorized to move the field office before it being moved. The use of a pickup truck will not be allowed to move the field office. Weld County will provide a location from which the field office is to be moved from. Following completion of the project, the field office shall be returned to 1755 Holly Ave, Greeley, CO. The Contractor is responsible for returning the field office in the same or better condition than when picked up. (b) When the field office is to be provided by the Contractor, the Contractor shall be responsible for transporting it to and from the project site. The Contractor shall set, level, and tie the field office down per the applicable building codes. The Contractor shall furnish all other related items in Section 620 and M-620-12, including but not limited to: printers, telephone service (if cell phone service is not available) and power. The field office shall be equipped with reliable, high speed internet access (minimum download speed of 50 Mbps with no data caps) for the sole use of Weld County employees or agents (assume 4 users). The Contractor shall be responsible for providing separate internet access for their employees. Required internet services include SSL, VPN, VOIP, and other internet services. September 20, 2022 2 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2)(CONTRACTOR PROVIDED) The order of preference for Internet connections is provided below. If reliable data services are not available, data signal boosters may be required to meet the bandwidth and throughput requirements. (1) Hard wired broadband or DSL (i.e.. Xfinity, CenturyLink, Comcast, etc.) (2) Radio broadband (i.e., Rise Broadband, etc.) (3) Satellite broadband (i.e., HughesNet, Viasat, etc.) (4) Cellular radio — if speed and signal strength requirements are met. (5) Wireless hotspots — only if there is no other optionif speed and data limits are met, and upon written approval of the Engineer. One hotspot shall be provided per County employee assigned to the project. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. The Contractor shall be responsible for locating and installing the field office trailer in a location that is acceptable to Weld County. The Contractor shall obtain the necessary permits for the installation of the field office trailer. The field office shall be equipped with the following: (1) Electricity: If commercial power is available. the service shall be a minimum of 3,000 -watt, 115- 125 AC facility for the field office. If commercial power is not available. independent generators shall be provided. Generators shall be a minimum of 25kW. (2) Office Lighting: All overhead lighting shall meet OSHA and code requirements for office spaces. (3) Ventilation: The field office shall be equipped with heating. ventilation, and air conditioning systems adequate for office use. (4) Parking: The Contractor shall provide an all-weather parking area with one parking space per County employee assigned to the project plus 6 visitor parking spaces. (5) Janitorial: The Contractor shall provide weekly janitorial services. The janitorial services shall include trash bags in all trash cans. sweeping and mopping of the floors, and general cleanup of the offices and meeting spaces. Trash cans both inside and outside of the trailer shall be emptied weekly. (6) Sanitary: Sanitary facilities shall be provided as part of the field office. Although these facilities are not required to be 'dedicated' to the field office, the facilities shall be located within 50 feet of the field office and shall be serviced and maintained in a sanitary condition. The sanitary facility shall be located downwind of the field office. (7) Access: The Contractor shall install and remove a staircase/landing at each field office entrance. The Contractor shall also provide maintenance of the exterior of the office trailer including but not limited to access to the parking area and snow removal. (8) Office Supplies: September 20, 2022 3 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2) (COUNTY PROVIDED) 1 One office type color photocopier/laser printer/scanner machine (a multi -purpose desktop printer will not suffice) with separate trays for 8.5" x 11", 8.5" x 14" and 11" x 17' paper. A. The copier shall be capable of automatically stapling a minimum of 30 sheets (8.5" x 11 ), B. The copier shall be equipped with a standard 50 sheet document feeder; C. The copier shall have a minimum resolution of 600 x 600 dpi; D The copier shall have a minimum of 256 levels of greyscale and shall have both manual and automatic exposure adjustments; E The copier shall have reducing and enlarging ratios between 25% and 400% in 1% increments; F The copier shall have the following features as a minimum: auto magnification, auto paper selection, auto tray switch, booklet/magazine copy, center/border erase, document server, rotate sorting, handle up to 10 separate print jobs, and touch screen control panel; G. The copier shall be capable of copying a minimum of 35 pages per minute; H The scanner shall utilize an embedded scanner capable of 52 ipm at 200 dpi; The scanner shall be capable of a minimum scanning resolution of 600 dpi; J The scanner shall be capable of scanning pages of up to 11" x 17" to TIFF, JPEG, and PDF formats; K. The printer shall be capable of printing a minimum of 35 pages per minute; L. The printer shall be capable of printing at a resolution of up to 600 dpi; 2. This device shall be capable of transmitting the scanned file to multiple email addresses; 3. Toner, printer ink, parts, service, and repairs shall be provided by the Contractor. Repair and maintenance services shall be provided within 5 business days of notification; 4 In the event, of theft, the Contractor shall provide a replacement device with 3 business days; 5 The device shall be capable of wireless networking with all offices in the field office; 6. Paper (Letter and Tabloid sizes) shall be provided by the Contractor; 7 The copy machine shall be wheel mounted and shall be capable of rolling to different locations within the office. (9) Office Furniture: Shall be per CDOT Standard Plan M-620-12 with the following exceptions: September 20, 2022 4 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2) (COUNTY PROVIDED) 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 All trash cans shall have appropriately sized trash bags 2 The common area shall have a minimum of 15 metal folding chairs that can be used for meetings A folding conference table that is a minimum of 8 feet long and 3 feet wide shall be provided in the common area 3 _ A 5 -gallon drinking water cooler capable of providing hot and cold water shall be provided 4 1,000 Watt minimum microwave oven 5 Mini -refrigerator, 3 3 cubic foot minimum 6 Landline telephone and fax service is only required in the event that there is no cell phone reception at the office location All office equipment/supplies and office furniture to be provided for this project shall be free of blemishes and in proper working order The Engineer or Inspector shall approve the office equipment/supplies and office furniture before placement in the office trailer Subsection 620 06 shall be revised to include the following The Contractor shall be responsible for locating and installing the field office trailer in a location that is acceptable to Weld County The Contractor shall obtain the necessary permits for the installation of the field office trailer The field office trailer shall be set up including all utilities at the start of construction Start of construction shall be anything other than mobilization and surveying Both parties shall participate in a facility condition inspection prior to and at the completion of occupancy Set up locations shall be within ', mile of the construction site Field office shall stay on site and operational until final acceptance is given by the Engineer If the field office is not set up at the start of construction, 5% of the bid amount for the field office will be deducted daily until it is placed and fully functional If the bid amount for the field office is less than $10,000 or if the deductions reduce the bid amount below $10,000, then deductions will continue at 5% of the overall project bid price until the office is placed and fully functional The amount to be deducted will occur daily until the field office is placed and fully functional In the event the office trailer or appurtenant facilities are stolen, destroyed, or damaged during the work, except by fault of Weld County, the Contractor shall, at its expense, repair or replace those items to their original condition within five calendar days If loss or damage is caused by Weld County personnel, the Contractor shall replace the facilities within five calendar days, except Weld County shall be responsible for the costs incurred Subsection 620 08 shall include the following The cost of obtaining the ZPMH and building permits shall not be measured separately but shall be included in the Work September 20, 2022 5 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2) (COUNTY PROVIDED) Pay Item Field Office (Class 2) , Pay Unit END OF SECTION Each ISSUED FOR CONSTRUCTION 11 WATER SHALL BE USED AS A DUST PALLIATIVE AS DIRECTED BY THE ENGINEER. ASSUME TWO DAILY WATERINGS FOR THE DURATION OF THE PROJECT LOCATIONS SHALL BE AS DIRECTED COST FOR DUST PALLIATIVE SHALL NOT BE MEASURED AND PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THE WORK 12. THE CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES TO THOSE AREAS WITHIN THE LIMITS OF DISTURBANCE AND/OR TOES OF SLOPE AS SHOWN ON THE PLANS AND CROSS SECTIONS ANY DISTURBANCE BEYOND THESE LIMITS SHALL BE RESTORED TO ORIGINAL CONDITIONS BY THE CONTRACTOR AT HIS/HER OWN EXPENSE CONSTRUCTION ACTIVITIES. IN ADDITION TO NORMAL CONSTRUCTION PROCEDURES SHALL INCLUDE THE PARKING OF VEHICLE OR EQUIPMENT DISPOSAL OF LITTER AND ANY OTHER ACTION WHICH WOULD ALTER EXISTING CONDITIONS. 13. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AFFECTED PROPERTY OWNERS AT ALL TIMES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE PROJECT 14 THE CONTRACTOR SHALL MASK ALL SIGNS CONFLICTING WITH CONSTRUCTION SIGNING. THE MASKING OF SIGNS WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE WORK. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO. EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL AND SECURITY, REFER TO OSHA PUBLICATION 2226. EXCAVATING AND TRENCHING 17 THE CONTRACTOR SHALL HAVE, ON SITE AT ALl TIMES. ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 18 IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY ? A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED FOR WATER THAT IS DISCHARGED INTO A STREAM. STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS CF THE UNITED STATES 20 THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH. WATER QUALITY CONTROL DIVISION, (303) 692.3590, THE STORM WATER MANAGEMENT PLAN. AND THE EROSION CONTROL PLAN. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE EROSION CONTROL PLAN ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREAS IS STABILIZED WITH HARD SURFACE OR LANDSCAPING 21. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH THE MUTCD AND CDOT STANDARD FOR TRAFFIC CONTROL S-630-1, TO WELD COUNTY FOR APPROVAL. PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND AND ALL TRAFFIC CONTROL DEVISES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. EXPECT 2-3 WEEKS OF REVIEW TIME BY WELD COUNTY FOR APPROVAL. 22. ALL REMOVED ITEMS BECOME THE PROPERTY OF THE CONTRACTOR TO BE DISPOSED OF OFF -SITE PER FEDERAL. STATE AND LOCAL LAWS UNLESS OTHERWISE NOTED. 23. PROTECT ALL SURVEY MONUMENTS OUTSIDE OF THE CONSTRUCTION LIMITS FROM DAMAGE IF DAMAGE OCCURS, REPLACEMENT IS AT THE CONTRACTOR'S EXPENSE WITH NO EXTRA COST TO THE PROJECT UNLESS NOTED OTHERWISE 24. SMOOTHNESS CATEGORY FOR THIS PROJECT IS MRI CATEGORY I THE CONCRETE PAVEMENT WILL BE ACCEPTED BY THE WCR 66 ; WCR 41 PROJECT SPECIFICATIONS 25.CONCRETE SHALL BE DESIGNED FOR LOW SULFATE EXPOSURE IN ACCORDANCE WITH THE PROVISIONS OF THE ACI DESIGN MANUAL. SECTION 318, CHAPTER 4 (REFERENCE GEOTECHNICAL INVESTIGATION REPORT, "CR 66 AND CR 41', PREPARED BY YEH AND ASSOCIATES. JANUARY 19, 2021) 26. CONTRACTOR SHALL SUBMIT A HMA LONGITUDINAL JOINT AND PAVEMENT MARKING PLAN THREE (3) DAYS PRIOR TO THE RE -PAVING CONFERENCE (COOT SSRBC 2017. SEC. 401 16) 27.HMA QUANTITIES ARE NEAR OR LESS THAN 500 TONS PER DESIGN THEREFORE, SAMPLING AND TESTING FREQUENCIES WILL BE REDUCED PER CDOT 2022 FIELD MATERIALS MANUAL; GUIDELINES FOR TESTING FREQUENCY REDUCTION ITEM 403 - HOT MIX ASPHALT WELD COUNTY MAY SAMPLE HMA FOR PROJECT LEVEL TESTING CONTRACTOR WILL PROVIDE A HMA QUALITY PLAN INCLUDING METHOD STATEMENTS FOR REPLACEMENT, COMPACTION AND TESTING OF THE HMA FOR THIS PROJECT. 28. THE TYPE OF COMPACTION FOR ABC (CLASS 6) WILL BE AASHTO T-180. THE TYPE OF COMPACTION FOR ROADWAY EMBANKMENT AND THE REMAINDER OF THE PROJECT WILL BE AASHTO T-99 (BASED ON SOIL TYPE OF IN -PLACE AND IMPORTED MATERIAL) 29 THE ABC (CLASS 6) SHALL HAVE AN R -VALUE GREATER THAN 69. THE ROADWAY EMBANKMENT BELOW THE ABC SHALL HAVE A MINIMUM R -VALUE OF 20. EMBANKMENT MATERIAL SHALL HAVE A CLASS 2 POTENTIAL EXPOSURE TO SULPHATE PROVIDE TEST RESULTS FOR APPROVAL PRIOR TO DELIVER" TO THE SITE 30. THE GROUND BENEATH THE EMBANKMENT MATERIAL SHALL BE SCARIFIED AND MOISTURE TREATED BEFORE PLACEMENT OF THE EMBANKMENT MATERIAL (SEE TYPICAL SECTIONS). 31 THE CONTRACTOR SHALL ADDRESS LOCAL CONSTRUCTION DRAINAGE DURING CONSTRUCTION THIS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED INCIDENTAL TO THE WORK. 32 REMOVAL OF SEDIMENT FROM EXISTING PIPES AND CULVERTS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED AS A PART OF THE CLEARING AND GRUBBING PAY ITEM 33 AFTER ROADWAY CONSTRUCTION IS COMPLETED, DELINEATORS (TYPE 1) WILL BE PLACED ON BOTH SIDES OF ALL CURVES IN ACCORDANCE WITH THE WELD COUNTY REVISIONS TO SECTION 612 OF THE SPECIFICATIONS DEL INEATORS SHALL BE SHUR-FLEX GROUND MOUNTED POSTS GREEN IN COLOR. 34. DELINEATORS (TYPE 3) WILL BE PLACED AT ALL CULVERT CROSSINGS ACCORDING TO THE LATEST EDITION OF THE MUTCD. DELINEATORS SHALL BE SHUR-FLEX GROUND MOUNTED POSTS WHITE IN COLOR. 35. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE EROSION CONTROL PLAN. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREA HAS BEEN STABILIZED WITH HARD SURFACE OR LANDSCAPING 36 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AN ACCEPTABLE LOCATION FOR THE FIELD OFFICE AND SHALL OBTAIN ALL NECESSARY PERMITS FOR THE OFFICE TRAILER. THE CONTRACTOR SHALL PROVIDE ALL OTHER RELATED ITEMS DESCRIBED IN THE WELD COUNTY REVISION TO SECTION 620 AND M-620-2 37.ALL CMP PIPES SHALL BE ALUMNIZED CORREGATED PIPE. IRRIGATION NOTES: 1. ALL PVC IRRIGATION PIPE SHALL BE C-900. DR 18, 235 PSI PIPE MINIMUM, UNLESS OTHERWISE NOTED 2 PVC IRRIGATION PIPE LOCATEC BENEATH THE PROPOSED ROADWAY (WITHIN STEEL CASING PIPE) SHALL HAVE THE JOINTS RESTRAINED BY MEGALUG SERIES 1900. SPLIT SEPARATED RESTRAINT HARNESS OR APPROVED EQUAL 3 PIPE RESTRAINTS AND CASING PIPE END PIECED SHALL BE INCLUDEC WITH THE COST OF THE STEEL CASING PIPE. 4 PVC IRRIGATION PIPE LOCATED BENEATH THE PROPOSED ROADWAY SHALL BE ENCASED IN 24" DIAMETER STEEL CASING PIPE (SCHEDULE 20, ASTM A53, GRADE B) STEEL PIPE SHALL BE WELDED BY AN AWS CERTIFIED WELDER CERTIFICATION TO BE PRESENTED TO WELD COUNTY INSPECTORS FOR VERIFICATION BEFORE WELDING WORK BEGINS STEEL PIPE SHALL BE BACKFILLED WITH FLOWFILL (WELD COUNTY MIX DESIGN) 5 ALL IRRIGATION WORK SHALL EE COMPLETED BETWEEN NOVEMBER 1 AND MARCH 3 1 6. THE CONTRACTOR SHALL COORDINATE ALL IRRIGATION SYSTEM WORK REQUIRED BY THE PROJECT WITH THE RESPECTIVE IRRIGATION SYSTEM OWNERS AND THE PROJECT ENGINEER BEFORE STARTING WORK. Computer File Information Creation Date- 3/9/2022 Initials Last Modeled Date 3/9/2022 Initials Fill Path C:1PW WORKIHORROCKS1D0252535 Drawing File Name CR 66 COVER -DWG AutoCAD Version 2018 Scale. AS NOTED Units. Engnstr Index of Revisions 1.! comments. Init18L. WELD COUNTY PUBLIC WOR<S DEPARTMENT 1111 H. STREET I P O BOX 758 I GREELEY, CO. 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 HORROCKS BNOINIBIRS As ConstructeCi No Revisions Revised WCR 66 / 41 INTERSECTION GENERAL NOTES 2 Project No./Code Designer BB .Void Daimler TBS GR45 Sheet Subset GN-03 of 03 Sheet Number 4 ISSUED FOR CONSTRUCTION TYPICAL SECTION NOTES ■ SUBGRADE PREP WILL NOT BE MEASURED OR PAID FOR SEPARATELY AND SHALL BE INCLUDED IN THE COST OF EMBANKMENT MATERIAL (COMPLETE IN PLACE). 2 INCH HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) 2.5 INCH HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) 3 INCH HOT MIX ASPHALT 2 INCH HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) 25 INCH HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) 2.5 INCH HOT MIX ASPHALT -,- •S► •° `• CONCRETE PAVEMENT (9 INCH MN.) �� (GRADING S) 64-22) S) 64-22) (100) (PG �- (GRADING (100) (PG '�► •"•� .J- • �•� 6INCH AGGREGATE BASE COURSE 6 INCH - AGGREGATE BASE COURSE �_y���� - (CLASS 6) R -VALUE >69 6 INCH - AGGREGATE BASE (CLASS 6) R -VALUE >69 COURSE �j 6) R -VALUE >69 GEOGRIDr!'(CLASS 11! liii: TX !! L GEOGRID GEOGRID- (TENSAR -160) 2.0 R -VALUE MINIMUM 20 R -VALUE MINIMUM 20II 2.0' R -MINIMUM 20■ ITENSAR TX -160) (TENSAR TX -160)2.0 WCR 66 HMA WCR 41 HMA r CONCRETE PAVEMENT PER ADDENDUM 4, CAULSiION DETAIL DETAIL DETAIL 3 IF ONSITE MATERIAL IS USED NOT TO SCALE NOT TO SCALE NO i TO SCAI. E_ TOR EMBANKMENT, IT CAN BE R-17. THE CONTRACTOR HAS TO PROVE THAT THE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR EMBANKMENT, IT CAN BE R-17. THE CONTRACTOR HAS TO PROVE THAT THE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR EMBANKMENT, IT CAN BE R-17. THE CONTRACTOR HAS TO PROVE THAT THE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER Computer File Information Index of Revisions WELD COUNTY As Constructed TYPICAL WCR 66 / 41 ROADWAY INTERSECTION SECTIONS 1 Project No./Code Creation Date 3/7/2022 Initials — Lott. Comments I ).t til PUBLIC WORKS DEPARTMENT 11 1 t H. STREET I P.O. BOX 758 I GREELEY, CO. 80632-0758 (970) 356-4000 FAX (970) 304-6497 lisszi•AA,e; HORROCKS No Revisions Last Modifies Date 3/7/2022 Initials — Full Path. C 1PW WORK\HORROCKSID0252543PHONE Revised Designer SPF , GR 45 (having File Name CR 66&41_TYP.DWG Detader TBS �,..�M__ _.._=___ Void Sheet Number 5 - - ENGINEERS AuIoCAD Verson 2018 Scale AS NOTED Um Is Fnglst, Sheet Subset TY-01 of 07 ISSUED FOR CONSTRUCTION TYPICAL SECTION NOTES CL 1.00' GRVL / 1.00' eh THE CONTRACTOR SHALL BE REQUIRED TO PLACE 6 INCHES OF ,/ / GRVL SHLD 1k 5.00' 16.00' 5.00' SHLD COMPLETOPSOILTIONTO THIS OF PAVINGPOINT AFTER CONC /' 12'00 OPERATIONS (IF EXISTING MATERIAL f THRU LANE LEFT TURN LANE AND -/---12.00' THRU LANE f CONC 12.00' IS OTHER THAN SOIL, REPLACE 12.00' / / SEE SLOPE DETAILS SHEET TY-05 • 6 1 / SHLD /1 VARIES 4 FT PAINTED MEDIAN VARIES (� SHLD 6.1 SEE SLOPE DETAILS SHEET TY-05BR IN-KIND). AK POINTS IN OPES SHALL - BEEROUNDED DURING '_ ___- - CONSTRUCTION FOR A PLEASING _ _ - ' _ APPEARANCE. --_ _._ _- -. ---, �__� __ -- a 2% ROADWAY CROSS SLOPE CONCRETE PAVEMENT (9 INCH MIN.) 6 INCHES ABC (CLASS 6) R -VALUE >69 GEOGRID (TENSAR TX -160) 2.0' R -VALUE MINIMUM 20 CONCRETE SAFETY EDGE TYPICAL. SEE SUPERELEVATION DIAGRAM ON PLAN AND PROFILE SHEETS FOR LOCATIONS IT VARIES. * GRAVEL SHOULDER SHALL BE CONSTRUCTED OF CLASS 6 ABC COMPACTED TO A MINIMUM OF 95%. SI SUBGRADE PREP WILL NOT BE MEASURED OR PAID FOR SEPARATELY AND SHALL BE INCLUDED IN THE COST OF EMBANKMENT MATERIAL (COMPLETE WCR 66 AND WCR 41 - CONCRETE ROADWAY PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR IN PLACE). STA 113+75.00 TO 118+70.42 EMBANKMENT, IT CAN BE R-17. THE CONTRACTOR HAS TO PROVE THAT THE • SLOPE VARIES. SEE CROSS SECTIONS AND GRADING PLANS. STA 121 +15.00 TO 124+93.31 R VALUE OF THE ONSITE MATERIAL IS R 17 OR GREATER STA 515+14.56 TO STA 519+34.40 STA 509+00.00 TO 512+79.14 STA 515+14.56 TO 520+00.00 NOT TO SCALE / CL ROAD \MOTH VARIES I PAINTED MEDIAN AND TURN LANE WIDTH VARIES 1.00' GRVL (4.50' TO 16.00') / SHLD* / 5.00' 12.00' 12.00' 5.00' f / GRVL SHLD* SEE SLOPE DETAILS 12.00' SHLD / LANE '�- LANE / SHLD SEE SLOPE DETAILS f SHEET TY-05 / / 12,00' / SHEET TY-05 ASPHALT SAFETY EDGE GEOGRID (TENSAR TX -160) - WCR 66 HMA DETAIL / WCR 41 HMA DETAIL 6 INCHES ABC (CLASS 6) R -VALUE >69 2.0' R -VALUE MINIMUM 20 Ilk WCR 66 AND WCR 41 - ASPHALT ROADWAY STA 109+00.00 TO 113+40.00 PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR EMBANKMENT, R-17. PROVE STA 125+75.00 TO 130+15.00 IT CAN BE THE CONTRACTOR HAS TO THAT THE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER STA 501+70.86 TO 506+07.10 STA 520+25.00 TO 524+65.00 NOT TO SCALE Computer File Information Index of Revisions WELD COUNTY As Constructed TYPICAL WCR 66 / 41 ROADWAY INTERSECTION SECTIONS 2 Project No./Code Creation Date 3/•1/2022 Initials — t,;,, Comments I ,iti II _ 1 I) 1111 , • PUBLIC WORKS DEPARTMENT H. STREET I P.O. BOX 758 I GREELEY. CO. 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 -- 4 HORROCKS r f .�H No Revisions Last Modifies Dale 3/7/2022 Initials — - �Jtl Path. C1PW VVORK\HORROCKS\DO252543 Revised Designer SPF 1 „_ Draw �g File Name CR 66841_TYP.DWG Detailer TBS Void • : 6 j"e�"`.� ` .,:- ; - ENGINEERS kitoCAD Verson 2018 Seale AS NOTED Un is English _ Sheet Subset TY-02 of 07 ISSUED FOR CONSTRUCTION CL TYPICAL SECTION NOTES 4 THE CONTRACTOR SHALL BE REQUIRED TO PLACE 6 INCHES OF / 36.00' TOPSOIL TO POINT AFTER 1.00' GRVL / / ROAD WIDTH / 1.00' COUPLFTION OFSPAVING OPERATIONS (IF EXISTING MATERIAL IS OTHER THAN SOIL, REPLACE SHLD* 5.00' 12.00' 12.00' 5.00' / / GRVL SHLD* IN -KIND). SEE SLOPE DETAILS 12.00' SHLD LANE f LANE ' SHLD '� SEE SLOPE DETAILS BREAK POINTS IN SLOPES SHALL SHEET TY-05 / / f 12.00' / SHEET TY-05 y BE ROUNDED DURING CONSTRUCTION FOR A PLEASING APPEARANCE. - -- 6 .•� . 6. i �� - 2% ROADWAY CROSS SLOPE TYPICAL. SEE SUPERELEVATION DIAGRAM ON PLAN AND PROFILE ASPHALT SAFETY EDGE GEOGRID (TENSAR TX -160) 6 R 2 0' R -VALUE - WICR 61 HMA DETAIL / WCR 41 HMA DETAIL INCHES ABC (CLASS 6) -VALUE >69 MINIMUM 2 SHEETS FOR LOCATIONS IT VARIES. GRAVEL SHOULDER SHALL BE CONSTRUCTED OF CLASS 6 ABC COMPACTED TO A MINIMUM OF 95X WCR 66 AND WCR 41 ASPHALT PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR EMBANKMENT, IT CAN BE R-17. THE HAS mg SUBGRADE PREP WILL NOT BE MEASURED OR PAID FOR - ROADWAY CONTRACTOR TO PROVE THAT THE SEPARATELY AND BE STA 103+00.00 TO 109+00.00 R VALUE OF THE ONSITE MATERIAL IS R 17 OR GREATER IN HOT F INCLUDED IN THE COST OF STA 130+15.00 TO 132+00.00 EMBANKMENT MATERIAL (COMPLETE STA 524+65.00 TO 528+25.00 IN PLACE). NOT TO SCALE CL 27.1T 1.00' / GRVL / ROAD WIDTH / 1.00' / SHLD * 12.00' 12.00' / / GRVL SHLD* 1.00' f 0.62' VANE / LANE 0.55' / 1.00' Z SLOPE // SHLD SHLD �� f Z SLOPE _ •4- -_. SEE SLOPE DETAILS SEE SLOPE DETAILS SHEET TY-05 ASPHALT SAFETY EDGE GEOGRID (TENSAR TX -160) - SHEET TY-05 WCR 66 HMA DETAIL 6 INCHES ABC (CLASS 6) R -VALUE >69 2.0' R -VALUE MINIMUM 2 WCR 66 - ASPHALT ROADWAY PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR STA 133+00.00 TO 134+41.40 EMBANKMENT, IT CAN BE R-17, THE CONTRACTOR HAS TO PROVE THAT THE NOT TO SCALE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER Computer File Information Index of Revisions WELD COUNTY As Constructed TYPICAL WCR 66 / 41 ROADWAY INTERSECTION SECTIONS 3 Project No./Code Creation Date 3/7/2022 Initials — ..air Comments Irnt.,ils PUBLIC WORKS DEPARTMENT 1111 H. STREET I P.O. BOX 758 I GREELEY CO 80632-0758 PHONE. (970) 356-4000 FAX (970) 304-6497 No Revisions Last Modified Date 3/7/2022 Initials — _ Full Patn C \PW VVORK\HORROCKS\D0252543 Revised Designer SPF GR 45 1 1 J ,« • - IIHORROCKS Draw.�g = le Name CR 66&41_TYP.DWG Detatler TBS F...M�.�.. Void Sheet Number 7 aJ`�'-. ENGINEERS AuIoCADVers+on 2018 Scale AS NOTED this Engles') Sheet Subset TY-03 of 07 ISSUED FOR CONSTRUCTION TYPICAL SECTION NOTES CL 22.86' ch NE CONTRACTOR SHALL BE REQUIRED TO PLACE 6 INCHES OF TOPSOIL TO THIS POINT AFTER COMPLETION OF PAVING OPERATIONS (IF EXISTING MATERIAL IS OTHER THAN SOIL REPLACE 1.00' / GRVL ROAD WIDTH / 1.00' IN -KIND). / SHLD * / 10.95' 10.78' / / GRVL SHLD* BREAK POINTS IN SLOPES SHALL BE ROUNDED 1.00' -tie 0.67' LANE / LANE 0.78' 1.00' DURING CONSTRUCTION FOR A PLEASING Z SLOPE SEE SLOPE DETAILS �/ SHLD --1 VARIES SHLD /" VARIES / Z SLOPE SEE SLOPE DETAILS APPEARANCE. 2% ROADWAY CROSS SLOPE SHEET TY-05 SHEET TY-OS TYPICAL. SEE SUPERELEVAT1ON DIAGRAM ON PLAN AND PROFILE Or ASPHALT SAFETY EDGE GEOGRID (TENSAR TX -160) WCR 66 HMA DETAIL -- 6 INCHES ABC (CLASS R -VALUE >69 - 2 0' R -VALUE MINIMUM 2 6) SHEETS FOR LOCATIONS IT VARIES. GRAVEL SHOULDER SHALL BE CONSTRUCTED OF CLASS 6 ABC COMPACTED TO A MINIMUM OF 95%. ii SUBGRADE PREP WILL NOT BE MEASURED OR PAID FOR SEPARATELY AND SHALL BE INCLUDED IN THE COST OF EMBANKMENT MATERIAL (COMPLETE WCR 41 - ASPHALT ROADWAY PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR IN PLACE). STA 500+65.00 TO 500+94.98 EMBANKMENT, IT CAN BE R-17 THE CONTRACTOR HAS TO PROVE THAT THE NOT TO SCALE R•VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER 2 INCH HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) 4 INCH HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) VARIES CL VARIES 'w: ` 6 AGGREGATE / VARIES i / VARIES f - ‘ 6 INCH - AGGREGATE BASE COURSE _ __ : : :� INCH - BASE COURSE 5.0' TO 20.0' 5.0' TO 20.0' (CLASS 6) R -VALUE >69 ��!!! (CLASS 6) R -VALUE >69 111=1 , HI I r_- I GEOGRID I I I L! -I I TX Ei-I I (TENSAR -160) -I I I_ I I =1 GEOGRID 1117,1 I IE I H I I- 2.0' R -VALUE MINIMU 0■ �-I 2.0' R -VALUE MINIMU 20 ■ (TENSAR TX -160) 1 =III= I HI I I;I I l I I I -I I -1 -I SLOPE I I III-1LI I II I SLOPE 1FjE- -lit I VARIES VARIES llll=11 I I -111=TT1=l PER ADDENDUM 4, QUESTION 3 IF ONSITE -I PER ADDENDUM 4, QUESTION 3 IF ONSITE DRIVEWAY HMA MATERIAL IS USED FOR EMBANKMENT, R W DRIVEWAY GRAVEL g.1 MATERIAL IS USED FOR EMBANKMENT, IT CAN BE R-17. THE CONTRACTOR HAS TO_ DETAIL DETAIL CAN BE R-17. THE CONTRACTOR HAS TO PROVE THAT THE R OF THE ONSITE - i -VALUE NOT TO SCALE PROVE THAT THE R -VALUE OF THE ONSITE NOT TO SCALE MATERIAL IS R-17 OR GREATER MATERIAL IS R-17 OR GREATER SEE DRIVEWAY SHEETS TIE INTO TIE INTO FOR ADDITIONAL NOTE: NOTE: EXISTINGEXISTING INFORMATION DRIVEWAYS SHALL BE GRAVELED DRIVEWAYS SHALL BE PAVED GROUND WITH ABC (CLASS 6) BEYOND THE WITH HMA UP TO THE DRIVEWAY PROPOSED RIGHT OF WAY PROPOSED RIGHT OF WAY GROUND TYPICAL SECTION NOT TO SCAL E Computer File Information Index of Revisions WELD COUNTY As Constructed WCR TYPICAL 66 / 41 ROADWAY INTERSECTION SECTIONS 4 Project No./Code Creation Date 3/7/2022 Initials -- ) i!, Comments Ain 4 PUBLIC WORKS DEPARTMENT -- No Revisions Last Modrfiec Da:e: 3/7/2022 Initials — 1111 H. STREET ( P.O. BOX 758 I PHONE 356-4000 GREELEY. CO. 80632-0758 AX: 3044497 Fug ?ate C DPW WORIC\HORROCKS1D0252543 (970) (970) Revised �es�gner SPF GR 45 Oraw �g File Name CR 66a41_TYP.DWG HORROCKS -M Detailer TBS Void Sheet Number AutoCAD Version 2018 Scale AS NOTED Un.ls English - B N d t N s B R 8 Sheet Subset TY-04 of 07 ISSUED FOR CONSTRUCTION VARIES VARIES TYPICAL SECTION NOTES 3.0' CONCRETE SLOPE SEE SEE TIE INTO PAVEMENT AND DITCH PAVING ROADWAY ROADWAY TYPICAL SECTIONS TIE INTO THE CONTRACTOR SHALL BE PLAN VARIES VARIES SHEETS 1.0' PLAN SHEETS StopE. EXISTING VARIES GROUND r REQUIRED TO PLACE 6 INCHES OF TOPSOIL TO THIS POINT AFTER r f SEE SEE ' �` - '� COMPLETION OF PAVING ROADWAY ROADWAY PROFILE SHEETS PROFILE SHEETS TIE INTO VARIES TIE INTO EXISTING GROUND OPERATIONS (IF EXISTING MATERIAL IS OTHER THAN SOIL, REPLACE IN -KIND . TIE INTO EXISTING PAVEMENT TIE INTO PAVEMENT TYPICAL E► V LOPE ARIES SEE GRADING PLANS OP g�� SLOPE DETAIL C BREAK POINTS IN SLOPES SHALL SECTIONS GROUND TYPICAL SECTIONS = v\E BE ROUNDED DURING St STA 129+52.11 TO 135+50.00 �O P� I -11- CONSTRUCTION FOR A PLEASING VARIES l! L-I� NOT TO SCALE \ES V • \ ,j�_ APPEARANCE. '� II - 4INCH '` f CONCRETE SLOPE AND •' �IIII--f-I !�I/i=' ` 2% ROADWAY CROSS SLOPE 6 INCH - ( 1- j. DITCH PAVING TYPICAL. SEE SUPERELEVA TION CONCRETE SLOPE AND -T -TTi_ I t- -- _ �� -2.0' R I} 1 '�j�II��Lt+('- TIE INTO PAVEMENT 59' DIAGRAM ON PLAN PROFILE SLOPE DETAIL A DITCH PAVING --VALUE +!L►-� AND L!lLi I�- j_I I F--! TYPICAL SECTIONS FLOVVLINE SEE ROADWAY PLANS IiMiNIMUM 20' SHEETS FOR LOCATIONS IT VARIES. III TIE TO ~-- LEFT .•� SLOPE ELEVATION 4713.00 STA 107+15.00 TO STA 107+84.47 STA 519+34.40 TO STA 529+75.00 VARIES GRAVEL SHOULDER SHALL BE * CONSTRUCTED OF CLASS 6 ABC SLOPE DETAIL B FIBERMESH COMPACTED TO A MINIMUM OF 95% RIGHT STA 101+49.11 TO 106+89.19 REINFORCEMENT AT STA 528+35.42 TO STA 529+75.00 NOT TO SCALE MINIMUM PER 1.5 POUBS CUBIC YARD SUBGRADE PREP WILL NOT BE MEASURED OR PAID FOR SEPARATELY AND SHALL BE PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR SLOPE DETAIL D INCLUDED IN THE COST OF EMBANKMENT, IT CAN BE R-17. THE CONTRACTOR HAS TO PROVE THAT THE STA 116+22.01 TO 118+68.87 EMBANKMENT MATERIAL (COMPLETE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER NOT TO SCALE IN PLACE). 4.0' BENCH VARIES VARIES SEE DRIVEWAY PLAN SEE DRIVEWAY PLAN AND PROFILE SHEETS AND PROFILE SHEETS VARIES SEE VARIES r SEE \ I ROADWAY 20 0 3 0' 45 0 45.0' EATON DRAW PLAN SHEETS PLAN SHEETS ilr SLOPE if SLOPE 8 INCH MINIMUM VARIES VARIES -1‘,.......---r CONCRETE (CLASS B) '' '••• •• S OP FIBERMESH REINFORCEMENT 6INCH -AGGREGATE BASE AT MINIMUM 1.5 POUNDS PER V RI COURSE - (CLASS 6) CUBIC YARD I I I _I R -VALUE >69 T— I I L`sC� GEOGRID � J "` ' 2.0' R -VALUE MINIMUM 20 at I TIE INTO / MIN.OVER 9��F TIE INTO ONT (TENSAR TX -160) -) 1 (=I - -I 1 Ii EXISTING C6" s! LLL J/ I — GROUND ` I Q�li TYPICAL SECTIONS VARIES SEE GUTTER TYPE 2 (SPECIAL) SLOPE �► ROADWAY DETAIL vAHiES sL0„ PGL EATON DRAW ./ I PROFILE SHEETS NOT TO SCALE 11419/� ef 011f PER ADDENDUM 4, QUESTION 3 IF ONSITE tJ 4 0% 1 ---- 2 0% ( — — MATERIAL IS USED FOR EMBANKMENT, IT 42 INCH CONCRETE SLOPE CAN BE R-17. THE CONTRACTOR HAS TO _i_t- J- SEE DRIVEWAY BUSS PIPE AND DITCH PAVING (REINFORCED) PROVE THAT THE R -VALUE OF THE ONSITE GRAVEL DETAIL MATERIAL IS R-17 OR GREATER SLOPE DETAIL E STA 501+97.15 TO 510+55.00 SEE EATON DRAW PLANS FOR ADDITIONAL INFORMATION NOT TO SCALE Computer File Information Index of Revisions WELD COUNTY As Constructed TYPICAL WCR 66 / 41 SLOPE INTERSECTION SECTIONS 1 Project No./Code Creator Dale 3/7/2022 Initials -- )ate Comments Initials PUBLIC WORKS DEPARTMENT 1111 H. STREET I P O. BOX 758 I GREELEY CO. 80632-0758 PHONE (9 /0) 356 4000 FAX (970) 30a 6497 ltri--- HORROCKS �.,M_�� a No Revisions Last Modihec Da:e 3/7/2022 Initials — Full Patn. C \PW WORK\HORROCKS\D0252543 Revised Designer SPF GR 45 Draw ig 'Fie Name CR 66841_TYP DWG _ Detailer IBS Void Sheet Number 9 =L s,- ENGINEERS AutoCAD Verson 2018 Scale AS NOTED Units "r nglesh Sheet Subset TY-05 of D7 ISSUED FOR CONSTRUCTION CONCRETE WCR 66 HMA PAVEMENT (9 INCH) ---\ GENERAL NOTES 10.00' DETAIL 100.Q0 10.00' 1. THE SAFETY EDGE SHALL BE CONSTRUCTED AS PART OF THE ROADWAY PAVEMENT. 91NCHES 7.5 INCHES A SHOULDER WEDGE DEVICE SHALL BE ADDED TO THE SCREED OF THE PAVING MACHINE. • 4 a - - - - - - - - - - - - - - - - - - - - - - 2. THE CONTRACTOR MAY USE A SHOULDER WEDGE MAKER OR A SIMILAR DEVICE THAT ` �l� �llL_ PRODDUCES THE SAME .� ����y�.`�i�•+ a ` �..izL.. L'�.-_. COMPACTION RESULTS. Aa A A• �• A• A• A• A A•-••-a-;__� I III1 II I 3. SHORT SECTIONS OF HANDWORK WILL WW ILL BE ALLOWED WHEN NECESSARY FOR - III III HI HI l -III III -III -HI HI I I -I I -III III TRANSITIONS AND TURNOUTS. I 12 INCH BASE COURSE (CLASS 6) R -VALUE >6 10.00' MIN. OVERBUILD AREA DURING CONCRETE PLACEMENT AND HMA PLACEMENT WITH ABC PAVEMENT REMOVE PRIOR TO 2.0' GEOGRID (TENSAR R -VALUE MINIMUM TX -160) 20 6 INCH BASE COURSE CLASS 6) R -VALUE >69 4. THE SAFETY EDGES WILL NOT BE MEASURED AND PAID FOR SEPARATELY. BUT SHALL BE INCLUDED IN THE WORK. PER EMBANKMENT, ADDENDUM 4, IT QUESTION CAN BE R-17. 3 IF ONSITE MATERIAL IS USED FOR THE CONTRACTOR HAS TO PROVE THAT WCR 66 CONCRETE TO HMA TRANSITION DETAIL THE OUTSIDE EDGE NOT TO SCALE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER OF SHOULDER 1 12" GRAVEL SHOULDER 32°±5° • 5„ CONCRETE • �' r •srt WCR 41 HMA irairtiiiic gip e'• . •.T.'." ," 6..1 PAVEMENT 10.00' (9 INCH) t OQ 0G' DETAILseniE ---\ 10.00' •►�.'��-,��I�i::.•I�ge ' • NW / i 'i ' ��� `%�`��\�j,/��,►�`����0����'rl��`j����j,� t � OI°E r i Is -.I,_ ,,,r.•.a.1I'SI •,r>;AI•, `��y�'1� �� , — 9 INCHES — — — — — — — — — — — — — — — — 7INCHES — AGGREGATE // j/�ij ,r / j/ ��•••• •�► ✓j / j /j►j If►` �J �Y 4. ��� �a•�Z.�� �• �� BASE COURSE /fi � `` ` `� i�S � / /' / n Z.. �.�i►�r . �� �. i.��i �i�I '•,. i�li ='il• ' Z !=1lLl a it ` :� `� ` �//�` ;'�.��:?•. IAr,A� t1. �. S.- ��. `~. c�..�,. L.. �'►.. S... ��, . � L. tSr tS„ �i� �f ��` •� Ate• •��A�.A�.At Ae.AS.•S � � .. (CLASS 6) •Q�` A� •� :� __ �� �_ l l �� ,�.�� ti� tiatzt.\ NSA\ _ I -I l I II I 11= I I I I III I f-1 I I-1 I I l 11=1 11=1 I I III 11=1 11-1 11=1 I I III II Iii 1 II _- 1 1 1 1 1 -1 1 1—I 11 111 X1.1-111 11-1 l 1-1 1 1 -III HiIt -III 12 INCH 10.00' SUBGRADE CONCRETE SAFETY EDGE AGGREGATE MIN. 61NCH AGGREGATE DETAIL BASE COURSE (CLASS 6) R -VALUE >69 OVERBUILD AREA DURING CONCRETE PLACEMENT AND WITH ABC GEOGRID (TENSAR PAVEMENT REMOVE PRIOR TO TX -160) BASE COURSE (CLASS 6) R -VALUE >69 PER ADDENDUM 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR EMBANKMENT, IT CAN BE NOT TO SCALE HMA PLACEMENT 2.Q' R -VALUE MINIMUM 20� R-17. THE CONTRACTOR HAS WCR 41 CONCRETE TO HMA TRANSITION DETAIL PER ADDENDUM CAN BE 4, QUESTION 3 IF ONSITE MATERIAL IS USED FOR EMBANKMENT, IT R-17. THE CONTRACTOR HAS TO PROVE THAT THE R -VALUE OF THE ONSITE TO PROVE THAT THE R -VALUE OF THE ONSITE MATERIAL IS R-17 OR GREATER NOT TO SCALE MATERIAL IS R-17 OR GREATER OUTSIDE EDGE y 17' 2 INCH HOT MIX (GRADING SX) 3.5 INCH HOT (GRADING S) 7 ASPHALT (100) (PG 64-28) MIX ASPHALT (100) (PG 64-22) 2 INCH HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) 3 INCH HOT MIX ASPHALT_� OF SHOULDER VARIES -y GRAVEL SHOULDER 32`35' ice_ 5 (GRADING S) (100) (PG 64-22) VARIES 3.5 TO 2 INCH HOT MIX ASPHALT VARIES VARIES 4 TO 2 INCH HOT MIX ASPHALT .spees• �3• a ar . 6 (GRADING S) (100) (PG 64-22) (GRADING S) (100) (PG 64-22) -�i�' i'-�'��i'�..i �. t' �Op F, `c +�`�•�'� SA -L •-•� VARIES 12 TO 6 INCH ABC ,*tom��:-''* V'S „ / / - VARIES 12 TO 6 INCH - ABC )ssa I' / �� ►`_�i��i•�i�i (CLASS 6) R -VALUE >69 (CLASS 6) R -VALUE >69 �` - ��� ,` j � I/.� i�Q�•%/ •� /j I- i -I I I - '44 ♦ 4 ti ��'� `� �`� t ♦ I�I�I� I-IhI '// / /✓/ /�'✓/ ✓ GEOGRID R GEOGRID HI- I (_III II / `4` �� ` � �--- AGGREGATE �j� 444 `� jQ ��44����4 TENSAR TX -160 = -T= (TENSAR TX -160) • •'�♦ O ���► [A���.1=11175dBASE I �I i COURSE `aO �\ nil 2.0' R -VALUE MINIMUM 20 ■ 2.0' R MINIMUM 20 ■ I _ -VALUE (CLASS 6) ra `� ' ' \, �. ��.1�/�, �I I=I 1 H I -�=i III-LI F1 i'-I I ��: . / A.1 �I if 11 I I I-1 I I II=I I -II II I f TYPICAL SECTION NOTES SUBGRADE ASPHALT SAFETY EDGE WCR 66 TRANSITION LIFT WCR 41 TRANSITION LIFT DETAIL SUBGRADE PREP WILL NOT BE DETAIL PER ADDENDUM 4, QUESTION 3 IF ONSITE DETAIL • NOT TO SCALE OR PAID FOR NOT TO SCALE MATERIAL CAN BE PROVE THAT IS USED FOR EMBANKMENT, IT R-17. THE CONTRACTOR HAS TO THE R -VALUE OF THE ONSITE NOT TO SCALE A ASEPARATELY AND SHALL BE INCLUDED IN THE COST OF MATERIAL IS R-17 OR GREATER EMBANKMENT MATERIAL (COMPLETE IN PLACE). Computer File Information Index of Revisions WELD COUNTY As Constructed TYP WCR 66 PAVEMENT / 41 INTERSECTION TRANSITION Project No./Code Creation Date. 3/7/2022 Initials — Date Comments Initials PUBLIC WORKS DEPARTMENT 1111 H. STREET I P.O. BOX 758 I GREELEY. CO. 80632-0758 PHONE: (970) 356-4000 FAX: (970) 304-6497 No Revisions Las: Modified Date. 3/7/2022 Initials — . Fug Path. C 1PW WORK\HORROCKS\00252543 Revised Designer SPF GR 45 1 1) rr' _ � HORROCKS Drawing File Name CR 66&41_TYP.DWG - Detailer TE;S r I 'ale Void Sheet Number 1. 1 AutoCADVersion 2018 Scale AS NOTED Units Fnglish =� e N o [ N t3 t3 R s _ Sheet Subset TY-07 of 07 ISSUED FOR CONSTRUCTION — ROW --Pr-44)w TOE Pr -ROW - 2, kleS ROW REMOVAL OF 91LF OF PIPE • • SCALE 1" = 20'-0" REMOVAL OF AIR VALVE NOTE 3. Row - Row ROw REMOVAL OF 54LF OF PIPE Pr -ROW ♦ - Row —_ ROW ROW REMOVAL OF 86LF OF PIPE DIVIDE DITCH DIVIDE DITCH IRRIGATION PIPING DETAIL Pr --Row -- 42LF 18 INCH CAST IRON PIPE NEW AIR VALVE, NOTE 4 30LF 18 INCH CAST IRON PIPE a • ROW ROW Pr -ROW f QUANTITIES CONTRACT ITEM NUMBER ITEM EST QTY UNIT 202-00035 REMOVAL OF PIPE 231 LF 603-81018 18 INCH CAST IRON PIPE 72 LF WCR 66 ROW ROW APPROXIMATE LOCATION OF EXISTING 8"0 IRRIGATION PIPE (PROTECT IN PLACE) F APPROXIMATE LOCATION OF EXISTING 18"0 IRRIGATION PIPES (PROTECT IN PLACE) DETAIL ADDED PER ADDENDUM 4, QUESTION 4 NOTES 1. ALL DEMOLITION AND CONSTRUCTION OF THE PROPOSED IRRIGATION PIPE SHALL BE COMPLETED PRIOR TO CONSTRUCTION OF THE DIVERSION BOX. 2. PRIOR TO PIPE DEMOLITION THE CONTRACTOR SHALL FIELD VERIFY THE INVERT ELEVATIONS AT All PROPOSED CONNECTION POINTS. 3. REMOVAL OF AIR VALVE SHALL NOT BE MEASURED SEPARATELY. AND SHALL BE INCLUDED IN REMOVAL OF PIPE. 4. NEW AIR VALVE SHALL NOT BE MEASURED SEPARATELY, AND SHALL BE INCLUDED IN 18 INCH PIPE. 5. PRIOR TO DEMOUTION AND CONSTRUCTION THE CONTRACTOR SHALL COORDINATE WITH THE OWNER AND THE ENGINER. 6. THE CONTRACTOR SHALL PROVIDE AS -BUILT DRAWINGS SHOWING ELEVATIONS MATCHING THE EXISTING STRUCTURE. AS -BUILT TOLERANCE SHALL BE t1/8". IF ELEVATIONS ARE GREATER THAN t1/8" THE STRUCTURE SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR'S EXPENSE. ''MMR I et insica Jew Atf Asw roar[ ttt '0 Met M r.irlf' -\ SSA Jpwr to Jct..lttentwt GOO Mena WI Cats Oat Mt ere rftotr,.et'is ttt 1OCK' at, At MIMS 41a. s tt S Nei V111r.t "Vint Mee in - ma real eel ns' ANN fn 6/100040. A r CAA' sar r'►t w goStem rcm D'a WI ROD S SI to /- v %Rt; Ala Pit IR11K3A non VENT sTANC rips oer-4g?'9K .k'A Itrat,T1O,N vicnMi! 0FTAR CALL UTILITY NOTIFICATION CENTER OF COLORADO r.tn IatMrw.ss CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 3/4/2022 Initials - Last Mod.bed Date 3/4/2022 Initials Full Path C 1PW_VVORKIHORROCKS1D0252539 [raving File Name CR 66_DIVIDE DITCH DETAILS.DWG AutoCAD Version 2018 Scale AS NOTED Units English Index of Revisions ;ari. Comments I ntals WELD COUNTY As Constructed PUBLIC WORKS DEPARTMENT 1111 H. STREET I P.O. BOX 758 I GREELEY, CO. 80632-0758 PHONE (970) 358-4000 FAX: (970) 304-6497 silo H0RROCKS H N O 1 N' F F R S No Revisions WCR 66 / 41 INTERSECTION DIVIDE DITCH IRRIGATION PIPE PLAN Project No./Code Revised Designer MET VOid Retailer MET Sheet Subset IRR-11 of 14 135 ISSUED FOR CONSTRUCTION BOX 8" X 8" FILLET, TYP #4@12" TYP ••% 6" X %" PVC WATERSTOP / CENTER IN WALL AND ON JOINT th - #4 @ 12" TYP 93'-1%' #8@6' 1,-0„ 347 BARS #4 STIRRUPS @ 12" 8" 8" I- 45°0'0" Th.ic NV. fV 2'-0" 3'-0" 347 BARS 8" RADIUS OPTION: CORNER MAY BE FILLETED FINISHED GRADE HEADWALL DETAIL TOP SLAB REINFORCING END OF WALL DETAIL Sem 347 BARS @ 4" #4 BY 2'-0" BOTH ENDS (PROJECT OUT 1-0") #8 @ 6" 10'-9" BOTTOM SLAB DETAIL 347 BARS TOP & BOTTOM OPTION: COLD JOINT MAY BE MOVED TO TOP OF BOTTOM SLAB 68'-6" SECTION B -B CBC SECTION A -A BOTTOM SLAB REINFORCING TOP OF HEADWALL TOP OF CBC TOP SLAB 347 BARS @ EACH END OF HEADWALL tv Eo 4'-1" #4 @ 12" TYP #7@12" TYP 10'-9" TYP a WINGWALL AND FOOTING 21-6"TYP • _ N- #7 BARS TOP & BOTTOM I SEE HEADWALL DETAIL #8 (0 6" TOP (TYP) 444 BARS TYP EACH CORNER #7 @ 6" 5'-0" TYP "' (D #7@6" litip? TYP 5'-0" 1'-0" (TYP) #8 @ 6" BOTTOM (TYP) CORNER REINFORCING PLAN TOP SLAB NOTE SEE STRUCTURE SHEET SUBSET S5 FOR LOCATION OF SECTION A -A. CALL UTILITY NOTIFICATION CENTER OF COLORADO {gt MILI AA CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 1/28/2022 Initials - Last Mooted Date 1/28/2022 Initials Full Patti C \PW_WORK\HORROCKS\D0252546 Drawing File Name 3_CULVERT UNDER CR 66.DWG AutoCAD Version 2018 Scale AS NOTED Units Engl,sh Index of Revisions Date Comments Initials WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET I P.O. BOX 758 I GREELEY. CO. 80632-0758 _ PHONE: (970) 356-4000 FAX (970) 304-6497 HORROCKS ENGINEERS As Constructed No Revisions CR 66 / 41 INTERSECTION CBC CBC DETAILS 1 Project No./Code Revised Designer JAC Void Detailer AF GR 45 Sheet Subset S4 OF 5 Sheet Number 142 RECEIPT OF ADDENDA 'The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, ,\Specifications and other Contract Documents Addendum No Date By Addendum No 2 Date By Addendum No 3 Date By Addendum No 4 Date By October 6; 2022 Bid Request No. B2200115, CR 66 and CR 41 Intersection Project Weld County, Colorado ADDENDUM NUMBER FIVE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: • Announcement for Best and Final Offer • Clarifications for Flow Fill at Concrete Box Culvert • Revised Bid Schedule (changes shown in red) • Revision to Sheet 140 All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. ANNOUNCEMENT FOR BEST AND FINAL OFFER (BAFO) After reviewing the proposals and interviews, Weld County has chosen to proceed to the BAFO stage of the selection process. The BAFO process provide the bidder an opportunity to review their submitted bid and adjust their prices as needed to account for any new information provided as a result of the BAFO questions. The County will accept questions regarding the project until 7 a.m. on October 13, 2022. A final addendum will be issued by noon on October 14, 2022 addressing the questions asked during the BAFO Questions period. All questions shall be emailed to ckimmigweldgov.com. The final bids will be due in the Purchasing office by no later than 10 a.m. on Thursday, October 20, 2022. Final bids shall be emailed to: bids(c�weldgov.com. Emailed bids must include the following statement in the email: "I hereby waive my right to a sealed bid." The revised timeline for the project is: (Changes shown in red) MANDATORY PRE -BID CONFERENCE DATE: AUGUST 29, 2022 AT 10 AM FINAL DATE FOR ASKING QUESTIONS: SEPTEMBER 19, 2022 AT 7 AM FINAL DATE FOR FINAL ADDENDUM: SEPTEMBER 21, 2022 AT 5 PM BID DEADLINE DATE: SEPTEMBER 26, 2022 AT 10 AM INTERVIEW DATE: OCTOBER 5, 2022 BAFO QUESTIONS & ANSWERS: OCTOBER 6 to 7 AM ON OCTOBER 13, 2022 BAFO BID DEADLINE: OCTOBER 20, 2022 at 10 AM ANTICIPATED BID AWARD BY BOCC: NOVEMBER 17, 2022 ANTICIPATED NOTICE TO PROCEED 1: NOVEMBER 21, 2022 ANTICPATED NOTICE TO PROCEED 2: JANUARY 3, 2023 ANTICIPATED COMPLETION DATE: JULY 31. 2023 CLARIFICATIONS FOR FLOW FILL AT CONCRETE BOX CULVERT Sheet 140 of the plan sheets currently shows a 1 foot 6 inch section of flow fill on each side of the concrete box culvert walls. Due to constructability issues, Weld County is increasing the quantity of items 206-00000, STRUCTURE EXCAVATION and 206-00060, STRUCTURE BACKFILL (SPECIAL) (FLOW -FILL) (WELD COUNTY MIX) to account for the constructability issues. Sheet 140 has been red lined to show how the CBC shall be backfilled with flow fill. See attached sheet. Prepared By: Clay Kimmi, P.E., Senior Engineer BID TABULATION (Revised 10/6/22) Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 1 201-00000 CLEARING AND GRUBBING LS 1 2 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 3 202-00001 REMOVAL OF STRUCTURE EA 4 4 202-00010 REMOVAL OF TREE EA 2 5 202-00025 REMOVAL OF DITCH LINING LF 791 6 202-00035 REMOVAL OF PIPE LF 1,786 7 202-00155 REMOVAL OF WALL LF 193 8 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (SPECIAL) SY 16,792 9 202-00250 REMOVAL OF PAVEMENT MARKING SF 375 10 202-00810 REMOVAL OF GROUND SIGN EA 9 11 202-01000 REMOVAL OF FENCE LF 373 12 203-00050 UNSUITABLE MATERIAL CY 7,430 13 203-00060 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 45,873 14 203-01100 PROOF ROLLING HOUR 80 15 203-01500 BLADING HOUR 40 16 203-01550 DOZING HOUR 40 17 203-01597 POTHOLING HOUR 80 18 203-02330 LABORER HOUR 100 19 203-00500 ROCK FILL (57-67) (CONTINGENCY) CY 1,000 20 203-00510 ROCK FILL (3" MINUS) (CONTINGENCY) CY 1,000 21 206-00000 STRUCTURE EXCAVATION CY 3,393 22 206-00050 STRUCTURE BACKFILL (SPECIAL) CY 617 23 206-00060 STRUCTURE COUNTY MIX) BACKFILL (SPECIAL) (FLOW -FILL) (WELD 24 206-00100 STRUCTURE BACKFILL (CLASS 1) CY 227 25 207-00205 REDISTRIBUTE TOPSOIL (6 INCHES) CY 11,390 26 207-00210 STOCKPILE TOPSOIL CY 11,390 27 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 5,251 r;Bid'#� .f K� '�"�' :ITEM # ': \ � �� li " , _ 3: ;�;v: ��,,,,t2-1,-4,,„,~$' �'ITEiUI;DESCRIPTIOiV,�__ a`� _ 4 3a�r.x '� �-, c ..a _ : � ..,., toys +.� iF cUiUIT � a ! �aQUANTITY �aMUNIT'�RICEfi�� Y t - .� �' . c as �`_TO?AL COSY�`� l.� _ � ` 28 208-00011 EROSION BALES (WEED FREE) EA 104 29 208-00020 SILT FENCE LF 4,511 30 208-00035 ROCK SOCK (AGGREGATE BAGS) LF 1,540 31 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EA 2 32 208-00070 VEHICLE TRACKING PAD (PRE -FABRICATED) EA 4 33 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR - 100 34 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) HOUR 100 35 208-00106 SWEEPING -(SEDIMENT REMOVAL) HOUR 80 36 208-00207 EROSION CONTROL MANAGEMENT DAY 180 37 208-00300 TEMPORARY BERMS LF 8,095 - - 38 210-00010 RESET MAILBOX STRUCTURE EA 5 39 210-00810 RESET GROUND SIGN EA 2 40 211-03002 DEWATERING - DAY 90 41 212-00009 SEEDING (TEMPORARY) ACRE 8 3 42 212-00702 BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) LB 52,543 43 212-00706 SEEDING (NATIVE) (DRILL) ACRE 11 7 44 213-00004 MULCHING (WEED FREE STRAW) ACRE 14 9 45 216-00201 SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE) (CLASS 1) SY 2,979 46 - 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 15,942 47 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 5,712 48 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 2,333 1 49 412-00900 CONCRETE PAVEMENT (9 INCH) SY 11,571 - 50 420-00132 GEOTEXTILE (MIRAFI RS580i) SY 7,050 51 420-00300 GEOGRID (TENSAR TX -160) SY 43,121 52 506-00412 SOIL RIPRAP (12 INCH) _, CY 1,780 53 507-00000 CONCRETE SLOPE AND DITCH, PAVING CY 851 54 509-00001 STRUCTURAL STEEL (GALVANIZED) LB 2,768 55 515-00120 WATERPROOFING (MEMBRANE) SY 740 56 518-00106 WATERSTOP (6 INCH) LF 187 Bid,# x ITEM'# -"' ITEM DESCRIPTION', , ',,. UNIT QUANTITY -UNIT PRICE TOTAL COST 57 601-03000 CONCRETE CLASS D CY 927 58 602-00020 REINFORCING STEEL (EPDXY COATED) LB 233,904 59 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 546 60 603-01240 24 INCH REINFORCED CONCRETE PIPE LF 618 61 603-01360 36 INCH REINFORCED CONCRETE PIPE LF 64 62 603-01420 42 INCH REINFORCED CONCRETE PIPE LF 1,315 63 603-01600 60 INCH REINFORCED CONCRETE PIPE LF 163 64 603-02180 23x14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 121 65 603-02240 30x19 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 101 66 603-02360 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 25 67 603-05018 18 INCH REINFORCED CONCRETE END SECTION EA 10 68 603-05024 24 INCH REINFORCED CONCRETE END SECTION EA 4 69 603-05036 36 INCH REINFORCED CONCRETE END SECTION EA 1 70 603-05042 42 INCH REINFORCED CONCRETE END SECTION EA 1 71 603-05060 60 INCH REINFORCED CONCRETE END SECTION EA 1 72 603-05118 23x14 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA 2 73 603-05124 30x19 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA 2 74 603-05136 45x29 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA 1 75 603-10120 12 INCH CORRUGATED STEEL PIPE LF 32 76 603-50008 8 INCH PLASTIC PIPE (SDR-35) LF 489 77 603-81018 18 INCH CAST IRON PIPE LF 72 78 604-00305 INLET TYPE C (5 FOOT) EA 2 79 604-00505 INLET TYPE D (5 FOOT) EA 1 80 604-30005 MANHOLE SLAB BASE (5 FOOT) 60" DIAMETER FLAT TOP EA 2 81 604-30010 MANHOLE SLAB BASE (10 FOOT) 48" DIAMETER EA 2 82 604-30010 MANHOLE SLAB BASE (10 FOOT) 60" DIAMETER FLAT TOP EA 1 83 607-11525 FENCE (PLASTIC) LF 847 84 609-23000 GUTTER TYPE 2 (SPECIAL) LF 229 _'Bid''#er r` v'-ITEM,eO t'=`,' , ITEM'DESCRIPTION = , ;k= ,,-, ,_UNIT '. 'QUANTITY;, , UNITFPRICE) '": TOTAL:COST ' , 85 612-00001 DELINEATOR (TYPE I) EA 43 86 612-00002 DELINEATOR (TYPE II) EA 34 87 612-00003 DELINEATOR (TYPE III) - EA 22 88 614-00011 SIGN PANEL (CLASS I) SF 115 89 614-00012 SIGN PANEL (CLASS II) SF 30 90 614-00218 STEEL SIGN POST (2 25 INCH X 2 25 INCH SQUARE POST) LF 245 91 620-00002 FIELD OFFICE (CLASS 2) (COUNTY SUPPLIED) EA 1 92 620-00020 SANITARY FACILITY EA 1 93 625-00000 CONSTRUCTION SURVEYING LS 1 94 _ 626-00000 MOBILIZATION LS 1 95 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 136 96 627-01011 PREFORM PLASTIC PAVEMENT MARKING (CONTRAST) (INLAID) SF 2,544 97 627-30323 PREFORM PLASTIC PAVEMENT MARKING (WORD -SYMBOL) (TYPE I) (INLAID) SF 194 98 627-30328 PREFORM PLASTIC PAVEMENT MARKING (XWALK - STOP LINE) (TYPE I) (INLAID) SF 218 99 629-01002 SURVEY MONUMENT (TYPE 2) EA 4 100 629-01004 SURVEY MONUMENT (TYPE 4) EA 47 101 629-01006 SURVEY MONUMENT (TYPE 6) EA 69 102 629-01031 SURVEY MONUMENT (TYPE 3A) EA 3 103 630-00016 TRAFFIC CONTROL MANAGEMENT (SPECIAL) , LS 1 104 700-70010 *F/A MINOR CONTRACT REVISIONS F/A 1 $500,000 00 $500,000 00 105 700-70016 *F/A FUEL COST ADJUSTMENT F/A 1 $100,000 00 $100,000 00 106 700-70019 -*F/A ASPHALT CEMENT COST ADJUSTMENT F/A 1 $ 25,000 00 $ 25,000 00 107 700-70380 *F/A EROSION CONTROL F/A 1 $150,000 00 $150,000 00 108 924-00170 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, & 603 DAY 120 J TOTAL BID PRICE ($) I -- TOTAL BID WRITTEN WORDS * Indicates these items are to be included in the project total and project bonds ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who 'answer "NO" If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project " When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked After bids are submitted, bidders will not be given any other opportunity to acceptor reject these adjustments' (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections) YES, I choose to accept Fuel Cost Adjustments for this project - NO, I choose NOT to accept Fuel Cost Adjustments for this project YES, I choose to accept Asphalt Cost Adjustments for this project , ` NO, I choose NOT to accept Asphalt Cost Adjustments for this project NOTE The following are items of work to be completed by Weld County a Materials Owner Acceptance Testing Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents Addendum No Date By Addendum No 2 Date By Addendum No , 3 Date By Addendum No 4 Date By Addendum No 5 Date By Addendum No 6 Date By Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation Progress payments shall be based on a"percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed The undersigned, by his/her signature, hereby acknowledges and represents that 1 The quotations set forth herein are exclusive of any federal excise taxes and all other state) and local taxes 2 Performance of each and every portion of the Work is included as part of the Contractor's Price 3 All designs, equipment, materials, labor, insurance and bond premiums, offices,'other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price 4 ., The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the ,Contract Documents) is included as part of the Contractor's Price , 5 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price '6 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price 7 All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price 8 The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No #82200115 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation 10 The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County 11 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor FIRM BY (Please print) BUSINESS ADDRESS � DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED ** J WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000 , - ISSUED FOR CONSTRUCTION r - WATERPROOFING (MEMBRANE). SEE CDOT / STANDARD SPECIFICATION SECTION 515 VARIES 0'-0" © HEADWALL TO 3.25' MAX © CR 66 CONTROL LINE • .. •• 44 .wwr► � s!'.rw; r FINISHED GRADE ,`ew,.•w1.i!.Sl.!�•.!.1.�.!.�M•..!i!�►w!i!MA!Q.i!�!•� .!♦'.`.i'.': �'.i'i : i.`Q.!i .1.i!Q•IJ gllOtSA0II i9r11. /lira .44,0 w`w•••.W.s!L'wt'04441,►S►• 24 `.'.R4W.. 2•44 . •::.w ..•o'+`emst T,a.m.2 r►" .. 1'- wttd Coo al 4 014c q)Ptottlc Cry pleat b•�L 1'-0" eF cte-) ••41i•. i• f— CONSTRUCTION JOINT WITH WATERSTOP TYP } 6'-6 1 : L�♦ .'.► V-4" • • . •+.• w •• V•••••••••4•64.•.• ♦ •a •:.•.: iii•• 21'-6" Y-� OPTIONAL CONSTRUCTION JOINT, !VP ♦ 1 DESIGN CRITERIA. 1 DESIGN CRITERIA AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 8TH EDITION, 2017 2. DESIGN LOADS LIVE LOAD: AASHTO LRFD, HL -93 TRUCK, HL -93 TANDEM, COLORADO PERMIT TRUCK DEAD LOAD CASE 1 VERTICAL EARTH LOAD = 120 LB/CU FT HORIZONTAL EARTH LOAD = 30 LB/CU FT DEAD LOAD CASE 2 VERTICAL EARTH LOAD = 120 LB/CU FT HORIZONTAL EARTH LOAD = 60 LB/CU FT 3. CONCRETE SHALL BE CLASS D (BOX CULVERT) W1 rH A COMPRESSIVE STRENGTH OF PC = 4 500 PSI AT 28 DAYS 4. REINFORCING STEEL SHALL BE GRADE 60. ALL REINFORCING SHALL BE EPDXY COATED. 5. THE CBC WAS DESIGNED FOR. MIN FILL HEIGHT = 0' MAX FILL HEIGHT = 5'-0" 21'4' TYPICAL SECTION CAST IN PLACE BOX CULVERT 8" TYP 1.-0" 21',a., , /SEE ROADWAY SHEET SUBSET TY-01 FOR CONCRETE PAVEMENT DETAIL r: •o 1-6" STRUCTURE BACKFILL (SPECIAL) (FL FILL) (WELD COUNTY MIX) 1•-& (TyP) ( )44. sedatt,44.4kts rim.) I 6" STRUCTURE BACKFILL (CLASS 1) OVER GEOTEXTILE (MIRAFI RS580i) 2'-6" COARSE WASHED ROCK (3" MINUS -SIZED) OVER GEOTEXTILE (MIRAFI RS580i) 1.-0" ��- 8" SCARIFIED AND RE -COMPACTED SUBGRADE NOTE. REFER TO "GEOTECHNICAL INVESTIGATION REPORT CR 66 & CR 41, WELD COUNTY, CO DATED 04/05/2021 PROJECT NO 219-587 PREPARED BY YEH AND ASSOCIATES, INC" FOR ADDITIONAL CBC BEDDING REQUIREMENTS. GENERAL STRUCTURE NOTES. 1 SPECIFICATIONS CDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", LATEST EDITION AND SPECIAL PROVISIONS ON THIS PROJECT 2. CONSTRUCTION CRITERIA IN CONFORMANCE WITH WELD COUNTY ENGINEERING AND CONSTRUCTION GUIDELINES' UPDATED 2017 3. STRUCTURE EXCAVATION AND BACKFILL SHALL BE IN ACCORDANCE WITH COOT STANDARD PLAN M-206-1. FLOW FILL SHALL BE IN ACCORDANCE WITH WELD COUNTY SPECIAL PROVISION SECTION 206. 4. ALL EXPOSED CORNERS ON CONCRETE ARE TO BE CHAMFERED Y4". 5. ALL CONSTRUCTION JOINTS NOT SHOWN ON THE PLANS SHALL BE APPROVED BY THE ENGINEER. 6. ALL CONSTRUCTION JOINTS SHALL BE THOROUGHLY CLEANED BEFORE FRESH CONCRETE IS PLACED. 7. THE CONTRACTOR SHALL MAINTAIN THE STABILITY OF THE STRUCTURE DURING CONSTRUCTION. 8. BACKFILL SHALL NOT BEGIN UNTIL CONCRETE HAS REACHED DESIGN STRENGTH PC, SPECIFIED UNDER 'DESIGN CRITERIA" ITEM 3. 9 THE CONTRACTOR SHALL VERIFY CONCRETE STRENGTHS BY USING CYLINDER BREAKS IN ACCORDANCE WITH WELD COUNTY SPECIAL PROVISION SECTION 601 10. ALL DIMENSIONS FOR BENT BARS ARE OUT TO OUT 11 ALL LONGITUDINAL AND TRANSVERSE DIMENSIONS ARE MEASURED HORIZONTALLY AND INCLUDE NO CORRECTION FOR GRADE. 12. THE CONTRACTOR IS TO VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION PROTECT EXISTING UTILITIES IN PLACE UNLESS SHOWN OTHERWISE FOR ADDITIONAL INFORMATION SEE THE UTILITY SHEETS 13. FOR INFORMATION NOT SHOWN SEE M&S CDOT STANDARD PLANS M-601-20 FOR WINGWALLS AND APRONS COOT STANDARD SHEET SHALL ONLY BE USED FOR WINGWALL AND APRON CONSTRUCTION. DETAILS FOR THE BOX CULVERT SHALL FOLLOW THE STRUCTURE PLANS. PVC STA 110+50 00 ELEV 4708 20 ELEV 4718.03 CR 66 PROFILE ELEV 4718 83 Erik- STRUCTURE co co 0 V U > m O W 0 Z W _ r -0.40% CBC UNDER CR 66 QUANTITIES ITEM NUMBER ITEM EST QTY UNIT 206-00050 STRUCTURE BACKFILL (SPECIAL)' 617 CU YD 206-00060 STRUCTURE BACKFILL (SPECIAL) (FLOW -FILL) (WELD COUNTY MIX) ill/i4 CU YD 206-00100 STRUCTURE BACKFILL (CLASS 1) 227 CU YD 420-00132 GEOTEXTILE (MIRAFI RS580i) 1,480 SQ YD 515-00120 WATERPROOFING (MEMBRANE) 740 SO YD 518-00106 WATERSTOP (8 INCH) 187 LN FT 001-03000 CONCRETE CLASS D 884 CU YD 802-00020 REINFORCING STEEL (EPDXY COATED) 230,880 LB • THIS ITEM IS THE COARSE WASHED ROCK LAYER CALL UIII .IIY NOTIFICATION CENTER OF COLORADO as Moat CALL 2 -BUSINESS DAYS IN AOVANCE BEFORE YOU DIG GRADE. OR EXCAVA I E FOR THE MARKING OF UNDERGROUND MEMBER U I l ;TIES Computer File Information Creation Date: 2/2/2022 Initials Last Modified Oats 2/2/2022 Initials Full Path C: 1PW_WORKIHORROCKS1D0252546 Drawing File Name. 2_CULVERT UNDER CR 66.DWG AutoCAD Version- 2018 Scale: AS NOTED Units: Erghsh Index of Revisions Date Comments Initials WELD COUNTY As Constructed PUBLIC WORKS GEPAR1MENr 1111 H STREET I P.O. BOX 7581 GREELEY, CO. 80632-0758 PHONE' (970) 356-4000 FAX (970) 304.6497 HOR.FOCKS HNOINEERS No Revisions. CR 66 / 41 INTERSECTION CBC TYPICAL SECTION, GENERAL NOTES DESIGN CRITERIA & QUANTITIES Project No./Code Revised Vold. Designer JAC Detailer. AF Sheet Subset S2 OF 5 i i GR 45 Sheet Number 140 October 13, 2022 Bid Request No B2200115, CR 66 and CR 41 Intersection Project Weld County, Colorado ADDENDUM NUMBER SIX The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT • Questions and Answers ▪ Revised Bid Schedule (changes shown in red) o Please note that a Class 2 Field Laboratory has been added to the Bid Schedule ▪ Addition of Sheet 120A to Plans (Pipe Bedding Details) • Revision to Sheet 140 All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must acknowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored QUESTIONS AND ANSWERS Question 1 The Special Provision revision to 603 09 states that flowfill shall be used to backfill all drainage culverts to a minimum of one foot above the top of the pipe Can a detail be provided, as clarification is needed if flowfill should be used as the bedding and backfill, or if we bed with aggregate and then use flowfill as the'backfill to one foot above the pipe Answer 1 A detail for the extents of flowfill around the pipes is provided in this addendum The detail should be inserted into the plan set as Sheet 120A Question 2 Similar to the above question, is this required for the full length of all pipe or just that within the roadway prism? Answer 2 The definition of the roadway prism has been revised in the project special provisions to extent from toe of slope to toe of slope A detail for the extents of flowfill along the length of the pipe is provided in this addendum The detail should be inserted into the plan set as Sheet 120A Question 3 Similar to the above question, there is a bid item for structure backfill (flowfill) in the bid documents, are we to assume that the flowfill for the drainage culverts will be paid per this pay item or that the flowfill be included with the drainage culverts pay items? Answer 3 The flowfill item in the bid tabulation is only for the flowfill that is to be placed around the cast in place box culvert Per the Weld County Special Revision to Section 603 13 of the Specifications, "Structure excavation, structure backfill including flowfill, filter material, and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes, and other drainage structures will not be measured and paid for separately but shall be included in the work " Question 4 Is the Weld County flowfill required or can a CDOT approved flowfill be used? Answer 4 Only the use of Weld County flowfill or an approved flow fill mix design will be allowed to be used Weld County does not allow the use of CDOT flowfill because they do not provide the strength that Weld County needs Question 5 It is our understanding that future widening of the roads being construction has dictated the jointing plans Please provide clarification or further 'detail on this Answer 5 The jointing plan shown in the Construction Plans was created by our consultant knowing that it is extremely likely that CR 66 from Highway 85 to CR 47 will be upgraded in the near future In order to avoid having joints in the future wheel paths, our design consultant was directed to provide a jointing plan that would accommodate the future plans Weld County is trying to minimize the amount of concrete paving that would have to be removed in the future Question 6 The revised detail for the flowfill backfill of the culvert is for the section of the CBC, are we to assume this detail and dimensions are the same for the wingwalls? Answer 6 No Question 7 Is there a maximum pour lift height for the flowfill backfill? Answer 7 As stated in Section 206 03, paragraph 15 of the Specifications limits the maximum pour lift to 3 feet unless otherwise approved by the Engineer Question 8 With Addendum 5 modifying dates of the proposal, how quickly will the intended contract be notified of the intent to award to either them or the other bidding contractor as this may impact the bidding contractor's decision to bid on other work'? Answer 8 Weld County anticipates making a recommendation to the Board of County Commissioners on October 31, 2023 Pending the BOCC's decision, it is anticipated that the selected contractorwould be issued a Notice of Award on or about October 31, 2023 , Question 9 With the NTP being delayed, please confirm that the March 31 deadline for ditch flows still needs to be maintained If this is not the case for all ditch flows, please identify which ditches do not need to be completed by March 31 and when they need to be completed by Answer 9 The deadline for having the drainage structures that handlehrngation flows remains unchanged It will remain as March 31, 2023 Question 10 The change in the structural backfill bid item from 97 CY to 1284 CY is adding significant cost to the project In an effort to provide the best value to the County, can the detail be revised to better reflect the OSHA excavation criteria and the means and\methods that will be used to construct the concrete box culvert'? Answer 10 A revision to sheet 140 has been included to reflect the OSHA excavation criteria Question 1 Can the June 15th deadline for seeding be extended by two weeks'? Answer 10 No, the June 15. deadline for seeding cannot be extended The June 15. date is based on historical moisture and temperatures for the area It is 'Weld County's experience that seeding 'performed after June 15. does not germinate very well unless it is irrigated The Contractor's attention should also be directed to The Weld County Revision to Sections 207, 208, and 212 of the Specifications that pertain to seeding requirements Section 212 01 states "Multiple seeding operations shall be anticipated as portions of the job site shall be seeded as they are completed in orderlto take advantage of the growing conditions and to comply with Section 208 and the remainder of this section " Question 10 Can the maximum duration of the full intersection closure be increased'? Answer 10 No, the duration of the full intersection closure will remain at 150 days Prepared By Clay Kimmi, P E , Senior Engineer BID TABULATION (Revised 10/13/22) Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 1 201-00000 CLEARING AND GRUBBING LS 1 2 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 3 202-00001 REMOVAL OF STRUCTURE EA 4 4 202-00010 REMOVAL OF TREE EA 2 5 202-00025 REMOVAL OF DITCH LINING LF 791 6 202-00035 REMOVAL OF PIPE LF 1,786 7 202-00155 REMOVAL OF WALL LF 193 8 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (SPECIAL) SY 16,792 9 202-00250 REMOVAL OF PAVEMENT MARKING SF 375 10 202-00810 REMOVAL OF GROUND SIGN EA 9 11 202-01000 REMOVAL OF FENCE LF 373 12 203-00050 UNSUITABLE MATERIAL CY 7,430 13 203-00060 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 45,873 14 203-01100 PROOF ROLLING HOUR 80 15 203-01500 BLADING HOUR 40 16 203-01550 DOZING HOUR 40 17 203-01597 POTHOLING HOUR 80 18 203-02330 LABORER HOUR 100 19 203-00500 ROCK FILL (57-67) (CONTINGENCY) CY 1,000 20 203-00510 ROCK FILL (3" MINUS) (CONTINGENCY) CY 1,000 21 206-00000 STRUCTURE EXCAVATION CY 2,489 22 206-00050 STRUCTURE BACKFILL (SPECIAL) CY 617 23 206-00060 STRUCTURE COUNTY MIX) BACKFILL (SPECIAL) (FLOW -FILL) (WELD CY 380 24 206-00100 STRUCTURE BACKFILL (CLASS 1) CY 227 25 207-00205 REDISTRIBUTE TOPSOIL (6 INCHES) CY 11,390 26 207-00210 STOCKPILE TOPSOIL CY 11,390 27 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 5,251 iBid #- ,: . "" - I 0 M:#e �i nf"£x y a yr� _t�`.'> ` '` 'eY�"' S..'Y f�aRt— M�w°3' '- ';rr,,e Y, ;r, .,� ;, , ;BTEM_DESCRIPTION:=7 „y,=,x,'44* , ,,,,,_, x � UN- 1 5w .;�QUAKITITY,,, �.$an'' ',UNIT RIOE , .fti 4� �< TOTR �COSI c 28 208-00011 EROSION BALES (WEED FREE) EA 104 29 208-00020 SILT FENCE LF 4,511 30 208-00035 ROCK SOCK (AGGREGATE BAGS) LF 1,540 31 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EA 2 32 208-00070 VEHICLE TRACKING PAD (PRE -FABRICATED) EA 4 33 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR 100 34 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) HOUR 100 35 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 80 36 208=00207 EROSION CONTROL MANAGEMENT _DAY 180 37 208-00300 TEMPORARY BERMS LF 8,095 38 210-00010 RESET,MAILBOX STRUCTURE EA 5 39 210-00810 RESET GROUND SIGN EA 2 40 211-03002 DEWATERING DAY 90 41 212-00009 SEEDING (TEMPORARY) ACRE 8 3 42 212-00702 BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) LB 52,543 43 212-00706 SEEDING (NATIVE) (DRILL) ACRE 11 7 44 213-00004 MULCHING (WEED FREE STRAW) ACRE 14 9 45 216-00201 SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE) (CLASS 1) SY 2,979 46 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 15,942 47 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 5,712 48 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 2,333 49 412-00900 CONCRETE PAVEMENT (9 INCH) SY 11,571 50 420-00132 GEOTEXTILE (MIRAFI RS580i) SY 7,050 51 420-00300 GEOGRID (TENSAR TX -160) SY 43,121 52 506-00412 SOIL RIPRAP (12 INCH) CY 1,780 53 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 851 54 509-00001 STRUCTURAL STEEL (GALVANIZED) LB 2,768 - 55 515-00120 WATERPROOFING (MEMBRANE) SY 740 56 518-00106 WATERSTOP (6 INCH) LF 187 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 57 601-03000 CONCRETE CLASS D CY 927 58 602-00020 REINFORCING STEEL (EPDXY COATED) LB 233,904 59 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 546 60 603-01240 24 INCH REINFORCED CONCRETE PIPE LF 618 61 603-01360 36 INCH REINFORCED CONCRETE PIPE LF 64 62 603-01420 42 INCH REINFORCED CONCRETE PIPE LF 1,315 63 603-01600 60 INCH REINFORCED CONCRETE PIPE LF 163 64 603-02180 23x14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 121 65 603-02240 30x19 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 101 66 603-02360 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 25 67 603-05018 18 INCH REINFORCED CONCRETE END SECTION EA 10 68 603-05024 24 INCH REINFORCED CONCRETE END SECTION EA 4 69 603-05036 36 INCH REINFORCED CONCRETE END SECTION EA 1 70 603-05042 42 INCH REINFORCED CONCRETE END SECTION EA 1 71 603-05060 60 INCH REINFORCED CONCRETE END SECTION EA 1 72 603-05118 23x14 ELLIPTICAL INCH REINFORCED CONCRETE END SECTION EA 2 73 603-05124 30x19 ELLIPTICAL INCH REINFORCED CONCRETE END SECTION EA 2 74 603-05136 45x29 ELLIPTICAL INCH REINFORCED CONCRETE END SECTION EA 1 75 603-10120 12 INCH CORRUGATED STEEL PIPE LF 32 76 603-50008 8 INCH PLASTIC PIPE (SDR-35) LF 489 77 603-81018 18 INCH CAST IRON PIPE LF 72 78 604-00305 INLET TYPE C (5 FOOT) EA 2 79 604-00505 INLET TYPE D (5 FOOT) EA 1 80 604-30005 MANHOLE SLAB BASE (5 FOOT) 60" DIAMETER FLAT TOP EA 2 81 604-30010 MANHOLE SLAB BASE (10 FOOT) 48" DIAMETER EA 2 82 604-30010 MANHOLE SLAB BASE (10 FOOT) 60" DIAMETER FLAT TOP EA 1 83 607-11525 FENCE (PLASTIC) LF 847 84 609-23000 GUTTER TYPE 2 (SPECIAL) LF 229 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 85 612-00001 DELINEATOR (TYPE I) EA 43 86 612-00002 DELINEATOR (TYPE II) EA 34 87 612-00003 DELINEATOR (TYPE III) EA 22 88 614-00011 SIGN PANEL (CLASS I) SF 115 89 614-00012 SIGN PANEL (CLASS II) SF 30 90 614-00218 STEEL SIGN POST (2.25 INCH X 2.25 INCH SQUARE POST) LF 245 91 620-00002 FIELD OFFICE (CLASS 2) (COUNTY SUPPLIED) EA 1 92 620-00012 FIELD LABORATORY (CLASS 2) EA 93 620-00020 SANITARY FACILITY EA 1 94 625-00000 CONSTRUCTION SURVEYING LS 1 95 626-00000 MOBILIZATION LS 1 96 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 136 97 627-01011 PREFORM (INLAID) PLASTIC PAVEMENT MARKING (CONTRAST) SF 2,544 98 627-30323 PREFORM (TYPE I) (INLAID) PLASTIC PAVEMENT MARKING (WORD -SYMBOL) SF 194 99 627-30328 PREFORM LINE) (TYPE PLASTIC I) (INLAID) PAVEMENT MARKING (XWALK - STOP SF 218 100 629-01002 SURVEY MONUMENT (TYPE 2) EA 4 101 629-01004 SURVEY MONUMENT (TYPE 4) EA 47 102 629-01006 SURVEY MONUMENT (TYPE 6) EA 69 103 629-01031 SURVEY MONUMENT (TYPE 3A) EA 3 104 630-00016 TRAFFIC CONTROL MANAGEMENT (SPECIAL) LS 1 105 700-70010 *F/A MINOR CONTRACT REVISIONS F/A 1 $500,000.00 $500,000.00 106 700-70016 *F/A FUEL COST ADJUSTMENT F/A 1 $100,000.00 $100,000.00 107 700-70019 *F/A ASPHALT CEMENT COST ADJUSTMENT F/A 1 $ 25,000.00 $ 25,000.00 108 700-70380 *F/A EROSION CONTROL F/A 1 $150,000.00 $150,000.00 109 924-00170 PROCESS 306, CONTROL & 603 TESTING FOR ITEMS 203, 206, 304, DAY 120 TOTAL BID PRICE ($): TOTAL BID WRITTEN WORDS: * Indicates these items are to be included in the project total and project bonds ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO" If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project " When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments ' (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections) YES, I choose to accept Fuel,Cost Adjustments for this project NO, I choose NOT to accept Fuel Cost Adjustments for this project YES, I choose to accept Asphalt Cost Adjustments for this project NO, I choose NOT to accept Asphalt Cost Adjustments for this project NOTE The following are items of work to be completed by Weld County O Matenals Owner Acceptance 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 Addendum No Date By Addendum No 2 Date 'By Addendum No 3 Date By Addendum No 4 Date By Addendum No 5 Date By Addendum No 6 Date By Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed The undersigned, by his/her signature, hereby acknowledges and represents that 1 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 2 Performance of each and every portion of the Work is included as part of the Contractor's Price 3 All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform theWork) are included as part of the Contractor's Price 4 The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price , 5 All costs of compliance with and maintenance of the Governmental Approvals and'compliance with legal requirements are included as part of the Contractor's Price 6 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price 7 All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price 8 The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No #B2200115 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation 10 The signed bid submitted„ all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County I 11 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to _ accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED ** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000 SHEET 120A (PIPE BEDDING DETAILS) LENGTH OF PIPE SHOWN IN THE PLANS PAVEMENT - ABC EMBANKMENT (MIN R -VALUE FOR PROJECT) COMPACTED PER SPECIFICATION WELD COUNTY FLOW FILL (SPRING LINE TO 1 FT ABOVE PIPE CLASS I STRUCTURAL BACKFILL (COMPACTED) TO SPRING LINE 3" CLASS I STRUCTURAL BACKFILL (LOOSE), aka "PIPE BEDDING" • y .•. V� 41 7' a. . 41 4: ••V V - ✓ Y v • li •l' t•••• Y C a. 7 V••• 7 l- V •• J V• 7 V 7 7 0 7- V••' 7 L• - 7,e •; vv.; a'^ 747•• • 7 C4 r 7 c -.: v •• - v 7: r 7: • •l. • r•• � V • V • �•J 'J Y • 7 L L' v 7• .i..v. 7V •.7 .4. - v e •7 J •c 7 7 v C 7 v v 7 v v 7 c••• 7 V 14. 7 7^ 7 V r- V ‘V. O O r 1.50' 1.50' d OR SPAN "''�c\' • MOISTURE TREATED AND RE -COMPACTED SUBGRADE PER SPECIFICATIONS NOTES. 1. ALL PIPES SHALL CONFORM TO THE SPECIFIC REQUIREMENTS OF THE PIPE MATERIAL AS CALLED OUT IN THE SPECIFICATIONS. 2. MINIMUM COVER SHALL BE PROVIDED DURING CONSTRUCTION TO PROTECT THE STRUCTURE FROM DAMAGE. 3. PIPE SHALL BE PLACED WITH LONGITUDINAL SEAMS AT THE SIDES OR QUARTER POINTS BUT NOT ALONG THE TOP OF THE VERTICAL AXIS. 4. WHEN A PIPE IS TO BE EXTENDED, THE SAME PIPE MATERIAL AND SIZE AS IS IN THE ORIGINAL INSTALLATION SHALL BE USED. 5. THE SULFATE RESISTANCE CLASS OF REINFORCED CONCRETE PIPE AND FLOWFILL SHALL BE THE SAME AS THE SULFATE RESISTANCE CLASS OF THE EMBANKMENT MATERIAL. 6. COMPACTION SHALL MEET THE MINIMUM VALUE AS CALLED OUT IN THE SPECIFICATIONS. 7. WHEN INSTALLING GUARDRAIL OR SIGN POST DIRECTLY ABOVE A PIPE, THE POST'S BOTTOM SHALL BE A MINIMUM OF 1 FOOT ABOVE THE TOP OF PIPE. THE HOLE FOR THE POST SHALL BE DRILLED INTO THE SOIL. 8. WHEN THE NATIVE MATERIAL BENEATH THE PIPE IS BEDROCK, THE DEPTH OF CLASS I STRUCTURAL BACKFILL SHALL BE INCREASED TO 12 INCHES. 9. THE CLASS I STRUCTURAL BACKFILL, FLOWFILL, STRUCTURAL EXCAVATION, BEDDING MATERIALS, AND FILLER MATERIALS FOR ALL PIPES, CULVERTS, AND CULVERT EXTENSIONS WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE WORKS. PIPE BEDDING DETAIL HALF STICK EMBANKMENT (MN R -VALUE FOR PROJECT) COMPACTED PER SPECIFICATION ABC PAVEMENT . O•• . 77 V'•. 7 V • J•77775 • ••^7979V77"7"7"7" 7C 7 V - J ♦ •J•7., .V. .` ..r. -�. .1.n •1: 7 V .a. ,,...L-., .a•. .. . v. ..vl� ' •: Y L' - - ' V• 7 7•a V• J .! Jam..' L .! ' ,J Y '✓ 7, 'Y� 7 C' J'J�Y •/ D • •J, •'l V •••J V •J 7 V a � , 11• ' J... 7 Vt•J : :J 7-77797 4.797: V77C : L• 7 �: 7V'7 C• 9\ : V V . CUTOFF WALL 1 FOOT FLOW FILL OVER PIPE PIPE SUBGRADE MATERIAL (INSTALLED PER SPECIFICATION) PROFILE VIEW PIPE BEDDING DETAIL HALF STICK CUTOFF WALL Computer File Information Creation Date. 10/13/2022 Initials MDL Last Modified Dale: 10/13/2022 Initials MDL Full Path M %PROJECTS DESIGNISrANDARD_DRAWINGS Drawing File Name: PIPE-BACKFILL_DETAIL-WCR66-VVCR41.DWC AutoCAD Version: 2021 Scale. AS NOTED Units. English Index of Revisions Date Comments Initials WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY. CO. 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 As Constructed WELD COUNTY ROAD 66/41 PIPE BEDDING DETAIL Project No./Code Designer M. LaPORTE Detailer M. LaPORTE GR-45 Sheet Subset Sheet Subset Sheet Number 120A of 296 ISSUED FOR CONSTRUCTION VARIES 0'-0" HEADWALL TO 3.25' MAX O CR 66 CONTROL LINE Weld County Mix Design for Flowfill (Typical for both sides of CBC) 1.5:1 3,-0„ t TYPICAL SECTION 1.-0" DESIGN CRITERIA: 1. DESIGN CRITERIA AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 8TH EDITION. 2017. 2. DESIGN LOADS LIVE LOAD AASHTO LRFD, HL -93 TRUCK, HL -93 TANDEM, COLORADO PERMIT TRUCK DEAD LOAD CASE 1 VERTICAL EARTH LOAD = 120 LB/CU FT HORIZONTAL EARTH LOAD = 30 LB/CU FT DEAD LOAD CASE 2. VERTICAL EARTH LOAD = 120 LB/CU FT HORIZONTAL EARTH LOAD = 60 LB/CU FT 3. CONCRETE SHALL BE CLASS D (BOX CULVERT) WITH A COMPRESSIVE STRENGTH OF Ft = 4,500 PSI AT 28 DAYS. 4. REINFORCING STEEL SHALL BE GRADE 60. ALL REINFORCING SHALL BE EPDXY COATED. 5. THE CBC WAS DESIGNED FOR MIN FILL HEIGHT = 0' MAX FILL HEIGHT = 5'-0" 68'-6" FINISHED GRADE OPTIONAL CONSTRUCTION JOINT, TYP CAST IN PLACE BOX CULVERT T.tZtaTvirair� �TraTIF:014="Tgicsirtterli70 YPaYe..,e4tY� Y41aYAP-YSlItiv��Y4tiYilt, WATERPROOFING (MEMBRANE). SEE COOT STANDARD SPECIFICATION SECTION 515 SEE ROADWAY SHEET SUBSET TY-01 FOR CONCRETE PAVEMENT DETAIL 1'-6" See lines this sheet STRUCTURE BACKFILL (SPECIAL) (FLOW -FILL) (WELD COUNTY MIX) 1'-6" (TYP) 1'-0" 6" STRUCTURE BACKFILL (CLASS 1) OVER GEOTEXTILE (MIRAFI RSSB0i) 2'-W COARSE WASHED ROCK (3" MINUS -SIZED) OVER GEOTEXTILE (MIRAFI RS5801) 8" SCARIFIED AND RE -COMPACTED SUBGRADE NOTE REFER TO "GEOTECHNICAL INVESTIGATION REPORT, CR 66 & CR 41. WELD COUNTY, CO DATED 04/05/2021, PROJECT NO. 219-587 PREPARED BY YEH AND ASSOCIATES. INC" FOR ADDITIONAL CBC BEDDING REQUIREMENTS. GENERAL STRUCTURE NOTES: 1. SPECIFICATIONS 'CDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION', LATEST EDITION AND SPECIAL PROVISIONS ON THIS PROJECT. 2. CONSTRUCTION CRITERIA. IN CONFORMANCE WITH 'WELD COUNTY ENGINEERING AND CONSTRUCTION GUIDELINES' UPDATED 2017. 3. STRUCTURE EXCAVATION AND BACKFILL SHALL BE IN ACCORDANCE WITH CDOT STANDARD PLAN M-206-1. FLOW FILL SHALL BE IN ACCORDANCE WITH WELD COUNTY SPECIAL PROVISION SECTION 206. 4. ALL EXPOSED CORNERS ON CONCRETE ARE TO BE CHAMFERED Pa'. 5. ALL CONSTRUCTION JOINTS NOT SHOWN ON THE PLANS SHALL BE APPROVED BY THE ENGINEER. 6. ALL CONSTRUCTION JOINTS SHALL BE THOROUGHLY CLEANED BEFORE FRESH CONCRETE IS PLACED. 7. THE CONTRACTOR SHALL MAINTAIN THE STABIUTY OF THE STRUCTURE DURING CONSTRUCTION. 8. BACKFILL SHALL NOT BEGIN UNTIL CONCRETE HAS REACHED DESIGN STRENGTH, PC. SPECIFIED UNDER "DESIGN CRITERIA" ITEM 3. 9. THE CONTRACTOR SHALL VERIFY CONCRETE STRENGTHS BY USING CYLINDER BREAKS IN ACCORDANCE WITH WELD COUNTY SPECIAL PROVISION SECTION 601. 10. ALL DIMENSIONS FOR BENT BARS ARE OUT TO OUT. 11. ALL LONGITUDINAL AND TRANSVERSE DIMENSIONS ARE MEASURED HORIZONTALLY AND INCLUDE NO CORRECTION FOR GRADE. 12. THE CONTRACTOR IS TO VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION. PROTECT EXISTING UTILITIES IN PLACE UNLESS SHOWN OTHERWISE. FOR ADDITIONAL INFORMATION SEE THE UTILITY SHEETS. 13. FOR INFORMATION NOT SHOWN SEE M&S CDOT STANDARD PLANS M-001-20 FOR W1NGWALLS AND APRONS CDOT STANDARD SHEET SHALL ONLY BE USED FOR WINGWALL AND APRON CONSTRUCTION. DETAILS FOR THE BOX CULVERT SHALL FOLLOW THE STRUCTURE PLANS. S 0 rn 0 a -0.22% BEGIN CBC INV. ELEV 4708.20 ELEV 4718.47 PVI STA 112+50.00 ELEV 4718.03 PVT STA 114+50.00 CR 66 PROFILE ELEV. 4718.83 0.40% Ink-- STRUCTURE 2 0 0 Z W -0.40% CBC UNDER CR 66 INV. ELEV 4707.83 QUANTITIES ITEM NUMBER ITEM EST QTY UNIT 206-00050 STRUCTURE BACKFILL (SPECIAL)' 617 CU YD 206-00060 STRUCTURE BACKFILL (SPECIAL) (FLOW -FILL) (WELD COUNTY MIX) 380 CU YD 206-00100 STRUCTURE BACKFILL (CLASS 1) 227 CU YD 420-00132 GEOTEXTILE (MIRAFI RS580i) 1,480 SQ YO 515-00120 WATERPROOFING (MEMBRANE) 740 SQ YD 518-00106 WATERSTOP (6 INCH) 187 LN FT 601-03000 CONCRETE CLASS D 884 CU YD 602-00020 REINFORCING STEEL (EPDXY COATED) 230,880 LB THIS ITEM IS THE COARSE WASHED ROCK LAYER CALL UTILITY NOTIFICATION CENTER OF COLORADO gillanistnises CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 2/2/2022 Initials Last Modified Date 2/2/2022 Initials Ful Path C.\PW WORK\HORROCKS1D0252546 Drawing File Name 2_CULVERT UNDER CR 66.DWG AutoCAD Version 2018 Scale: AS NOTED Units English Index of Revisions Date Comments 10/13/2022 CBC Flowfill Rev 2 Initials CDF 10/06/2022 CBC Foowfill Rev 1 CDh WELD COUNTY PUBLIC WOKS DEPARTMEN 1111 H. STREET I P.O. BOX 758 I GREELEY, CO. 80632-0758 PHONE. (970) 356-4000 FAX. (970) 304.6497 HOR.ROCKS 8 N O I N E 8 R B As Constructed No Revisions CR 66 / 41 INTERSECTION CBC TYPICAL SECTION, GENERAL NOTES DESIGN CRITERIA & QUANTITIES Void Sheet Subset S2 OF 5 Project No./Code Sheet Number 140 CR 66 AND CR 41 INTERSECTION Project #B2200115 TABLE OF CONTENTS Scope of Proposal 2 Understanding the Project Objectives and Goats 2 Schedule 2 Proposed Project Schedule 3 Coordination with Stakeholders 5 Communication 5 Methodology 7 Irrigation and Drainage 7 Phasing 7 Paving Plan 8 Critical Issues and Resolutions 9 Schedule Adherence 9 Critical Supply Chain Issues 9 Environmental Compliance 10 R-17 Soil Availability 10 Access During Construction 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 14 Cost and Schedule 15 * The Bid Schedule of Values and Bid Forms are submitted under a different file name. The file name is "82200115 IHC Scott Bid Documents.pdf". sari [IHC SCOTT CR 66 AND CR 41 INTERSECTION Project #B2200115 SCOPE OF PROPOSAL UNDERSTANDING THE PROJECT Weld County Road 66 and 41 are heavily traveled by oil and agricultural traffic. The grades coming into and out of the intersection combined with obstructions along the north side of CR 66 have created a hazardous situation for the traveling public. This project will correct these issues and increase the safety of the roadway for its users. Throughout IHC Scott's history working with Weld County we have tackled many projects such as these and have delivered high quality, cost effective and on time products. We value the relationship we have built with the County on similar projects and look forward to continuing to build on our relationship with this project. The following proposal details our: • Understanding of the scope of the project. • Methods we will employ to complete the project. • Critical issues we have identified and our approach to mitigate them. • Project approach to control cost, quality, subcontractors and schedule. • Familiarity with the work location and Weld County • Cost and Schedule for the project. IHC Scott is pleased to present this proposal to Weld County and we look forward to another successful project in partnership with Weld County. SCHEDULE IHC Scott has a long standing history of completing projects on time or ahead of schedule. We fully vet the plans and specifications to identify the most effective path to progress the work. Our process identifies the items that need to be procured early, potential hurdles and also potential opportunities. We then develop a plan to mitigate all the issues and realize the opportunities to deliver a successful project. On this project the first major schedule hurdle is completing the irrigation work prior to March 31, 2022. There is a substantial amount of work to complete in a short window. We understand the critical nature of this work and the impact irrigation has on the farming community and the economy of Weld County. Our approach, as detailed in the provided schedule, is to begin the irrigation work as soon as possible after NTP 1. Construction of the cast -in -place box culvert will be the first priority as this activity is critical to achieving the irrigation milestone. As this work will be completed during the winter months, we have included cold weather protection for all concrete structures to maintain the schedule and quality of the project. Simultaneously, IHC Scott will begin placing the RCP for the Bliss Ditch, grading the Eaton Draw alignment south of the box culvert, building the slope and ditch paving, and completing the diversion structure for the Divide Ditch. Once the road is closed Bliss Ditch flows will be diverted to Eaton draw, utilizing temporary pipe, to complete this system. Additionally, the remainder of the drainage and irrigation facilities will be completed to meet the March 31 deadline. When the intersection closes, IHC Scott will begin work to complete the roadway grading and paving while completing the irrigation activities. This will begin with removals of the existing roadway and continue with completing the embankment and base activities for the road. Our paving crew will arrive on site once the base is complete and will work almost entirely on this project until the paving is complete. Our asphalt subcontractor will then be mobilized to complete the tie ins and the driveways while the other project finishes are being completed. Our proposed schedule, on the following pages, accounts for all activities needed to construct the project, lays them out in a logical manner and provides a clear path to complete the project in the allotted time. INC SCOTT, CR 66 AND CR 41 INTERSECTION Project #B2200115 23 -Sep -22 07:37 i i 1 CR 66 and CR 41 Intersection CR 66 aid CR 41 trltersection ADMINISTRATIVE Cr`tuTRACTrr11 Fy'TCf1F A1040 A114U Al tera A110t1 Al $80 Al 160 M173 SUBMITTALS AIOdO A1070 A1000 PERMITS PHASE 1 PHA ST: 1 'A:IE7UZATI,:t.1 A: A1110 41210 A1220 Ai 330 A_-400 PHASE 1 EARf-IWOW< Al.200 RI -44 SE 1 DRAINAGE SLOPEAN0 Orft i4 MING ..11:U A1260 A 2590 A14N A1400 Al4dU PIPE A1610 415210 Nnttrr ni Allard Pns", 1 flotation NIP 1 Prrase Lurabon NIP Inter:0 itncloaarrLurlton Im1}`ewati C.vniteetrut Min-rtwr Ptustc1 Cumpleecei Mtlunc Irngetlun Posta Iy Plan Crwatete it Pat, Thole 1C-1Altem> Gewaterhg Permit wattC.anty2onng Peen* Thalrer aIn Kitt, PintSnty Irnld11 ilisd1 Erustnt Claim) Sign Pert avoWetcatrcn Tree Reno'el Remcrie Cmati f'nticttset C1ta' bind C4trnrtb'c Tap301 Embarkmerl NE .]tlatl Emnnaranent NW shad tale ter 4x!4 h 01 (4? ft Paw Aviles h 0tCR iit t race Lunes S at r,T•e !.lace Lures W CO 01441 Pave Dames J of CR 66 Pare Lzxnes W OT t.R41 Sloan Fast 04 (GOLF 34` RCP, 1 FES) Storm rest , 2 1171 LF t 9` flat 2 FES) Storm curt 0' t27&LF 24' Rai 2 FM, 2 M1- 1 TY Cj InRall Ripr-4 P1 -VASE 1 IRRIGATION -. 4 Ong -open DN'en r Structime Sta 109+00 A'4,290 WCP.4 1 Imo t,or. System ('r521F a' °\ C, tV C Initl EATON DRAIN EATON MAIL' EARTNYJCRI A1620 270 11 -Oct -22 :c' I 17-130.21 r, I -,text-,17 15f1 O1-NOv-7i u ui-te-7r O 034 an 223' 149 01-Etb- 0 0 40 17-oa-22 20 I7 -0c1.22 20 17.0u-22 40 17 -Oct -2.7 20 1243d -22 20 17-0c1-22 5 170.t �:• 't{) ;2z-oct-_x 20 24-o,J-22 )n 744-1.1-22 10 )14.111,.2? 5 014.w -?2 0 01 No,a 3 01 Nt'- & O1•hnv-: IL 08Fe1Nr22 10 •73Nty-22 10 15NC„22 85 01-kov! 21 It14et- ;' i5 UM4JCt-!1 3 USJ30 e :rtilat►eri 1 U 114 -en-F1 3 01-N0•'22 6 :24,47, 2 14 01-Ctet 22 10 08 Mr'n 52 14.4110-22 5 15.Acv-CO 5 31.t*c-22 E.rtwt Gar Extavathio aid Cs QJny U TON DR4 CAST IN PLACE f30f. CULVERT 4.1633 41649 A1660 Iss PIPE A1663 olV1ce DITCH PIPE A172l Al et1J A1730 AI 740 A1760 A1%90 MOT PRE Al 600 *1810 A2770 PHASE Boor Cume l Ei csGt•cnGta71ng Box °evet Fo'n/FeoanRWr Fbor Ear Ct7NCn Fonv/Pabai0o4r MI5 Bib Culvert FomV4fbai c.sDes 011)3 DRth It>ste4 Ci06tF 4r we ►a, &fore 1. f ES Dew Dtth Iota Rtprrtp Cade tXth IRs6a9 50LF 24• REP Insail /2LF is Ca lrUn Pipe to 1C -h V'----' 3 14 hay 2? 14 17Nte. 22 1.1 14.0ec-22 is 09Jan23 14 14tece- 2 OG4kt Osiut Cacti & eslttti suit -sure EAUar4Lt'GroUe rixnc t. N/Purs Donitaln St's tutc fouling FormlecorrPou Dt enbn 9ttc:ue wala Place Crventon Gatti/Metal Gi attrta Grade aro Dale Tun, Around: Inxaf Otto, it Lie' �? 1atrr;.;-: 2 03fef-3 3 Dfeb-C 2 I4•nrv'r22 i t 2 7-Ctrc-:2 tt 1frJOrl23 2 3aFet-7J 4'_ 01410.4.?.' 5 01 -Nov -22 03Jan23 2 03Jan 2'9 14-,111;-23 14-10I-2,1 .1n+wat-2 13'149-13 21.0-12, 20440.27 14,1111.20- 13Ett-22 Ito try 1 t.4vr-22 13 -Dec -22 1144er-22 1 1 -Nth -22 Cct22 t &litw. 22 I )Nile -2: t4-Nuv.22 0? Nov -22 10 Nov 22 0-d Nov 22 07 -Nov -22 3044at22 21 Nov2. 3-04 ow"22 28-tttt:23 to eD-23 Ub-Jan-23 19 -Jan -2 1041D-23 U7 -Mat -73 03-Nor22 01 Cat -2:' 20 Coe 21 23 Mat 23 0SFeb-23 21 JNo.C2 07 -De: -22 soN9y.-4 1&1ktv.^2 09Dec2 SOCK- 22 02-Feb.23 G9 -Got -122 011434[-22 06•Fetr23 ut3•feG 23 I54t v-22 I;-Jmr-23 02 -Feb -23 06.reb _rJ o4,,3n-23 07 -Noe?? 04 Jon 23 04 Jan:'! JLI .:J 2 01 -rib -?3 I; PHASE 2 ADD MOB acne CR66/C-N4t ,nteitcllon InRall Poem 2 trout' 03rtroi -felt - I J2-rt4-:.1 tl I) u U 0 0 C 50 'I 50 50 26 4 9 C n 44 :4 It ej 47 45 4 29 T,J 59 ft b 1st 33 u 1•, 1.1 CR 66 CR 41 Intersection All ran- IY. Mx May H Uj It I, ♦ 21.:2.2 rwo. I 1 NIP t • '`.. -•:-1 Ir4ya rl Prtaalryl Pty. I Cenamf rrg Man j • NIP 2 111?et.-22. 3t,g1Rn ITN -3 ( 111 No., 22. PEFMTS' I Ucw=en4 PJttr t 1 Web t unty2ortrlg Perna S _ waimeffer 15 -Nov -2i. PHASE I MCIB:LIIAT14r. 1 Trottr rrlIBatenPant:tetlt Y--•-- - --.u.. ) Iny.t4 Oahe• r'hslon f,ntml t==3 flign fatrn7wmiT$cw*Ira r""'-1 Tire r-eatsc.�t Cl fonaw gm al StntturoS; 1 CIoa- and Crut.Ctnp T7flooil Tmmillamisc30 Nav2 P1441.,C- 1 EAFalleA Rn - - -- ---- r Ernttani•ment E Una 1• Entt.nalvnend tow Oust) 1• Pri33E 1 WIWI t. _.....i- 14,3:-23 CP tip ani CP 41 Inter 14-4L'2J, AC`11Nt31RATI V E / 14-a1-23. CON#R0.CT MLEsTcr Pilate 2 C4teC0n lelga tun Can Irlbat * 1 V ..♦-_.♦....♦ .(n•..♦._. :r-•i*23. PHA5'C 1 I 4.-tik u$e5 N U1 LW 68 r -_:+A-, •,. --- -) PAR CKftt5 N t:tlJ'. WS i_i •-fade Larne -a J Of r_.:.' tad 2S cv' 13. PriASE 1 CPAINA12E 0?.Mar-2i, St.(WE Ark' [tT-ti PAVINr-. IirpJe ur 4;1-,: 4I • r---1 aide Clrttls S t1 IR 66 ;o SArm Run' )4 tdoLF 24' IZCP 1 FE S) , I<---ss Stan, Puri 12(171LFIStc'R7FE% I-- - ----1 Swan 4413I(271LF?4°RCP 2FES,hlii,'Tvr) d I Imo= ant:W v) rovrimon .Stn wimp 4t.45094g0 wC14 AI l ewdlln Vier 052 IF ti• PW, TY C Irmot. virmilmoi • 3U- 4UV-fl. tAtUN t,4+Aw t 01:4 toms* Edon Craw Exs•'aturt arts '])frog • _ © Sot CuN.ett Ext avattoNGndrtg 1,-.--•.;� ,_•;- 1 Soxfilter Fcrnflt 14anPrprrR of tBlr. nowt FnrnuKrtralgPnorrwth • 11410lettut, Chain Xaetbn J. l ♦ Plops t Gxi.P14can Mttatone I-- ---'`--1 Past Olt he -a W uI C941 2144/4.29. PIPE r-"' —) Inttas:Ro ap rifl.Fott.r cNaCt I tPrer-ATIr1N Ofe b-244. EATON 041414 � I 02 -Ceti tl, EATEN t RAiVCAST IN FLAG I3OX OJLvrl fir t: �• ..... - - t1R.nrr-n iss rites �► 00 -Gas. -22, Pin • Data Dltcn oretail 604F 412' 11CP tes4 C-mis CI Ms Mal :rata. f ltaisp FLL'-- Box Ilahea Fivm+i,`Frvtt*'aur area' . 9..- i Ot3 Feb -22. t]VIrd DITCH 4' tom+ nkFatt45t. PIPE ;; LI) Lime Len trrtM 591' 2r MY : (sc] MUM 14$ Icr cirri= iron Poe I ut-+ets'a STMJt.l!..* $ D Clr4lt Dtth qt ention 3lrtutwe Ettxalatw04de • 1 1 ' e yRebantt W Dm:nun Stromme rom a I i 1 rrirturctiortrote Dior pn:Annum Wale = t3ad* :Itd Sane TaniAro:tab 04 Jill 20 PC I pEr a Inf411remrSigmae n Ind lbmpotar, ACKis S _ CD Place Oherarin Oot4Yhtta; Gettig _.............. .r......... ... Irlo7 1 r 4 eL- Via. ettA:it :' Ng3v MUD 1 'dux 0 'I5r.2'R4I ertanelCOon I In11a1 P'nax 2 Eton, Cono, Remaining Level of Effort Ark+ la 14Nnrk Remaining Work ♦ • Milestone 0'X112)1 Remaininn Wrx1c S ImmaIV Page 1 of 2 TASK filter All Activities J.. C 4 ..c--.- ..... ....... 1:3-Jui-xi, PitAI it) flraM. r:mmnratinn IHC SCOTT 3 CR 66 AND CR 41 INTERSECTION Project #B2200115 CR 66 and CR 41 Intersection CR 66 CR 41 Intersection All 23 -Sep -22 07:37 l w if A1840 010:10 A2 300 K ASE2EARTHWORK 01660 ntE:('il PHASE 2 11RAINAGF SLOP6ANOUICHPAYWG .1 :II Al 4 A1510 4' c-fi PIPE Al 3C(.1 A1910 At KO AlITV Alg4fl A19011 "303 PHASE2 RRGAT1ONJ At 230 A•7740 A :4194 A2260 E.4Cr: Erc:.,v EATON DRAW F.ARTHV,C E$< A204 CI Rani,* he.ohat Iced Sago vat fin Re7tru`teil dear *rid C+WVStap 1Epsul En•uuzlettere 114 roacsawby install Gecgna1!r tan oAf3C awstrxtl • :rap lltrrts 9 At'R F6 P3"3 -]tote S as lk bb ,3(aile Mores C of ,:R 4 t Paneflames Fel1C'74 otrn oast 78 (138LF t b• R ;I. 2 Fee) Strun Far in (124 LF 1RWP 7FP.S1 ytarrl kW 24 (D4 LJ- 'J49•tl'P, 1 it S) :,`tram Pin nf. (1his 7r$46.•14f'RCt164 tr 11?POI, TITO. TY fliuly Ewen Ftln f17 (1n1 I F 19/.41' HFP(D. ?FES) 3nntn Kt US tad It •7• RLY.: rt'S) :Harm aril(66 lF PCF, 2 ITS: ass DtcnMerton InYsll Eaton Ouse on Gk.a Ditch ;Sol rtttrdion Dianhct trivet' Aran 0:1(171 t F tc'1t2YHFPIP TFFS) YWCFt 41 Innrx n (153 LF Y Excavation aid iitant-ma frrtrannet ut Edon DI a nmail t:• CWWP and Akron PPos7 Gra5er133se AL Le% f.Q30 It Hall R1pta) tiU4 !Ariel txt llatur3ting Case.- rcanrRenc Pma floor Btu r]tvel F1 ondmiarP 1x YVaI% Bu4 swat F4rnviceellwr,P;1tx .Deck Dix C*/Nert ranvReDal Headwalls 10 02-Ftb-23 3 02 -Feb -23 5 024•eb-7J 30 't3Fet~73 10 0-Fru-23 lb 23#1ar2_3 24Feo:3 7 ?4FPn• 7 0`idbf23 6 1(1y1kr.2:1 =SAP( 73 1O443$.2f 2oMata '.'0-MncC'3 R -•4.1-23 U r-A4M-13 13.40-:3 09.Fe0.2'3 O3-FeO-73 02-Atat:23 JL1, J uXcu-.:3 5 19Feb-23 5. 23#'e0.2.1 2 :9t to -fl 2 U:cferi-fJ 10 04re) n 73 -Fen -23 10 02.43.23 14 O244sa2'J ,r • 7-Fe0-2-3 u�iFco-_a 0'9-rctt^.3 _rD-AP- 23 01-n1ar-2l 20 4p 23 17. Apr 23 ) LU. 09-wr 29 17444r-23 11 -Mat -73 • 1-Aph23 30Jvtar•29 22•Veb-23 n1 -Ma .r3 O9-Mv-23 :fii•1r1r.3 ' 3 -fen -a 22•Fe4.23 U1 -Mw -2:s 3044w-23 us -ten -13 27 roes 2'1 • 0-MAr•23 7a.13r•-23 23 -Mar -23 0 5 IJ 0 0 a 1 2f I2 I? le 16 1 1 1 ;it I4C rot A219T3 A213D ..014n A116u A2003 A2110 A2ISO 47170 A221 U Mu* Dun Instal stal 809 LF 42• RCP 1n4ali MH 6 MPO2. 6 P4403 Risi ptrh F.7rm/Pebi,vPn r obi' Sj) Stu flu* Frrrul3 buss uwn ronrul-eeaaVnut merman stnrane was mall 163 lr RCP. .31•I -ES In4•all FES miss Dun f•onntReoaruPc s Lineman 5Vu_tue v+ritywaui Bali Den vita CAMS:ort ltncturc Carving H11S1 Pith GraneA nrtat Pomp IJMde Men t nimu 1 N LF 421 R(.F a 6 3 to 3 5 2 3 iSFra) 23 13Feet-2 i 73}1041 20•retr«1 nIMw73 3•Mar.29 21-Ma'23 98.1dac23 23 -eo25 222fs®Z1 2 7440-23 23 Fun -23 ^.7-B103 0 -Moo -23 02.14nr-23 n:) MM -23 104e:a 23#ton23 17 1 1 26 la 1 Sl7.UL' I URt_ S brace (r35n "cc meyvr _Tura FunntFrwWuu Trttsn CeneelOrSttulLure ripsa,i Forn#Petauprur Train Cuw yer Stra tuna wale A227 Install 'flaw Conveyor Structure 'Zinging PHASE2 BASE A813 GRADING 'rem f3eacC 66 F: tt t TOM fteRPrP41 PHA 2 PCCP A.?•t•1n 02421.1 PHASE 2 kW% PA'A I'C PHASE 2 Fl SEES A2670 A21410 A.7690 A2720 342 710 air• c a; FCC P t;A 41 PCXP Saw aril Seal Joints Ps.e OP6G and CR41 Te Ins •acme utvtwet'a Pa..et9 a►e Clrverays Snowdon Ui) 2o.nnytov war. Sat Pttenton BL+r*etaciasta Ptiaaway Slopes Seel sic Mien Stcves into; F J4OW ff 5h4:1s)Pawrneta MletlengS Open Irrt[ntieti7t Rem o*B tUm7scnnta a 8 11 5 30 0 5 to I n 8 29 9 U B a 244t0-13 01-Ms1-23 1SMat23 30 Mar 23 21•Attt.2a 2 -,Apr-_'3 nRMav-73 U1•MSy-23 01 May:3 SaAn,~m 06.Jun27 a cQu in.73 fi6Jur.13 t3tiJur.:t4 Otion.2.3 09,1ur1:23 ¶3. Jun 23 14400-Z1 2Ramr23 28Jun23 30Jun73 1--£0.2:1 • 3•LWr-23 29 liar 23 30Mar M 2414311-7.3 28.4fx-2? 2- tiy?i 124.20.24 • 0 May 22 2a-Msy-7i 05,rin•23 • 2-4:m.23 fl,lrx n 19Jun•23 t !ram -ZS g,Jtes. 3 1-&1-23 234,411-X: 2? J..n 22 2.1401-23 2?4.af23 29 Jun•23 13 J'JI•2 n g 0 0 0 3 n 0 u 0 0 0 4 4 0 Oct A. I , 1 Ji1 i ..,.-. Fro Faernove Asrrer t • • 1 Attars regn Ana OftrrRemmers 3 erste' ant tlastw*v, 1hFlnk . 181031104110111100101010119 t I 1_------ 1 20.041• fi3, PrIA 2 EARTHWURK Instal OiengnN0las► 6 Aft I 17Jtu.23, A4ASE 2 LFArkAGE 304,w ..23, swat atmG aTt $i PriariNei Et -7-7-7-71 Grade nor tei iI C49 et f'3stMOO yortat to rt... Comdr*In t.SCR41 l • .. cit PAW (1tmn p of C0441 I J Apr -29, plait 1 1 i t... Iaili k bass uc:n Lr rrgran Slam Fen 08 (430tet 18' RCP, 2 FE8) Stain Fa (1•:40LF tWWQ'.2-tSI 0 Spina Foil 04 ('J4 LP 21'RC.P, 1 re s) • ' Storm Pun 04 r36 LF rt .413'fAEccc& 14 LF 38; RCP 3 FES- Senn far) 07 (101 U? 19x30• a1ERCP. 2 FES) 5Leni Pun 09 (49 LP 10'FKP.2 ft') (' Glom Pun: t1 ( !,F LT RCP 2 FES I F?ILMa6)3, PltA.9F 21RAll!A1lt1t1 Inal, a warn [raw end Bus Oar, 301 tee ram Btwkot InllySf4xt Pun 033tt: 1 I F t44tt?Z'MFR P. ?Fib) f -.J tNOWA Irrigation (1a,LFC'INC) I� 30rebr23, EATON Ma '� 1 t l f xrnvennl Ann paying g Remirner WE -Aron Cie. • 4 30448.23. EATON DRAW EARTHWORK I.'' tots 17' (44) frnitUreasi Retail • I crallasar.ALLees Iilyrd atm Rival 144IYr.?'i FATCSJ CRAW otritrIN PI Mr BOX 1`LIUIEPf tux uJ4rll EnLavibutver:atiati avw Lu%r Fo'mAimatruu b:r I - -a Bux °Owe Rlnnrlitws.Pras will%• =- tlWI L11hM uaopold heck ' •T lu Aug Ti O Infer r• 1 e •-•J Opt Cuarert r'arr ctbefHea:S ll ► x;.16-1111-'1.3 PIIRS 11TCxs aim CULI; match 809 LF 42' RLP emaRsi untate Ia t 0-Mi02, 0-MiK3 ace tom LRtl tam4?tt)an$rou _tw_r41(1n Stnxture rof4nq I • - ..... • _ ) Blois Corm Fu niRf i arPWx Dstfstu. Stnickare Wilts tr) instal 163 LF PIP. 4a FE4 install FES P 843a Dll..lt fun,rfaeV4PF wl CMlyw-, 40 ULtur Wavier( p Bea tMth Instal.' Lwmon CUtcluc bating O'at Ceti aredenrwta i Rini) 3O4Kar-29, Wit CI Teti tpir ?If et►?1,PIPE 1 wise ran i rite- 1 re LP 42• F7> t34Mar--23, SITIJC1URE£ riven suuctuie .. r 1 FunrvvruauPub b ' Ctut aryut Slntctuv PtdLry 1 {orrnipso l+'pour titan Com.eje, martyr,* W** fi Insal bran calnvwWt 5trettlee Orebnq t. ,41ty.23. PINar 2 t1A3C M4O f.W'CCNG •, ••t I� t(a(n Bats- web 1 r 1 a firs BoseCa41i PC:CP Ca 66 l= 41 41 9 t 2,1u)•2 J. F WISE 2 PI:c? PCCP Care MXP Sow aria Slat JO►Ns 111- non -29, PIiASF ^ HMA peviNrf I' bve LT.'60 aria L1411 lie Ina its algae Mato Pmeiri it OletwT s ss n , 1$4111-23. PHA,* 2 RWSFlt5 file seirup rtnlanpOavere' 301 Po nuts thutkstlTopsae Vitas* Sips! seta 310 Kra' Saves 'pas( Po ninny 91 nsPavtme n4 MsAdngs Opera Intersection Pemo%e ournarpyrtd3 Remaining Level of Effoit Actual Walt I Remaining Work ♦ • Milestone Critical Remaining Work Vff Summary Page 2 of 2 TASK filter Ail Activities (C) Oracle Corporation IHC SCOTT 4 CR 66 AND CR 41 INTERSECTION Project #B2200115 SCOPE OF PROPOSAL UNDERSTANDING THE PROJECT COORDINATION WITH STAKEHOLDERS This project will impact several different stakeholders. These stakeholders include residents within the project limits, local farmers, irrigation companies, oil and gas companies and the local residents who travel the roadways. Maintaining access to these stakeholders throughout the project and keeping them up to date on the progress and changes they will experience will be essential to overall success. We will begin the process upon award of the contract. Our staff will reach out to land owners to begin to acclimate them to our plan and to discuss our plan to keep access into their properties during the construction of the project. These interactions will allow us to gather information about their needs and adjust the plan as necessary to meet these needs. Our staff wilt also meet with the irrigation companies to discuss our plans with them as well as to understand their schedule. From our past experience, we understand that the dates in which water is needed to be released for irrigation is a floating target in lieu of a hard and fast date. Through regular coordination with the irrigation companies we will know their needs and can adjust accordingly to reduce or eliminate any impacts to their system, should the need for water be earlier. Prior to and throughout the full closure of the intersection, IHC Scott will deliver updates to the impacted stakeholders to keep them informed of how the construction will impact them and how IHC Scott will mitigate these impacts. We will perform as much of this communication as we can in person. It has been our experience that relationships with local stakeholders are much better when a person can put a face to a name. This personal approach provides accountability and gives the stakeholders assurance their needs are met. COMMUNICATION Open and honest communication is crucial to the success of any project. This will be especially true on this project given the amount of work to be completed and the short time lines in which to complete the project. IHC Scott will have a dedicated staff on site led by our Project Manager, Jeff Meyer. Tyson Kincaid will also be onsite in the Superintendent role. Additional support will be provided by Cameron Thompson, our Operations Manager. These individuals are all presently completing the work on the 35th Avenue and 0 Street Roundabout for Weld County. This will benefit the project and Weld County as our staff already has a working relationship with County staff, understand the County's needs, and will be able to effectively communicate and solve issues as a team. Our Project Manager and Superintendent will be onsite throughout the duration of the project to foster an environment which enables regular communication to keep all parties aware of the project status and needs. We will communicate schedule updates during our weekly meetings and also in person with affected stakeholders. These schedule updates will provide our plan for the coming weeks and will give the project team an opportunity to look ahead at potential issues and work towards mitigating these issues. Our project staff is adept at communicating with owners and the following three projects are examples of success they have had on other recent projects, some individually and some as a team. Our word is our bond and we will carry this value to this project and ensure we work together as a team to successfully complete this project. INN IHC SCOTT L) CONTACT INFORMATION: Cameron Parrot, P.E. Weld County 1111 H Street, Greeley, CO (970) 400-3745 CONTACT INFORMATION: . _ Cameron Parrot, P.E. Weld County 1111 H Street, Greeley, CO (970) 400-3745 CONTACT INFORMATION: James Moreau, P.E. CDOT Region 1 2829 W. Howard Pl., Denver, CO (303) 512-4272 CR 66 AND CR 41 INTERSECTION Project #B2200115 SCOPE OF PROPOSAL METHODOLOGY IRRIGATION AND DRAINAGE IHC Scott wilt self perform the vast majority of the irrigation work on the project, including the concrete structures. This will allow us more control over the quality and the schedule of these activities. We wilt mobilize our structures and underground crews at NTP 1 to begin this work as soon as possible. Our structure crews wilt focus on the cast -in -place box culvert first as this structure is the most time consuming. Crews wilt form and pour as much of the floor, walls, deck and north headwall as is available in the first phase. The remainder for the box culvert floor, watts, deck, and south headwall wilt be installed once the roadway is closed. This work along with all the other structures on the project will be performed by IHC Scott crews and the Class D concrete will be supplied from our own plant, giving us tighter control over the schedule and quality of the final product. While floor and wall placements on the CIP box culvert are curing, crews will move to the other structures available in Phase 1. This wilt include the southern diversion structure in the Divide Ditch. While the phasing plans indicate this area isn't available until Phase 2, the new structure is further south than the existing and outside the clear zone, giving IHC Scott the ability to complete this structure earlier and allow the pipe to be placed from the outflow towards the inflow. The remaining structures will be phased in during curing periods, once these 2 main structures are completed. As work is proceeding on the concrete structures, IHC Scott underground crews will begin work on the Bliss Ditch Pipe installation, as well as the other available systems. The pipe wilt be placed from the southern terminus north to the point at which the pipe crosses the existing ditch. Once the roadway is closed, IHC Scott will divert the flows in the ditch away from the remaining pipe installation. This water wilt be carried in temporary pipe from the northern limits of the construction to the south end of the project. This will keep the water clean and not allow any potential run-off from the project to enter the irrigation system. The new alignment of the Eaton Draw will begin as soon as possible after NTP 1. Completing this work early will aid the project by helping to maintain drainage, as welt as give the project a path in which to place the temporary pipe for the Bliss Ditch diversion. These same grading crews will also work preparing all the ditches for the slope and ditch paving to ensure completion by March 31. IHC Scott will produce all the Class D, flowfill and concre and ditch paving for the project from our own batch plant, p schedule certainty and a high quality product. r PHASING IHC Scott has identified areas in which the phasing can be amended to expedite the construction. The first of which is the construction of the diversion structure at the Divide Ditch. This structure can be completed off-line and outside the roadway and clear zone with no traffic control. By constructing this portion of Divide Ditch first, IHC Scott can start at the outflow and get this elevation set correctly first, prior to placing any pipe. This improves the quality of the build, while helping keep the Divide Ditch activities off the critical path of the project. Other areas for opportunity to complete work sooner include: • Working with the local stakeholders to provide alternate access to install the pipe and work on the grading of their driveways in Phase 1. • Completing the construction of the turnarounds required for the full closure early. i/i WEIc§COIL 7 CR 66 AND CR 41 INTERSECTION Project #B2200115 SCOPE OF PROPOSAL METHODOLOGY PAVING PLAN IHC Scott has built our reputation on providing high quality, cost effective concrete pavements for our owners. We are experts at analyzing jointing and building a paving plan that optimizes the efficiency of the paving process. When the plan is efficient, the amount of pavement placed by machine is maximized which creates a smoother higher quality pavement as well as a more schedule friendly approach. We have followed this approach on this project and have developed a plan that maximizes the amount of machine paving, and provides the most cost effective approach for the County. Our proposed plan will split the 50 foot roadway on CR 66 and CR 41 into two 25 foot machine placements, as shown in green. By maximizing the amount of machine paving and completing the full width of the roadway in two passes, we are able to provide a smoother, higher quality pavement. The remainder of the pavement, shown in orange, will be placed by hand, with the odd shaped panels reinforced with wire mesh as required. RAY War 1 33 JOINTS AT 15' \ SPACING = 495 H Lg 8 asi rant% 115 12• 4th IL i5 an falla I 13.0' WHIP TRW -� 0 cc TYP TYP (SEE COOT IYN12-1 STANDARD FOR JOINT DETAILSI Machine Pour 25' width Hand Work CL•CL INTERSECTION WCR-66 S TA 119.68 31 = WCR-J+ 5TA 514.16 67 Pr -ROW Pr -ROW Pr -ROW Pr -ROW El rsi Pr -POW ►1Cl 'ACFi 65 - -- ROW ROW R0 *IWMiI KTITI fl!nn IIiIN1IIN g wow Rim !!!!l1��1i1i! 11!ll�i1 iffthi mow, • MW 'MW A? WM MW' wall* I �� Of 1; �� MINIM i'Mi� 7�• ° 1�i.. ll{iN.f1l NW . laiNIM1-MI 12U•La � 1 1 yyi 1/ .iyy ��� vat A • 'IY 4if. RS . I . ~ • TTz T/I 1• •••/ 1 �i�• 7T T . 1 )7 1 1SiNI Z .�..�N •.�.• ` iM.Wt1�Yii1, ,. �'� •�� • f • 1••� , �b .Ma. •�� I i1iT[1��MIW :�I�. �7Illii 4" tiliN: liIr w� IIIIIIIIIII 11111.1 AWN WCR .�C Ems; at' 13 4- �— f{ ROW , R • • ROW ROW ROW ROMI ROW KW, 1Int t 50 Rd �/ * Pr -ROW Pr -ROW Pr ROW Pr -ROW Pr•R Pr -ROW Pr -ROW Pr -I ITX1$0 t V WV aruin- C=V r'.p'•CL MC ' V UL WIRE MESH 7 'MRE MESH REINFORCING 5H/ill PAVING ASPWAL T TO CONCRETE TRA) (SEE TYPICAL SECTIONS FOR D Pr -ROW Pr -ROW O TYF to ., Efinitani IWO I PT 512.79 14 1 26 JOINTS AT 15 SPACiI IG : 390 O -VP • JGIr; 1 P••• 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. All of these proven methods have been utilized by IHC Sc several Weld County projects including WCR 49 D -B, WCR 4TVfT�F 22/49 Intersection & WCR 4715H 392 Intersection. Mil IHC SCOTTJ 8 CR 66 AND CR 41 INTERSECTION Project #B2200115 CRITICAL ISSUES AND RESOLUTIONS 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: • Schedule Adherence • Critical Supply Chain Issues • Environmental Compliance • Unsuitable Soils • Access During Construction 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. SCHEDULE ADHERENCE CRITICAL SUPPLY CHAIN ISSUES It is no secret that the schedule for the completion of this project is tight, particularly in regard to the irrigation work. Our plan as presented in this proposal provides an efficient and effective approach to the work which meets the project's scheduling needs. IHC Scott will monitor this schedule throughout the life of the project and will update the county regularly on the progress through daily communications with our counterparts at Weld County, 3 week schedule updates and immediate notifications on issues that arise which may cause a schedule impact. This approach will allow IHC Scott and Weld County as a team to mitigate any potential schedule issues for the betterment of the project. In addition, IHC Scott has a multitude of resources throughout the Front Range, that can be called upon to supplement the crews assigned to this project to meet any schedule need. The current state of inflation and lack of materials has created supply chain issues throughout the construction industry. This is especially true with the ready mix market. Ready mix suppliers are met with challenges of a lack of material to produce their product. This has caused these suppliers to begin to ration the amount of concrete they can deliver in a single day and the number of days they will service a single customer. IHC Scott is able to combat this issue by utilizing our plant for the production of our concrete. On this project IHC Scott will batch the concrete for all the paving from our own plant. Our relationships with the cement suppliers and our preplanning have allowed us to weather this storm and keep our stockpiles up to meet our project needs. We will also batch our own ready mix from our plant for the RCBC, slope and ditch paving, CIP structures and flowfill on this project. This will give us complete control over the delivery of the over 250 loads of structural concrete we will need for the project. Another industry that is affected is the precast and pipe supply. This industry currently has increased the lead time for these products, specifically specialty products like elliptical pipe. Proper preplanning and scheduling reduces this impact and makes sure products are received timely. Our relationships with the suppliers also put us in a position where we are pushed to the front of the production line, so we can receive the materials ahead of our competitors. [IHc SCOTT 9 CR 66 AND CR 41 INTERSECTION Project #B2200115 CRITICAL ISSUES AND RESOLUTIONS ENVIRONMENTAL COMPLIANCE There is a significant amount of work involving irrigation and drainage facilities on this project. Working within and near these waterways creates a discharge potential for the project. In addition, water runs in the Eaton Draw/Bliss Ditch year round, creating the need to divert these flows to complete the work. IHC Scott wilt mitigate this by utilizing Best Management Practices and creating and maintaining a solid environmental compliance plan. Our Corporate Environmental Compliance Officers have already visited the site and have developed the initial plan for this project. Key highlights of the plan include: • Diversion of the water in the Eaton Draw/Bliss Ditch will be piped throughout the project limits eliminating the potential for runoff from the jobsite to enter the water. • IHC Scott utilizes an environmental software (ComplianceGO) for all projects requiring stormwater permits (local and/or State). ComplianceGO helps track, schedule, and manage inspections and action items related to stormwater programs. • In September of 2021, IHC Scott was recognized by the Colorado Environmental Leadership Program as a Gold Leader. Our proven track record shows we are conscious stewards of the environment. COLORADO Environmental Leadership R-17 SOIL AVAILABILITY Based on the geotechnical report, the existing soils have an R -Value of 17, with the exception of bore holes BH-2 and BH-6. IHC Scott will perform further geotechnical analysis of these areas to further define the limits of available soils within the project limits. We have identified a source near the jobsite with soils meeting the criteria needed for the project. The close proximity of the borrow site equates to shorter truck hauls and a lower cost to the project overall. ACCESS DURING CONSTRUCTION Throughout the duration of the project, local access will be impacted to businesses, farmers and residents. It is imperative that safe and easily traversable access is maintained to the stakeholders. IHC Scott has developed a plan to provide this access and will work with the local stakeholders to ensure the plan meets their needs. We will coordinate with them throughout the project to keep them up to date on the progress of the work and to address any issues they may have. Our on site Superintendent will monitor these accesses daily to ensure they are maintained and kept in good working order, including snow removal after winter storms.. 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 goats on this project and will partner, as we have before, to mitigate any and all additional issues that may arise. sr IHC scott) 10 CR 66 AND CR 41 INTERSECTION Project #B2200115 PROJECT CONTROL Our extensive background with Weld County has given us insight on the needs of the County and this project. Our project control approach begins with understanding the needs of the project and transparently working as a team towards meeting those needs. We will use this knowledge to successfully manage the project as detailed below. CONSTRUCTION COST CONTROL IHC Scott provides the best value to Weld County for the CR 66 and CR 41 Intersection. We accomplish this by understanding and monitoring the budget, quantities and schedule to identify and mitigate potential hurdles. We strive to be the contractor of choice for our owners and a main component of this is our partnering approach. This has been key to building our relationship with Weld County. As issues arise that could potentially affect the project budget or schedule, we openly communicate the issue and work with the County to identify the most cost effective solution, while maintaining the overall project quality and schedule. Prioritizing the needs of the project above the needs of individual parties assures that the right solution is identified and implemented for any issue that may arise. Our approach encourages a true partnership on the project, strengthened by regular communication with Weld County personnel. We encourage all of our project team to meet with County staff at regular intervals. This practice enhances communication and galvanizes the true partnering culture. mar COMMITMENT TO CONFLI RESOLUTION It is our commitment that resolu of issues is best settled at the to level possible on the pro' aft 7 IHC SCOTT) SUBCONTRACTOR COST CONTROL We engage our subcontractors early through the bidding process to identify scope packages aligned with their capabilities and make them an integral part of our team. As the project progresses our subcontractors are heavily involved in our planning process to ensure full understanding of the project needs by all parties. Thus, our subcontractors fully understand the scope, schedule and quality requirements and are setup for success on the project. This approach keeps them fully engaged in the success of the project and reduces cost overruns for our subcontractors, IHC Scott and the County. STATE AND FEDERAL PROCEDURES IHC Scott has successfully completed numerous projects in the State of Colorado throughout our history. Our success comes from our culture of doing it right the first time. This includes compliance with all State and Federal Procedures and regulations. Our staff is continually trained on these requirements to ensure nothing is missed on our projects. 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 to setup the project correctly and are also there to help resolve any issue that may arise. A prime focus on this project will be our environmental compliance. We have staff dedicated to this and are solely responsible to help develop, maintain and adjust our plans for compliance. Our project team is trained in environmental compliance and are dedicated to always doing it right to protect the environment, the project and our Owner. 11 CR 66 AND CR 41 INTERSECTION Project #B2200115 PROJECT CONTROL 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. IHC Scott is committed to delivering a project that meets objectives for quality, safety, schedule and budget. Our Contractor Quality Control Plan (CQCP) was written and implemented on several similar projects. 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. wilt 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 Plan -- c- Details all productively from innovation other field the and procedures, pertinent crews, provide collaboration. a subs information specifications, quality and product. suppliers required current Input to provide will plan to sheets safely be obtained and and maximum Pre -Activity Meeting Prior pre informed -activity to any of new work project activity goals meetings and beginning requirements. will IHC ensure Scott all will parties hold are a These meeting. the Dal�y T21f11 Meetings achieve meetings process team an focus to opportunity in complete on each the activity. to day-to-day each review work activities activity. and adjust, and if the necessary, gives step- the These by-step project project to This quality QC Inspection and Testing CQCP processes detail to of the meet these and quantity provide or tests and exceed will a written frequency be project used record to of the requirements. analyze of necessary acceptable trends, inspections improve The Documentation work. • Hold Points in Hold which turn points reduces reduces ensure questions costly that all about rework. steps the are documented acceptance of in a the product process, and Final Documentation Closeout and Final document punchlist, our excellence closeout, in certifications, providing a quality etc. product. will property 1? CR 66 AND CR 41 INTERSECTION Project #B2200115 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 commitment to quality 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 wilt 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 UALIWTH ' ' 0 • Batch structural and paving concrete to control mix consistency. • Earthwork Process Control Plan to include 100% onsite inspection for earthwork activities. • On site testing and storage of concrete specimens. • Additional testing above the requirements • Immediate communication of issues resolutions. • In house testing of PCCP allows testi above the minimum and provides consistency in the mix. • Pre -work meetings for alt activit • Inspection Checklists and Real -ti 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 22/49 Intersection, WCR 47/SH 392 Intersection and WCR 17/54 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. The paving on WCR 17/54 Rou was performed utilizing our CQC resulted in a long lasting produ County. mil IHC SCOTT 13 CR 66 AND CR 41 INTERSECTION Project #B2200115 WORK LOCATION/FAMILIARITY LOCATION/PROJECT AWARENESS • IHC Scott understands the irrigation needs of the County and this project and has a plan to efficiently and effectively complete this work on time and per the contract requirements. • 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 has identified activities that can be completed earlier than shown on the phasing plans and will proceed with them earlier without impacting local traffic or farming. • We understand the need for environmental compliance on this project and have plans to address this and keep discharges from happening on the site. • 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 for 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 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 AUAILABILTY Most of our team members currently live and/or work in Northern Colorado. We also have numerous crews and resources along the Front Range. We will have co -located County and Contractor offices on -site to facilitate coordination and communication. PAST SUCCESSFUL PROJECT WITH WELD COUNTY � WCR 49/22 Intersection Improvements, completed 2014 > WCR 49 Extension Project-PCCP Subcontractor to Flatiron Const., completed 2015 � WCR 49 Design -Build, completed 2017 WCR 47 Ft SH 392 Intersection Improvements, completed 2017 � WCR 47 Change Order to WCR 49 D -B Project, completed 2018 WCR 17/54 Roundabout Project, completed 2020 WCR 47 Turn lanes Project, completed 2021 35th Avenue and 0 Street Roundabout 14 CR 66 AND CR 41 INTERSECTION Project #B2200115 COST IHC 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 plans, 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., proposal provides the County cost certainty and best value for this are committed to performing this work and as previously demonsira e partner with the county on any issues that arise to mitigate the im County. S a 1 • 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. Our plan has a clear path to completion within the timeframe prescribed by Weld County. In addition, we commit to meeting or beating the project milestones for the irrigation completion and project completion with the highest professionalism, quality and teamwork in the industry. BENEFITS OF IHC SCOTT • We have a strong history of successfully completing project with Weld County. • We have a solid and efficient, complete the irriga. work by March 31, • • d • • We provide industry leading quality on • We will batch all structural all our projects. concrete to maintain mix con provide superior a maintain the p' • The diversion of Eaton Draw/Bliss Ditch • We will maintai will be piped throughout the project residents and businesses thro limits. the construction. ; l/ rk IHC SCOTT 15 ATTACHMENT A 11 -IC SCOTT IHC Scott, Inc. - Current Projects SAS Job Name Project Number Owner/Address Contract Start Date Contract Amount Project Description Percentage Complete Manager Projected Completion Date 101/3.1063 CE -06 Concourse C East Apron Paving P2 2018429669 On -Call Awl rid Construction 101843278 Miscellaneous Roadway ft Parking lot Improvements On -Call f 20191 201950220 Parking Revenue Control Upgrades 35th and 0 St Roundabout Bennett Village Brownsun East NH -80-1(192) Canyons South 2022 R2 City Et County of Denver Dept of Aviation 1105/2106 8500 Pena Blvd. Denver, CO 80149 303.341.27[x3 City fs County of Denver Dept of Aviation 2098 851x1 Pena Blvd. Denver. CO 80249 303.342.2200 City @ County of Denver Dept of Aviation 1101 8500 Pena Blvd. Denver, CO 80149 303.34/•2200 City ft County of Deriver Dept of Aviation 2108 8500 Pena Blvd, Denver, CO 80149 303-342.1200 Weld County Public Works 12303 1111 H St, Greeley, CO 80637 Cameron Parrott 910-400-3/45 Lerxsar 21627 9193 S Jamaica St, 4th Fl. Englewood, CO 80112 Tom Cyr 120.207-7193 Nebraska Department of Transportation 12301 P.O Box 110. Gering, NE 69341 7/5.888.1460 22802/22803/ 21804 Oct 2019 24,165.630 Jan 2019 6,000,000 May 2019 Jan 2020 Apr 2022 4,000,000 8,330,000 7,403,933 Hines 1144 15th St. Ste 2600. Denver. CO 80202 Ryan Marsh 720-480.2699 CDOT Ramps Pkg 1 Centennial AP Airfield 3.08.0029.056.2022 Cheyenne AP Citadel on Colfax Dahlia Street Improvements DEN 1017 Annual Lan dside Pavement 202161302 DPS-385.3(1191 US -385,1614 North Flyway Colorado Department of Transportation 17/01 4101 E Arkansas Ave. Denver , CO 80111 Andrea Hebard 303451.9113 Arapahoe County Public Airport Authority 12403 /565 5 Peoria St. Englewood, CO 80112 Chris Dodge 303.771.0900 Cheyenne Regional Airport 2230/ 4000 Airport Pkwy, Cheyenne, WY 82001 Tripp Fox 301.941.8309 D.R. Horton 72701 9555 5 Kingston Ct. Englewood, CO 80112 Mike Bird 303.704.9113 Adams County Public Works 21611 4430 S Adams County Pkwy, Brighton, CO 80601 Ellie Mclean 720.523.6263 City ft County of Denver Dept of Aviation 22402 8500 Pena Blvd, Denver, CO 80249 Shelley Berry 303.342.2200 Nebraska Department of Transportation 31/1 PO Box 94759, 1500 May 2, Lincoln, NE 68509 441/.4/9.4525 Premier Facility Constructors 116-16 4500 Cherry Creek Dr South, x1860. Denver, CO 80246 Dustin Grata 710.2534x190 Y 102 Harvest Ridge Util/Rds 1-80 Bushnell • West Kimball Subcontractor for earthwork; paving; utilities; tier 1 to perform the civil portion of the concourse expansion; PCCP includes 50,000s y of 1T-11" and 11,600 s y of 10". 3 year contract ler the City to perform anode task orders as needed. 3 year contract to perform non-airside task orders as needed. Remove ft install parking revenue control equipment for parking areas throughout the airport 25,515 c y. earthwork, 2.610 1 1 RCP storm, 8 structures; 9,855 tons base cots -se; 8,465 I. f. combo curb and gutter, 22,700 s y. concrete paving. 10- 66' 23 acres and 288.355 c.y. earthwork; 7,5301!. 6" • 12- waterline main; 266 residential services; 5.3201. f. 18--42" Aug 2021 6.635,273 storm RCP; 16 structures, 9,275 1.1combo curb, gutter and sidewalk. 2.465 1.f sidewalk; 29,915 s.y.. PCCP; 29 ADA ramps 65= 8 Br tan Martinez Brian Martinez Brian Martinez Brian Martinez Grey Ira/ee Dec 2022 Jul 2022 Aug 2021 Dec 2022 Oct 2022 51 Dustin Williams Apr 1011 40,806,289 329./65 c.y. earthwork; 85,625 I f underdrain pipe; 120 I f. culvert pipe; bridge repair; 407,785 s.y. PCCP. Dec I021 26,872.284 1,998,790 c.y. earthwork; 13,5701.1. sanitary sewer main; 20.4201.1. 8"-12" waterline main: 412 residential services, 24,140 1.1. 18'•60" RCP storm; 20.500 1.1. utility main line; 48 structures; 2 RCBC head/wing walls; 2,560 tons base course; 23.455 LI combo curb, gutter, arid sidewalk; 18,780 1.1 combo curb and gutter: 14,7001.1. sidewalk: 14,180 s.y.. PCCP: 68.130 s.yconcrete paving; 51 ADA ramps; 660 I.I. trickle channel. 2,080 s.y.. trail. 11 35 Gneg Iiaiee Nov 2022 May 2073 Luke Richter Jun 2023 Apr 1021 4,644,417 500 tons base course; 895 11 combo curb and gutter; 1,510 s.y. sidewalk; 95 s.y.. concrete paving; 265 ADA ramps Jul 2072 8,769,445 Rehabilitate runway 17R/35L and taxiway B; construct midfield runup; reconstruct midfield apron taxiway Al runup; electrical. l• U Jul 2011 1/.96/ 1/4 Reconstruct portion of runway 9.27; replace runway 9 PAN, light fixtures, homerun cable: signs. striping. 1,7401.1. sanitary sewer main: 1.3901.f. water line main; 284 residential services; 401A RCP storm; 1.20011 PVC Dec 2021 3,556,546 pipe; 31 structures; 4,265 tons base course. 3,185 l.l. combo curb gutter and sidewalk. 6701.1 combo curb and gutter; 3.480 I. f. sidewalk, 78 ADA ramps, 4.860s y PCCP Jul 2011 1,115,244 Lennar 22705 9193 5 Jamaica St, 4th Fl, Englewood, CO 80111 Torn Cyr 720.201.7193 12308 I.80 EB Rock Springs I-80 Lexington • Overton 11301 22309 1.80 Winter Improvements 1804271 (as subcontractor) 22306 Nebraska Department of Transportation P.0 Box 210. Gering, NE 69341 775.888-7460 Wyoming Department of Transportation 5100 Bishop Blvd, Cheyenne, WY 81001 .1 Douglas Jensen 307.7/7.4484 Nebraska Department of Transportation P.O Box 220, Gering, NE 69341 715.888-7460 Simon Contractors 4819 S Industrial Service Rd, Cheyenne, WY 82003 Aaron Spenny 301.328.4104 May 2022 Dec 2020 0- 18' 6,265 c.y. earthwork; 3,810 1.1 18'-66- storm RCP 17 structures, 3,526 combo curb, gutter, and sidewalk, 360 I f combo curb and gutter: 1,810 i f. sidewalk, 6,100 s y concrete paving 1,745,155 440 c.y. earthwork: 500 s.f. repair of concrete pavement; 2,342 c.y- concrete paving 14 5 mites at pavement reconstruction, SB reconstruction lull depth with PCCP, NB existing milled and replaced with HMA, drainage, electrical; erosion control; pavement marking. 1:,249,999 18- 0 60- 143,205 c y, earthwork: 2,900 If 6" sanitary sewer main: L920 l I. 8" waterlhne main; 9 residential services, 67D I f. Nov 2021 6.638,608 10"-12" HDPE; 5,90011 12"-36" storm sewer; 2,305 i t. RCBC CIP storm sewer. 21.675 I.I. curb and gutter; 16.350 s.i. 5%12" sidewalk; 42 ADA ramps. 98,975 s.y.. earthwork; 20,375 I.f. sanitary sewer main, 14,065 I.I. 8••12" waterline main; 777 residential services; 9,045 1. f. 11-46" RCP storm; 50 structures, 33,860 tors base course, 39,890 1 I. combo curb and gutter; 31.145 I 1 sidewalk; 12,655 s.y.. PCCP; 87,645 s.y.. concrete paving, 11,565 I.If. concrete; 14,170 s.y. trail, 124 ADA ramps, 1,4401 1. trickle channel. Jun 2022 22,641,888 67 0. 41.383.902 Gradng; concrete paving; 8 culverts; seeding: guardrail; electrical; signing. Mar 2022 21,/81.866 136 1 f 36" RCP storm, 1451 I. underdrain pipe, 1,3501 1. PVC conduit, 291,160 s.y reinforced concrete 43,996,815 Grading, concrete paving. 8 culverts, seeding; guardrail; electrical; signing Jun 2011 1,901,843 5501, f. combo curb and gutter: 340 s.y.. sidewalk; 77,921 s.y.. concrete paving U t; U• Dustin Williams Brian Martinez Greg Frazee Dtatri Williams Dustin Williams Br man Mau t Inez Greg Frazee Dustin Williams Dustin Williams Greg Frazee Greg Frazee Greg Frazee Greg Frazee Dec 1012 Jun 2023 Oct 2023 Dec 2012 Apr 2023 Oct 2022 Sep 1011 Nov 2022 Aug 2023 Oct 2022 Oct 2022 IM 0253-255 North 1.25: Johnstown to Fort Collins Design - Build Project 3108 Colorado DOT 2829 W Howard P1, Deriver, CO 80204 May 2018 Independence F2-3 Legacy Village F1.2 Looking Glass F4/F5 Montalne F5 Montaine F8 EW Murphy Creek Murphy Creek F1-2 NE Kimball AP RW 10/28 Rehabilitation NH -80-2(100) 1-80. Big Spring West NHPP1-3500-(086)PM 1-35, Paul's Valley NHPPI-3500-(0941PM 1.35 and 51159 to South of Wayne Pikes Peak Red Rocks Ranch Red Rocks Ranch F2 P47 Rex Ranch F3 Craft Bandera 22801 1288 Clayton St. Denver, CO 80210 Jim Yates 303.803.7036 Lennar 22806 9193 5 Jamaica St, 4th Fl. Englewood. CO 80112 Joseph Huey 720.369.3835 Lennar 20641/20642 9193 5 Jamaica St, 4th Fl, Englewood, C0 80112 Joseph Huey 720.369-3835 Toll Brothers 20647 10 Inverness Dr East, Englewood, CO 80112 Kyle Wiriness 303.708.0730 Toll Brothers 22808 2400 E Montaine Cir, Castle Rock, CO 80104 Tank Warvariv 303.859.5512 Toll Brothers 20611 10 Wetness Dr East Englewood, CO 80112 Tim Westbrook 303.653.8039 Lennar 21614 9193 5 Jamaica St, 4th Fl. Englewood, CO 80112 Joseph Huey 720-369-3835 City of KimbaU, NE Airport Authority 22304 223 S Chestnut St, Kimball, NE 69145 Jet/ Wolfe 308.635.1926 Nebraska Department of Transportation PO Box 94759, 1500 Hwy I. Lincoln, NE 68509 402.479-4525 Oklahoma Department of Transportation 200 NE 21st St, Oklahoma City, OK 73105 3110 7050 7048 Mar 2022 Jan 2022 Nov 2020 Jan 2021 Jul 2022 Mar 2020 May 2021 Oklahoma Department of Transportation 200 NE 21st St, Oklahoma City, OK 73105 Jun 2022 May 2019 Mar 2021 Feb 2021 D.R. Horton 21611 9555 S Kingston Ct, Englewood, CO 80112 Mike Bird 303.704-9113 I. ennar 20637 9193 5 Jamaica St, 4th Fl, Englewood, CO 80112 George Hart 303.754.0711 Apr 2021 Lennar 21628 9193 5 Jamaica St. 4th Fl. Englewood. CO 80112 Dylan Gardner 303-330-5116 51113 Reconstruction SH13 Reconstruction Garfield SH71 Passing Lanes 5TA0712-019 Silo Southwest Airlines Provisioning Improvements (as subcontractor) Sunset Superior TC P3-4 Timberleaf Vance AFB Taylor Morrison 21645 1420 W Canal Ct, Littleton, Co 80120 Mark Armstrong 303-887-2899 Colorado Department of Transportation 20653 222 5 6th St #317 Grand Junction, CO 81501 Justin Kuhn 970.826.5189 Colorado Department of Transportation 22202 222 5 6th St , #317, Grand Junction, CO 81501 Justin Kuhn 970-826-5189 Colorado Department of Transportation 22406 10601 W 10th St, Greeley, CO 80634 Daniel Mattson 970-350-2240 Leiner 19612 9193 5 Jamaica St. 4th Fl, Englewood, CO 80112 Tom Cyr 720-207-7193 Swinerton Builders 22405 6890 W 52nd Ave, Arvada, CO 80002 Killion Hunn 720-926.4445 248,287,287 30,742,439 16.459.784 8,591,398 10,184,729 1,221,831 5,540,543 6,230,435 4,103,278 44,560, 793 19,747,076 12,287 440 4,913,549 Add tolled express lanes; pavement reconstruction; replace/widen bridges as needed; new Park Et Ride with access; install IT5. 2,898,468 c.y. earthwork; 23,490 1.f. 8"-10" sanitary sewer main; 30,635 I.f. 4"-8" irrigation main; 27,845 If. 6"-8" waterline main; 1,104 residential services; 9,875 1.l. 16"-64" RCP storm; 51 structures; 49.450 tons base course; 38,115 I.1. combo curb and gutter; 45,640 I.f. sidewalk; 2 ADA ramps; 99,615 s.y.. concrete paving; 3,490 l.ftrickle channel; 2 ponds; 24,320 s.y.. trail. 654'. Earthwork, sanitary sewer main; water maul: residential services; RCP storm sewer main; structures, combo curb and gutter; sidewalk, concrete paving; ADA ramps; trickle channel; ponds. 17% 36": 3,590 8" 1.f. sanitary sewer main; 10,620 1.f. 8" - 12" waterline main; 293 residential services; 4,920 If. 18" - 36" storm RCP; 24 structures, 1,765 LI. combo curb, gutter and sidewalk; 1,925 l.f- combo curb and gutter; 12,210 If. sidewalk; 39,320 s.y.. 5" PCCP; 52 ADA ramps. 3,020 If. 8" sanitary sewer main; 3,880 8"-12"waterllne main; 142 residential services: 3,770 l.f. 18"- 48" storm RCP; 4 structures; Arch bridge system; 110.070 tom base course; 6,900 If. combo curb, gutter and sidewalk; 1,090 If. concrete paving; 450 s.y.. concrete trail; 9 ADA ramps; 470 1.f. trickle channel. 65% 864. 482,985 c.y. earthwork. 258,500 c.y. earthwork; 4,145 8" sanitary sewer main; 6,205 1.f. 8" water main; 350 residential services: 3101.f. 18"- 24` RCP storm: 6 structures; 340 1.f. trickle channel; 1,815 l.f. vertical curb and gutter; 3,310 1.f. mountable curb and gutter; 10,050 If. 6" sidewalk; 81.460 s.f. concrete paving; 12 ADA ramps. Earthwork, sanitary sewer main; water main; residential services; RCP storm sewer main; structures, combo curb and gutter; sidewalk, concrete paving; ADA ramps; trickle channel; ponds; trails. 2,550 s.y.. base course; 54.500 s.y.. 6" concrete paving. 05; 964, 87% Reconstruct 4.1 miles of 1-80 and I.8 miles of 1-76 including 1,291,200 c.y. of excavation, 387,000 s.y.. of 10"-14" PCCP; base; bridges; box culverts; MSE walls; electrical; fence; guardrail; pavement marking; signing; survey; traffic control. 3 miles of pavement reconstruction including removals; asphalt; 203,000 s.y.. of PCCP; drainage upgrades; erosion control; striping: signaltzaton; rumble strip grinding. 2.1 miles of reconstruction including 25,000 c.y. of unclassified excavation; 25,580 c.y. of aggregate base type A, 128)95 s.y.. of stabilized subgrade; 140,395 s.y.. of geotextile; 103,700 s.y.. of PCCP; 15,000 I.f. of wire rope safety fence. 5,7551.f. 8" sanitary sewer; 6,410 l.f. B"-12" water main; 285 residential services: 2,2251.f. 24"-30" storm RCP; 10 structures; 12.400 If. combo curb and gutter; 420 l.f. combo curb, gutter ft sidewalk; 14,2401.1. sidewalk; 24,755 s.y.. 4` concrete paving; 4,845 s.f. concrete; 250 If. trickle channel; 3 ponds; 3,895 s.f. crusher fine trail; 42 ADA ramps. 95x: 50'x, 509: 98-, 257,995 c.y. earthwork; 19,3801.I. 8" sanitary sewer main, 21,415 1.1. 8"-16" water tine maul, 561 residential Oct 2020 20.302,772 services; 13,210 If. is" -60" RCP storm; 68 structures; 30,4501.f. combo curb and gutter; 13,145 1.f. combo curb, gutter and sidewalk; 26,540 If. sidewalk; 115,525 s.y.. paving; 90 ramps; 1 pond; 3 trickle channels. 86h 3,500 If. 8"sanitary sewer; 7,380 LI 6` - 12" PVC waterline main; 260 residential services; 7,630 If. 18" - 72` storm Jul 2021 6,504,002 RCP: 37 structures; 13.655 1.1. combo curb. gutter and sidewalk; 6,040 If. 6' - 10' trails; 4,650 s.f. concrete paving; 25,655 s.y.. pavement; 1,500 l -f. trickle channel; 21 pedestrian ramps; pedestrian bridge. Oct 2021 775,854 Feb 2021 Mar I022 20,970,692 61% 60,985 c.y. earthwork; 715 1.f. sanitary sewer main; 315 l.f. waterline main; 20 residential services; 95 1.1.. 18" storm RCP; 330 11. trickle channel; 725 l.f. curb and gutter; 1,1601.f. 6" sidewalk; 1,370 PCCP paving; 1 ADA ramp. Jut 2022 Lennar 22603 9193 S Jamaica St, 4th Fl. Englewood, CO 80112 Joseph Huey 720-369-3835 Jul 2019 Jun 2022 313,885 c.y. earthwork; 150 l.f. 24" RCP; 2.910 18"-60` CIP drainage pipe; 1,340 c.y. concrete; 8'x8' CBC; 10k10' CBC; Bridge. 26,106,984 2,512 If. 18"-60" drainage pipe; 12 structures; 140,805 tons base course. 11,946,690 Construction of three passing lanes. Asphalt paving; 7705 c.y. earthwork, 25,090 c.y. subgrade; clearing and grubbing; guardrail: traffic control; erosion control; seeding; signing; striping. 12,951,894 1,947,458 Earthwork, sanitary sewer main; water main; residential services; RCP storm sewer main; RCP wingwalls and headwalls; structures, combo curb and gutter; sidewalk, PCCP, concrete paving; ADA ramps; trickle channel. 99y 809: 2; 985 If. RCP storm; 155 1.f. waterline main; 1,365 c.y. aggregate base course: 105 Lt. combo curb and gutter; 3,925 concrete paving. 1,926,600 c.y. earthwork; 17,310 If. sanitary sewer; 15,935 If. 8"-16" waterline math; 424 residential services; Mar 2022 18,089,080 7,165 I. f. 18"-48" RCP storm; 21 structures; 1 head/wing wall; 26,405 tons base course; 520 1.1. combo curb, gutter, and sidewalk; 23,060 1.f. combo curb and gutter; 19,640 if. sidewalk; 37,255 s.y. concrete paving; 4,325 1.f. trail; 900 1 1. trickle channel. Toll Brothers 21637 10 Inverness Drive E. Suite 125. Englewood, CO 80112 Andrew Hays 970-589.1319 D.R. Horton 19630 9555 5 Kingston Ct, Englewood, CO 80112 Paul Yourick 720.626.9257 U.S. Army Corps of Engineers, Tulsa District 22407 2488 E 81st St, Tulsa, OK 74137 Julie Hill 918-669-7966 Nov 2021 3,901,783 2,8401.f. 8" sanitary sewer main; 4.475 If. 8' waterline main; 259 residential services; 1,005 2C-36" storm RCP; 2,610 If. curb and gutter: 2,8001.f. sidewalk; 13,415 s.y.. 8" PCCP paving; 12 ADA ramps. 90`ti 01 9% 52% 150,315 c.y. earthwork; 15,04S It 8"-10" sanitary sewer main; 17,925 11 8"-12" water main; 448 residential Dec 2019 15,270,091 services; 12,605 If. 18"-48" storm RCP; 66 structures; 23,9801.(. combo curb, gutter and sidewalk; 9,455 If. combo curb and gutter; 11,980 l.f. sidewalk; 53,850 s.f. concrete; 144 ADA ramps; 1,080 If. trickle channel. 77,619,631 Runway repair. 98x 0% Greg Frame Luke Richter Luke Richter Luke Richter Luke Richter Luke Richter Dustin Williams Dustin Williams Greg Frazee Greg Frazee Dan Macattey Dan Macauley Luke Richter Dustin Williams Dustin Williams Andy Carpenter Clvatlan Baumgart Christian Baumgart Brian Martinez Andy Carpenter Brian Martinez Andy Carpenter Andy Carpenter Andy Carpenter Dan Macauley Jun 2024 Jun 2023 Jan 2023 Aug 2022 Sep 2022 Oct 2022 Oct 2022 Oct 2022 Nov 2022 Aug 202I Oct 2022 Jul 2022 Aug 2022 Nov 2022 Apr 2023 Jul 2022 Oct 2022 Nov 2023 Dec 2022 Apr 2023 Nov 2022 Jul 2023 Sep 2022 Aug 2022 Ward Canal Relocation 20640 21608 Weld County Road 5 Whisper Village R2 Willow Bend Holly Willow Bend P3 Willow Bend RV Park 21630 RRC Metropolitan District No 1 c/o Schedlo Group LLC 808 9th 5t, Ste A, Greeley, CO 80631 Timothy McCarthy /20-603-1550 Lennar 9193 S Jamaica St, 4th Fl. Englewood, CO 80112 Joseph Huey 720-369.3835 Colliers Hill Metro District No 3 c/o White Beark Ankete Tanaka It Waldron 2154 E Mommons Ave, 02000, Centennial, CO 80111 Tim Graf 303.261.6184 21629 10610/11609 21601 Lennar 9193 5 Jamaica St, 4th Fl, Englewood. CO 80111 Tom Cyr 720.207.7193 Lennar 9193 S Jamaica St, 4th Fl, Englewood, CO 80112 Boyd May 303.358.8250 O.R. Horton 9555 S Kingston Ct, Englewood, CO 80112 Mike Harty 720.557.7812 Oct 1020 879,637 1,060 48- I.I PVC pipe; 1 structure; reconstruct canal. 99 Sun Willow Bend 27/7/ Franklin Rd, 0200, Southfield, MI 48034 Tim Brodoski 148.930.5160 Earthwork, sanitary sewer main, water main; RCP storm sewer main: structures, combo curb and gutter; sidewalk, concrete paving, ADA ramps. 92 102,305 s.y.. finish grade earthwork; 440 1.1. 8" sanitary sewer main; 8,865 I.f. 8'-16" water main; 4 services; 4,535 Apr 2021 1,728,323 I.1. 15"-36" storm RCP; 2,620 l.f. 2'-4" conduit sleeve, 14 structures; 51,895 s.y.. base course; 23,340 t f. combo curb and gutter; 18,585 1 1 curb drain; 6,785 1 1. sidewalk; 620 s.y. concrete; I1 ADA ramps. Nov 2021 Jul 2021 757.361 5,728,944 67 1.8201.1. combo curb and gutter: 3,335 it. sidewalk; 8 ADA ramps: 6,890 s.y.. PCCP. 1,164 t.l. irrigation pipe; 5.300 1.1. waterline main; 2,235 t.1. 18"-84- RCP storm; 8 structures; 10,087 tons base course; 7,400 1.1 combo curb and gutter; 2,60011. sidewalk; 7 ADA ramps, 14,515 s.y concrete paving. Mar 2022 1,137,755 c.y. earthwork. 4 /5- 89 238,250 c y earthwork; 12,290 11. sanitary sewer; 12,620 I.!. waterline main; 446 residential services; 3,880 18"-48" 10,184,729 RCP storm; 13 structures; 6 head/wing walls; 10,975 c.y. roadbase; 24,080 It combo curb and gutter; 2,515 1.1. sidewalk; 34,450 s.y. concrete paving; 14,195 s.I. concrete; 18 ADA ramps; 4,710 I I. trickle channel; 3 ponds. 15 -. Dustin Williams Dustin Williams Andy Carpenter Dustin Williams Andy Carpenter Andy Carpenter Andy Carpenter Sep 2022 Oct 2022 Sep 2022 Apr 1023 Sep 7022 Sep 2022 Apr 202 3 CR 66 AND CR 41 INTERSECTION SUBCONTRACTORS Attachment B SUBCONTRACTOR WORK DESCRIPTION % OF WORK Martin Marietta Asphalt 7.2% PWSI, Inc. Construction Survey 3.5% Arnolds Ag Group, LLC Landscape/Erosion Control 2.5% S&S Striping and Signage Pavement Marking 1.3% Area Wide Protective Traffic Control 1.3% Burnco Concrete Pumping 0.8% Cesare, Inc. Quality Control Testing 0.7% Alpha Milling Asphalt Milling 0.4% Kinetic Industry Potholing 0.2% Bailey Tree LLC Tree Removal/Trimming 0.2% BAFO RESPONSE BID TABULATION ,,',..,,B.,O4V4.' ` ITEM;#- ' as a _ . `' ITEMDESCRIPTION,kr T-':�" _, 4 ,-, r: `UNIT,- „ QUANTITY = , s_,,UNIT PRICEt,, - - ,TOTAL CTOS,' s 1 201-00000 CLEARING AND GRUBBING LS 1 $313,166 10 $313,166 10 2 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 $2,799 77 $2,799 77 3 202-00001 REMOVAL OF STRUCTURE EA 4 $8,728 90 $34,915 60 4 202-00010 REMOVAL OF TREE EA 2 $15,601 23 $31,202 46 - 5 202-00025 REMOVAL OF DITCH LINING LF 791 r $36 46 $28,839 86 6 202-00035 REMOVAL OF PIPE \ LF 1,786 $59 56 $106,374 16 7 202-00155 REMOVAL OF WALL LF 193 $76 21 $14,708 53 8 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (SPECIAL) SY 16,792 $10 77 $180,849 84 9 202-00250 REMOVAL OF PAVEMENT MARKING SF 375 $5 80 $2,175 00 10 202-00810 REMOVAL OF GROUND SIGN EA 9 - $111 61 $1,004 49 11 202-01000 REMOVAL OF FENCE LF 373 $16 17 $6,031 41 12 203-00050 UNSUITABLE MATERIAL CY 7,430 $65 51 $486,739 30 13 203-00060 EMBANKMENT MATERIAL (COMPLETE IN PLACE) -CY 45,873 $35 70 $1,637,666 10 14 203-01100 PROOF ROLLING HOUR 80 $98 92 $7,913 60 15 203-01500 BLADING HOUR 40 $177 75 $7,110 00 16 203-01550 DOZING HOUR 40 $198 70 $7,948 00 17 203-01597 POTHOLING HOUR 80 $562 11 $44,968 80 18 203-02330 LABORER HOUR 100 $73 03 ,$7,303 00 19 203-00500 ROCK FILL (57-67) (CONTINGENCY) CY 1,000 $69 45 $69,450 00 20 203-00510 ROCK FILL (3" MINUS) (CONTINGENCY) CY 1,000 $63 04 $63,040 00 21 206-00000 STRUCTURE EXCAVATION CY 2489 $26 31 $65,485 59 22 206-00050 STRUCTURE BACKFILL (SPECIAL) CY 617 $109 52 - $67,573 84 23 206-00060 STRUCTURE BACKFILL (SPECIAL) (FLOW -FILL) (WELD COUNTY MIX) CY 380 $203 01 $77,143 80 _ 24 206-00100 STRUCTURE BACKFILL (CLASS 1) CY 227 $56 72 $12,875 44 25 207-00205 REDISTRIBUTE TOPSOIL (6 INCHES) CY 11,390 $10 30 $117,317 00 26 207-00210 STOCKPILE TOPSOIL CY 11,390 $0 81 $9,225 90 27 208-00002 EROSION LOG TYPE 1 (12 INCH) - LF 5,251 $7 12 $37,387 12 BAFO RESPONSE ,i �Biit �,r�'�`�;�ITEiV�#;z �� 4 l' �Yn -n y a 'm .� Viii,„ ;��� ;:t.,,,'• -,,,,";,,N � OTEiN DESCRIPTION, �����,;�� ;���� ���r��, �5Hr %� , =,U,iVIT, �, n �„� r`QUi4iNTITY��� , �� �UiVI'f�,PRiCE#�y� �s�w TOTi4L.COStT` 28 208-00011 EROSION BALES (WEED FREE) EA 104 $21 44 $2,229 76 29 208-00020 SILT FENCE LF 4,511 $1 97 $8,886 67 30 208-00035 ROCK SOCK (AGGREGATE BAGS) LF - 1,540 $9 52 $14,660 80 31 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EA 2 $4,851 05 $9,702 10 32 208-00070 VEHICLE TRACKING PAD (PRE -FABRICATED) EA 4 $12,936 13 $51,744 52 33 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR 100 $52 35 $5,235 00 34 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT -(EQUIPMENT) HOUR 100 $143 26 $14,326 00 _ 35 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 80 _ $193 56 $15,484 80 36 208-00207 EROSION CONTROL MANAGEMENT DAY 180 $448 69 ,/ $80,764 20 37 208-00300 TEMPORARY BERMS LF 8,095 $0 81 /- $6,556 95 38 210-00010 RESET MAILBOX STRUCTURE ,EA 5 $863 31 $4,316 55 39 210-00810 RESET GROUND SIGN EA 2 $418 53 $837 06 , 40 211-03002 DEWATERING DAY 90 $111 11 $9,999 90 41 212-00009 SEEDING (TEMPORARY) ACRE 8 3 $608 98 $5,054 53 42 212-00702 BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) - LB - 52,543 $1 66 $87,221 38 43 212-00706 SEEDING (NATIVE) (DRILL) ACRE 11 7 $1,020 68 $11,941 96 44 - 213-00004 MULCHING (WEED FREE STRAW) ACRE 14 9 $2,384 46 $35,528 45 45 216-00201 SOIL RETENTION BLANKET (STRAW -COCONUT) (BIODEGRADABLE) (CLASS 1) SY 2,979 $4 56 ^ $13,584 24 46 - 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 15,942 $32 31 $515,086 02 47 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 5,712 $156 78 $895,527 36 48 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 2,333 $178 02 $415,320 66 49 412-00900 , CONCRETE PAVEMENT (9 INCH) SY 11,571 $93 35 $1,080,152 85 50 420-00132 GEOTEXTILE (MIRAFI4RS580i) SY 7,050 $7 87 $55,483 50 51 420-00300 GEOGRID (TENSAR TX -160) SY 43,121 $6 83 , $294,516 43 52 506-00412 SOIL RIPRAP (12 INCH) CY 1,780 • $190 87 $339,748 60 53 507-00000 CONCRETE SLOPE AND DITCH PAVING - CY 851 $706 81 $601,495 31 54 509-00001 STRUCTURAL STEEL (GALVANIZED) LB 2,768 $12 22 $33,824 96 55 515-00120` WATERPROOFING (MEMBRANE) SY 740 $80 85 $59,829 00 56 518-00106 WATERSTOP (6 INCH) - LF 187 $19 81 $3,704 47 2 BAFO RESPONSE `"yBiii,'# •,y h h ,,�ITEM�#�� , ,e1` i 4 i r, R .yYe -,z-,,,, j' e, F, -,,,,,,,a-4,,,,,2 Y���;�'�n���,o_, � ITEMDESCRiP_TION�<-- ,s-- r= } ' .,.�UNIT�z" 3=,`QUANTITY�,� ,.��riUiVIT�PRICE� •K,�.i r - 4,,. � �TOTALnCOSTi",,,�r 57 601-03000 CONCRETE CLASS D CY 927 $755 12 $699,996 24 58 602-00020 REINFORCING STEEL (EPDXY COATED) LB 233,904 $3 48 $813,985 92 59 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 546 $187 10 $102,156 60 60 603-01240 24 INCH REINFORCED CONCRETE PIPE LF 618 $280 63 $173,429 34 61 603-01360 36 INCH REINFORCED CONCRETE PIPE LF 64 $372 31 $23,827 84 62 - 603-01420 42 INCH REINFORCED CONCRETE PIPE LF 1,315 $351 31 $461,972 65 63 603-01600 60 INCH REINFORCED CONCRETE PIPE LF - 163 $798 12 $130,093 56 64 603-02180 23x14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 121 $271 74 $32,880 54 ,, 65 603-02240 30x19 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF ` 101 $388 21 $39,209 21 66 603-02360 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 25 $502 40 $12,560 00 67 603-05018 18 INCH REINFORCED CONCRETE END SECTION EA 10 $4,718 85 $47,188 50 68 603-05024 24 INCH REINFORCED CONCRETE END SECTION EA 4 $5,040 16 $20,160 64 69 603-05036 36 INCH REINFORCED CONCRETE END SECTION EA 1 $6,360 47 $6,360 47 70 603-05042 42 INCH REINFORCED CONCRETE END SECTION EA 1 $6,532 47 $6,532 47 71 603-05060 _ 60 INCH REINFORCED CONCRETE END SECTION EA 1 $9,415 43 $9,415 43 72 603-05118 23x14 INCH REINFORCED CONCRETE END SECTION EA 2 ELLIPTICAL $5,261 11 $10,522 22 73 603-05124 30x19 INCH REINFORCED CONCRETE END SECTION EA 2 ELLIPTICAL / $5,587 10 $11,174 20 74 603-05136 45x29 INCH REINFORCED CONCRETE END SECTION EA 1 ELLIPTICAL " $7,425 93 $7,425 93 75 603-10120 12 INCH CORRUGATED STEEL PIPE LF 32 $195 65 $6,260 80 76 603-50008 8 INCH PLASTIC PIPE (SDR-35) LF 489 $181 01 $88,513 89 77 603-81018 18 INCH CAST IRON PIPE _ LF 72 $777 59 $55,986 48 78 604-00305 INLET TYPE C (5 FOOT) EA 2 $13,531 79 $27,063 58 79, 604-00505 INLET TYPE D (5 FOOT) EA 1 $17,300 88 $17,300 88 80 604-30005 MANHOLE SLAB BASE (5 FOOT) 60" DIAMETER FLAT TOP EA 2 $13,728 22 $27,456 44 81 604-30010 MANHOLE SLAB BASE (10 FOOT) 48" DIAMETER EA - 2 $13,720 76 $27,441 52 82 604-30010 MANHOLE SLAB BASE (10 FOOT) 60" DIAMETER FLAT TOP EA 1 $13,766 48 $13,766 48 83 607-11525 FENCE (PLASTIC) LF 847 $3 09 $2,617 23 84 609-23000 GUTTER TYPE 2 (SPECIAL) LF 229 $244 13 $55,905 77- 3 BAFO RESPONSE ',Bld'#,,,',s ,`,,;`ITEAN,#'¢�;-;w≤ ''""'fi;' ;,,,Y,',,ITEM,DESCRIPTION= ;" ' C',<,�-,,f,,'�,',-, £ _ �;��u `-` ;`.;UNIT ; �, QUANTITY °UN _ ITFPRICE;:, �--, .7.*TOTAL;�COST,, `; 85 612-00001 DELINEATOR (TYPE I) EA 43 $91 91 $3,952 13 86 612-00002 DELINEATOR (TYPE II) EA 34 $93 55 $3,180 70 87 612-00003 DELINEATOR (TYPE III) -- EA 22 $95 19 _ $2,094 18 88 614-00011 SIGN PANEL (CLASS I) SF 115 $68 93 $7,926 95 89 614-00012 SIGN PANEL (CLASS II) -SF 30 $72 21 $2,166 30 90 614-00218 STEEL SIGN POST (2 25 INCH X 2 25 INCH SQUARE POST) LF 245 $42 68 $10,456 60 91 620-00002 FIELD OFFICE (CLASS 2) (COUNTY SUPPLIED) EA 1 $84,084 82 $84,084 82 92 620-00012 FIELD LABORATORY (CLASS 2) EA 1 $28,205 47 $28,205 47 93 620-00020 SANITARY FACILITY EA 1 $19,565 90 $19,565 90 94 625-00000 CONSTRUCTION SURVEYING LS 1 $244,492 80 $244,492 80 ,95 626-00000 MOBILIZATION LS 1 $198,068 80 $198,068 80 96 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 136 $483 64 $65,775 04 97 627-01011 PREFORM PLASTIC PAVEMENT MARKING (CONTRAST) (INLAID) SF 2,544 $37 72 $95,959 68 98 627-30323 PREFORM PLASTIC PAVEMENT MARKING (WORD -SYMBOL) (TYPE I) (INLAID) SF 194 $522 23 _ $10,132 62 , 99 627-30328 PREFORM PLASTIC PAVEMENT MARKING (XWALK - STOP LINE) (TYPE I) (INLAID) SF 218 $37 72 $8,222 96 100 629-01002 SURVEY MONUMENT (TYPE 2) EA 4 $808 51 $3,234 04 101 629-01004 SURVEY MONUMENT (TYPE 4) EA - 47 $485 10 $22,799 70 - 102 ' 629-01006 SURVEY MONUMENT (TYPE 6) EA 69 $485 10 $33,471 90 103 629-01031 SURVEY MONUMENT (TYPE 3A) EA 3 $1,293 62 $3,880 86 104 630-00016 TRAFFIC CONTROL MANAGEMENT (SPECIAL) LS 1 '$141,887 89 $141,887 89 105 700-70010 *F/A MINOR CONTRACT REVISIONS F/A 1 $500,000 00 $500,000 00 106 700-70016 *F/A FUEL COST ADJUSTMENT F/A 1 -$100,000 00 $100,000 00 107 700-70019 *F/A ASPHALT CEMENT COST ADJUSTMENT F/A 1 $25,000 00 $25,000 00 108 _ 700-70380 *F/A EROSION CONTROL F/A 1 $150,000 00 $150,000 00 109 924-00170 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, & 603 - DAY 120 $100 00 _ $12,000 00 TOTAL BID PRICE ($) I $12,821,742 91 TOTAL BID WRITTEN WORDS Twelve Million, Eight Hundred Twenty One Thousand, Seven Hundred Fourty Two Dollars and Ninety One Cents 4 BAFO RESPONSE * Indicates these items are to be included in the project total and project bonds ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer "NO" If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project " When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections) YES, I choose to accept Fuel Cost Adjustments for this project X NO, I choose NOT to accept Fuel Cost Adjustments for this project _, YES, I choose to,accept Asphalt Cost Adjustments for this project X NO, I choose NOT to accept Asphalt Cost Adjustments for this project 5 ,BAFO RESPONSE * Indicates these items are to be included in the project total and project bonds ACCEPTANCE OF FUEL AND ASPHALT'CEMENT COST ADJUSTMENTS Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments To accept either of these standard special provisions, the bidder must fill man "X" next to "YES" below No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt 'cost changes for bidders who answer "NO" If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project " When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments (Mark only one Ime,with an "X" for both the fuel and asphalt cost adjustment selections) YES, I choose to accept Fuel Cost Adjustments for this project x NO, I choose NOT to accept Fuel Cost Adjustments for this project YES, I choose to accept Asphalt Cost Adjustments for this project x NO, I choose NOT to accept Asphalt Cost Adjustments for this project NOTE The following are items of work to be completed by Weld County ® Materials Owner Acceptance Testing , ® Construction Inspection RECEIPT OF ADDENDA , The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents Addendum No 1 Date 08/11/22 By Kym Johnson Addendum No 2 Addendum No 3 Addendum No 4 Addendum No 5 Addendum No 6 Date 09/07/22 Date 09/13/22 Date 09/20/22 Date 10/06/22 Date 10/13/22 By Kym Johnson By Kym Johnson By Kym Johnson = By Kym Johnson By Kym Johnson Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed The undersigned, by his/her signature, hereby acknowledges and represents that 1 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 2 Performance of each and every portion of the Work is included as part of the Contractor's Price 3 All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents - (including all Work, Warranties, equipment, 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 BAFO RESPONSE 4 The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price 5 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractors Price 6 Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractors Price 7 All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price 8 The Contractor's Price proposed herein meets all the conditions, specifications and speaal provisrons set forth in the request for proposal for Request No #62200115 9 The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation 10 The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County 11 Weld County reserves the nght 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 tHC Scott, Inc. BUSINESS ADDRESS 10303 E. Dry Creek Road, Suite 300 By Cory Allington CITY, STATE, ZIP CODE Englewood, CO 80112 (Please pant) DATE 10/20/22 TELEPHONE NO 303-790-9100 FAX 303-279-0901 TAX ID # 38-1504686 SIGNATURE '"/ �` vcsc E-MAIL estimating@i ott orn *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. BAFO RESPONSE *BID BOND PROJECT: CR 66 & CR 41 INTERSECTION PROJECT KNOW ALL MEN BY THESE PRESENTS, that we. IHC 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 P y [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 Dottars 5% o€d>United f r C�►allars ($�, lawful money of the States of a 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 September 26 , 2022 for the CR 66 & CR 41 INTERSECTION PROJECT, and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly anc severally liable to the Owrer 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 _September 26 ,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._IHC Scott. Inc _ Witness: Signature:► Title: _ ATTE tT: By: 5 PsJtcr t rei,Xc (\\ Surety Feder I Ins rance Compant/ Signature: Title:Attorney-in ATTEST: artBy: ti ter r die Printed Name: Sr\ -3T,\NR«• Witness: ,0Z7f.-( Alyekt"-- Printed Name: Star Morgan BAFO RESPONSE CHUSE Power of Attorney Federal Insurance Company I Vigilant Insurance Company Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know ALI by These Presents. that FEDERAL INSURANCE COMPANY. an Indiana corporation. VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNIT% COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COM PAN Y and ACE AMERICAN INSURANCE COMPANY corporations of S. Commonwealth of Pennsylvang do each hereby constitute and appoint Katlyn Bigelow, Danielle Marchant, Adam Snow, W. Douglas Snow, Vicki Sorensen and Brady Thorn of Salt Lake City, Utah--------------- --�-aS-AL_AI-.-_ S.. area .a Y✓_ --_l na-ss-pron.._.._.ears each as their true and lawful Atturney-in- Fact to execute under such designation in their names and to affix their camerae seats to and deliver for and on their behalf as surety thereon ar otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bait bonds] given or executed in the course of business, and any instruments amending or altering the same. and consents to the tttodtfItadon 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 chi% 3O'* day of tkcrmber, 2021.. 1 iv n ti 1)Ir dt h .t 4%1;4 1 t vat 1; ilk, STATE OF NEW JERSEY County of Hunts -don SS mt.tidt•.ti Y•1 1141.1 1 h". 1't t.4tlin Or Una 3Oth day of December, 2021 before ate a Notary Public of New jersey. personally came Dawn M. Chioros and Stephen K. Haney, to me known to be Assistant Secretary ant Vice President. respectively. of FEDERAL INSURANCECOMPANY. VIGILANT INSURANCE COMPANY. PACIFIC INDEMNITY COMPANY. WESTCHESTER FIRE INSURANCE COMIPANYand ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing PowerofAttorney, and the said Dawn M Chlorns and Stephen M I Laney, tieing by me duly sworn severally and each for hereelf and n,mself did depose and say that they are Assistant Secretary and `rice President, respectively. of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AVIEIUCAN INSURANCE COMPANY and know the corporate seal! thereof, that the seals aiffixed 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 wereduly affixed and subscribed by. Ihkeauthor ity Notarial Seal KAISER hist J. ADELAAR NOTARY PQBLiS OF NEW JERSEY No 23145685 Commission Expires July i6 2C24 CERTIFICATION Resolutions adopted by the Beards of Directors of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016 WESTCI'IESTER. F1Kb INSURANCE COMPANY on December 1 1, 2004; and ACE AMERICAN INSURANCE COMPANY on March 20.2009! 'RESOLVED that the fallowing authortzaciens relate to the execution, to: and on behalf of the Company, of bonds, undertakings, recognizance& contracts and atarrwriitten tom nnern enLi 01 taht Coti ni flared into In the ordinary course of business (each a "Written Commitment") (tj Each of the Chairman the President and the Vice Presidents of the C.otrpany a hereby authorized to erect.te any Written Commitment fur ass on behalf of the Company. under the nal of the Company o,- otlterwltre Each duty *pointed attorney -in -fart of thecotrpany is Hereby authorized horiaed to execute any Wntter. Commitment Or and an behalf of the Company, under the sell of the Company or otlrrrn'rNIT to the nt.nc that such tscUvtt is etrtltarited by ttac grant of powers provided to, in such person's .'omen a.ppoirttr+ent a, such atteraey•tn-tact tad' of the Chairman, the President and the Vkre Presidents of the Company is }verity .wtlrurtnd fur and ni bcbalf of the Company, to appoint 13 uniting any person. the attorney -le tart of the Company with Ml paver and authority to execute. far and an behalf oftbeCompany, ander the ma ache Company orctherwEst, such writarCommitments of the Company as may be specified in sxu:h wrIUcn appointment, which specification may be by general type or class of Witten Cornrn rte$ or by spertfcauan of one or rnnrr particulatr Written CannttI ments (4J Each of the Ch.irmat. the Pretiilant slid the We Presidents of the Cnshpany is hereby authorized. farad an behalf of the Company, to delegate Itt wntittg In any Other enter of du Company the authority to execute, Isar and on behalf of the Company, wider the Company's seal or othcrwnrtse. such Written Coaraitments of the Company is are specified In suck wntten delegation,. wind; specification mar be by general type or class of Written Darrrnttrnenis or by seeciilficatlonai ono or mare particular Written Cortmitments (S; The straiten of any officer or rtthrr person rerouting any Written Cnmmitimeat or appointment at delegation pursuant to this kesokt►on and the slat ni the Company, may be affixed by facsimile on such Written Committnetti or written appointment or delegati m FURTHER RF..SOLVED, that the foregoing Resolution dull not he decrcd to be an caciheswe statement at the powers and auhOnty of sffictn, empicy'ees and °the' persons to act (or and on behalf of Ina Company. anti such Resolution shall not limit Of catecwlce affect the exercise of any such power or authority othe►rw,se validly prod or vested.' I, Dawn M. Chioros, 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 (1) the foregoing Resolutions adopted by the Board of Directors of the Cotnpontr_.s are true, correct and in .`tilt force and effect, (II) the foregoing Power of Attorney is tree, correct and in full farce and affect Given under my hand and seals of said Companies at Whitehouse Station, NJ. this September 26, 2022 (2) (3) ClusLyN_\ii\ ausoug align ‘I i :hh a r e- Ns‘e-t.tftt MX ltl.11 %` IN THE EVEMTYCNJ WISH TO VDU FY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OFANY OTHtdiMATTER. PLEASE CONTACT US AT: Telephone (9013903- 1493 Far (9O8:9O3- ]6$6 e•ttnitf- saretyfichuabccom i Co►ritnd. FED-V43-A•V'#IC-AMC free I1.t9) Form BAFO RESPONSE -9 (Rev October 2018) Department of the Trea:duury Interco! Revenue Service Request for Taxpayer Identification Number and Certification ! Go to ww w.irs.govfFormW9 for instructions and the latest Information. Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blarK IHC Scott, inc. 2 Business name/disregarded entity name, rf aliferent iron, ab ve Scott Contracting; Interstate Highway Construction 3 Check appropriate box for federal lax classification of the person whose name is entered on One 1 Check only one of the following seven boxes_ ❑ Indh daaltsole proOrietOr of sires-rr.ember LLC Limited liability company. Enter the tax classification (C=C corporation. S=S corporation, P=Paflnership) Note: Check the appropriate box in the line above for the tax classification at the single -member owner. Do not check Lit If the LLC is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC is Another LW thet is not disregarlel from the owner for U.S. federal tax purposes. Othenvfse, 8 single -member LLC that is disregarded from the owner should check the 8ppropnate box for the taut classification of its owner. ■ Other (see instructons) ► Lx C Corporation Li S Corporation ❑ Partnership ❑ Trust/estate S Address (number street. and apt or Butte r'no.) See instructions 10303 C. Dry Creek Road, #300 6 City, state. and ZIP code Englewood, Colorado 80112 7 Lit account rurnber(s) here (optional) 4 Exemptions (codes apply only to certain entities. not rdiveduals: see instructions on page 31- cverrp' payee code (,r any) E sorption f'cxr FATCA reporting code (if any) (Roma re naives rixtelifo OS[IS rho U.8J Requester's name and acdress (optional) Taxpayer identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid bacacup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor. or disregarced entity. see the instructions for Part I, later. For other entities, ft is yeti employer Identification number (EIN). If you do not have a number, see How tc get a TIN, later. Note: if tie account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number or Employer identrication number Certification 3 8 S 0 4 6 6 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 tram FATCA reportinu is direct 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 procerty, cancellation of debt, contributions to an individual retirement arrangement (IRA). and generally, payments other than interest and dividends. you are nct;_aq gyred to sign the c ation, but you must provide your correct WI. See the instructions for Part II, later. Sign Here Signature of ,, f U.S. person ► / L _ General Instructions Date ► Section references are to the Internal Revenue Code unless otherwise noted Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www,6rs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer Identification number (ITIN), adoption taxpayer identification number WIN), or employer identification number (EIN), to report on an information return the amount paid to you. or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT T (interest earned or paid) Cot t • Form1099-DIV (dividends, ire c ud ng those from stocks or mutual funds) • Form 1099-MiSC (various types of income, prizes. awards. or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactJoris) • Form 1499-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest►, 1098-E (student loan interest), 1098-1 (tuition) • Form 109$•C (canceler' debt) • Form 1099-A (acquisition or abardonment of secured property) Use Form W-9 only if you are a U S person (inducting a resident alien), to provide your correct TIN If you do not return Form W-9 to the requester with a TIN. you might be subject to backup withholding. See What ;s backup withholding, tater. Cat. No. 10231 X Form W-9 (Rev. 13-2018) BID TABULATION Bid # ITEM # ITEM DESCRIPTION 1 UNIT QUANTITY UNIT PRICE TOTAL COST 1 201-00000 CLEARING AND GRUBBING LS 1 $309,499.50 $309,499.50 2 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 $2,767.00 $2,767.00 3 202-00001 REMOVAL OF STRUCTURE EA 4 $8,626.71 $34,506.84 4 202-00010 REMOVAL OF TREE EA 2 $15,418.56 I $30,837.12 5 202-00025 REMOVAL OF DITCH LINING LF 791 $36.03 $28,499.73 6 202-00035 REMOVAL OF PIPE LF 1,786 $58.87 $105,141.82 7 202-00155 REMOVAL OF WALL LF 193 $75.32 $14,536.76 8 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (SPECIAL) SY 16.792 $10.65 $178,834.80 9 202-00250 REMOVAL OF PAVEMENT MARKING SF 375 $5.74 $2,152.50 10 202-00810 REMOVAL OF GROUND SIGN EA 9 $110.30 $992.70 11 202-01000 REMOVAL OF FENCE LF 373 $15.98 $5,960.54 12 a 203-00050 UNSUITABLE MATERIAL CY 7,430 $65.45 $486,293.50 13 203-00060 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 45,873 $42.94 $1,969,786.62 14 203-01100 PROOF ROLLING HOUR 80 $98.83 $7,906.40 15 203-01500 BLADING HOUR 40 $177.59 $7,103.60 16 203-01550 DOZING HOUR 40 $198.53 $7,941.20 17 203-01597 POTHOLING HOUR 80 $555.53 $44,442.40 18 203-02330 LABORER HOUR 100 $72.96 $7,296.00 19 203-00500 ROCK FILL (57-67) (CONTINGENCY) CY 1,000 $69.39 $69,390.00 20 203-00510 ROCK FILL (3" MINUS) (CONTINGENCY) CY 1,000 $62.98 $62,980.00 21 206-00000 STRUCTURE EXCAVATION CY 2109 $26.85 $56,626.65 22 206-00050 STRUCTURE BACKFILL (SPECIAL) CY 617 $108.24 $66,784.08 23 206-00060 STRUCTURE COUNTY MIX) BACKFILL (SPECIAL) (FLOW -FILL) (WELD CY 97 $547.18 $53,076.46 24 206-00100 STRUCTURE BACKFILL (CLASS 1) CY 227 $56.05 $12,723.35 25 207-00205 REDISTRIBUTE TOPSOIL (6 INCHES) I CY 11,390 $10.18 $115,950.20 26 207-00210 STOCKPILE TOPSOIL CY 11,390 $0.80 $9,112.00 27 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 5,251 $7.04 $36,967.04 I Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 28 208-00011 EROSION BALES (WEED FREE) $21.21 $2,205.84 EA 104 29 208-00020 SILT FENCE LF 4,511 $1.95 $8,796.45 30 208-00035 ROCK SOCK (AGGREGATE BAGS) LF 1,540 $9.42 $14,506.80 31 208-00045 CONCRETE WASHOUT STRUCTURE (LINED) EA 2 $4,794.25 $9,588.50 32 208-00070 VEHICLE TRACKING PAD (PRE -FABRICATED) 4 EA $12,784.67 $51,138.68 33 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HOUR 100 $52.31 $5,231.00 34 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) HOUR 100 $143.13 $14,313.00 35 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 80 $193.54 $15,483.20 36 208-00207 EROSION CONTROL MANAGEMENT DAY 180 $443.44 $79,819.20 37 208-00300 TEMPORARY BERMS LF 8,095 $0.80 $6,476.00 38 210-00010 RESET MAILBOX STRUCTURE EA 5 $853.20 $4,266.00 39 210-00810 RESET GROUND SIGN EA 2 $413.62 $827.24 40 211-03002 D EWATE R I N G DAY 90 $173.96 $15,656.40 41 212-00009 SEEDING (TEMPORARY) ACRE 8.3 $602.33 $4,999.34 42 212-00702 BIOTIC SOIL AMENDMENTS (BIOTIC EARTH BLACK) LB 52,543 $1.65 $86,695.95 43 212-00706 SEEDING (NATIVE) (DRILL) ACRE 11.7 $1,009.54 $11,811.62 44 213-00004 MULCHING (WEED FREE STRAW) ACRE 14.9 $2,358.43 $35,140.61 45 216-00201 SOIL (BIODEGRADABLE) RETENTION BLANKET (CLASS (STRAW 1) -COCONUT) SY 2,979 $4.51 $13,435.29 46 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 15,942 $31.93 $509,028.06 47 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 5,712 $154.95 $885,074.40 48 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 2,333 $175.93 $410,444.69 49 412-00900 CONCRETE PAVEMENT (9 INCH) SY 11,571 $92.26 $1,067,540.46 50 420-00132 GEOTEXTILE (MIRAFI RS580i) SY 7,050 $7.78 $54,849.00 51 420-00300 GEOGRID G R I D (TENSAR SAR TX -160) SY 43,121 $6.74 $290,635.54 52 506-00412 SOIL RIPRAP (12 INCH) CY 1,780 $188.64 $335,779.20 53 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 851 $698.54 $594,457.54 54 509-00001 STRUCTURAL STEEL (GALVANIZED) LB 2,768 $12.08 $33,437.44 2 V Bid # ITEM # ITEM DESCRIPTION e UNIT QUANTITY UNIT PRICE TOTAL COST 55 515-00120 WATERPROOFING (MEMBRANE) SY 740 $79.90 $59,126.00 56 518-00106 WATERSTOP (6 INCH) LF 187 $19.57 $3,659.59 57 601-03000 CONCRETE CLASS D CY 927 $746.28 $691,801.56 58 602-00020 REINFORCING STEEL (EPDXY COATED) LB 233,904 $3.44 $804,629.76 59 603-01180 18 INCH REINFORCED CONCRETE PIPE LF a 546 $184.91 $100,960.86 60 603-01240 24 INCH REINFORCED CONCRETE PIPE LF 618 $277.35 $171,402.30 61 603-01360 36 INCH REINFORCED CONCRETE PIPE LF 64 r $367.95 $23,548.80 62 603-01420 42 INCH REINFORCED CONCRETE PIPE LF 1.315 i $442.53 $581,926.95 63 603-01600 60 INCH REINFORCED CONCRETE PIPE LF 163 i $788.78 $128,571.14 64 603-02180 23x14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 12'1 $268.56 $32,495.76 65 603-02240 30x19 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 101 $383.67 $38,750.67 66 603-02360 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF 25 $496.52 $12,413.00 67 603-05018 18 INCH REINFORCED CONCRETE END SECTION EA 10 $4,663.61 $46,636.10 68 603-05024 24 INCH REINFORCED CONCRETE END SECTION EA 4 $4,981.15 $19,924.60 69 603-05036 36 INCH REINFORCED CONCRETE END SECTION EA 1 $6,286.00 $6,286.00 70 603-05042 42 INCH REINFORCED CONCRETE END SECTION EA 1 $6,455.99 $6,455.99 71 603-05060 60 INCH REINFORCED CONCRETE END SECTION EA 1 $9,305.19 $9,305.19 72 603-05118 23x14 ELLIPTICAL INCH REINFORCED CONCRETE END SECTION EA 2 $5,199.51 $10,399.02 73 603-05124 30x19 ELLIPTICAL INCH REINFORCED CONCRETE END SECTION EA 2 $5,521.68 $11,043.36 74 603-05136 45x29 ELLIPTICAL INCH REINFORCED CONCRETE END SECTION EA 1 $7,338.99 $7,338.99 75 603-10120 12 INCH CORRUGATED STEEL PIPE LF 32 $193.36 $6,187.52 76 603-50008 8 INCH PLASTIC PIPE (SDR-35) LF 489 $210.28 $102,826.92 77 603-81018 18 INCH CAST IRON PIPE LF 72 $768.49 $55,331.28 78 604-00305 INLET TYPE C (5 FOOT) EA 2 $13,373.36 $26,746.72 79 604-00505 INLET TYPE D (5 FOOT) EA 1 $17,098.32 $17,098.32 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 80 604-30005 MANHOLE SLAB BASE (5 FOOT) 60" DIAMETER FLAT TOP EA 2 $13,567.49 $27,134.98 81 604-30010 MANHOLE SLAB BASE (10 FOOT) 48" DIAMETER EA 2 $13.560.11 $27,120.22 82 604-30010 MANHOLE SLAB BASE (10 FOOT) 60" DIAMETER FLAT TOP EA 1 $13,605.30 $13,605.30 83 607-11525 FENCE (PLASTIC) LF 847 $3.05 $2,583.35 84 609-23000 GUTTER TYPE 2 (SPECIAL) LF 229 $241.27 $55,250.83 85 612-00001 DELINEATOR (TYPE I) EA 43 $90.84 $3,906.12 86 612-00002 DELINEATOR (TYPE II) EA 34 $92.46 $3,143.64 87 612-00003 DELINEATOR (TYPE III) EA 22 $94.08 $2,069.76 88 614-00011 SIGN PANEL (CLASS I) SF 115 $68.13 $7,834.95 89 614-00012 SIGN PANEL (CLASS II) SF 30 $71.37 $2,141.10 614-00218 STEEL SIGN POST (2.25 INCH X 2.25 INCH SQUARE POST) LF a90 245 $42.17 $10,331.65 91 620-00002 FIELD OFFICE (CLASS 2) (COUNTY SUPPLIED) EA 1 $99,081.19 $99,081.19 92 620-00020 SANITARY FACILITY EA 1 $19,336.81 $19,336.81 93 625-00000 CONSTRUCTION SURVEYING LS 1 $241,630.24 $241,630.24 94 626-00000 MOBILIZATION LS 1 $195,753.24 $195,753.24 95 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 136 $477.98 $65,005.28 96 627-01011 PREFORM (INLAID) PLASTIC PAVEMENT MARKING (CONTRAST) SF 2,544 $37.28 $94,840.32 97 627-30323 PREFORM (TYPE I) (INLAID) PLASTIC PAVEMENT MARKING (WORD -SYMBOL) SF 194 $51.62 $10,014.28 98 627-30328 PREFORM LINE) (TYPE PLASTIC I) (INLAID) PAVEMENT MARKING (XWALK - STOP SF 218 $37.28 $8,127.04 99 629-01002 SURVEY MONUMENT (TYPE 2) EA 4 $799.04 $3,196.16 100 629-01004 SURVEY MONUMENT (TYPE 4) EA 47 $479.43 $22,533.21 101 629-01006 SURVEY MONUMENT (TYPE 6) EA 69 $479.43 $33,080.67 102 629-01031 SURVEY MONUMENT (TYPE 3A) EA 3 $1,278.47 $3,835.41 103 630-00016 TRAFFIC CONTROL MANAGEMENT (SPECIAL) LS 1 $140,226.64 $140,226.64 4 Bid # ITEM # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST 104 700-70010 *F/A MINOR CONTRACT REVISIONS F/A 1 $500.000.00 e $500,000.00 105 700-70016 *F/A FUEL COST ADJUSTMENT F/A 1 $100,000.00 $100,000.00 106 700-70019 4 *F/A ASPHALT CEMENT COST ADJUSTMENT F/A 1 $ 25,000.00 $ 25,000.00 107 700-70380 *F/A EROSION CONTROL F/A 1 $150,000.00 $150,000.00 108 924-00170 PROCESS & 603 CONTROL TESTING FOR ITEMS 203, 206, 304, 306, DAY 120 $100.00 $12,000.00 TOTAL BID PRICE ($):j $13,143,395.04 TOTAL BID WRITTEN WORDS: Thirteen Million, One Hundred Forty Three Thousand, Three Hundred Ninety Five Dollars and 4 Cents * Indicates these items are to be included in the project total and project bonds. ACCEPTANCE OF FUEL AND ASPHALT CEMENT COST ADJUSTMENTS: Bidders have the option to accept Fuel and Asphalt Cost Adjustments per the Revision of Section 109 for Fuel Cost Adjustments and Asphalt Cost Adjustments. To accept either of these standard special provisions, the bidder must fill in an "X" next to "YES" below. No Fuel or Asphalt Cost Adjustments will be made due to fuel or asphalt cost changes for bidders who answer -NO". If no line is marked for the Fuel or Asphalt Cost Adjustments, the default selection shall be considered a "NO, I choose not to accept the Cost Adjustments for this project." When the Fuel or Asphalt Cost Adjustment specification does not apply to the project, no line should be marked. After bids are submitted, bidders will not be given any other opportunity to accept or reject these adjustments. (Mark only one line with an "X" for both the fuel and asphalt cost adjustment selections): YES, I choose to accept Fuel Cost Adjustments for this project X NO, I choose NOT to accept Fuel Cost Adjustments for this project YES, I choose to accept Asphalt Cost Adjustments for this project X NO, I choose NOT to accept Asphalt Cost Adjustments for this project NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents. Addendum No. 1 Date: Addendum No. Addendum No. Addendum No. 2 3 4 Date: 09/07/22 Date: 09/13/22 Date: 09/20/2022 08/11/22 By: Kym Johnson By: Kym Johnson By: Kym Johnson By: Kym Johnson 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 Lumc Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 2. Performance of each and every portion of the Work is included as part of the Contractor's Price. 3. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 4. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 5. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 6. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 7. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractors Price. 8. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200115. 9. The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 10. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 11. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 20 FIRM INC Scott, Inc. BY Cory Allinq;un (Pease print) BUSINESS ADDRESS 10303 E Dry Creek Rd., Ste. 300 CITY, STATE, ZIP CODE Englewood, CO 80121 DATE 09/26/22 TELEPHONE NO 303-790-9100 FAX 303-279.0901 TAX ID # 38-1604686 SIGNATURE EMAIL estimating@ihoscott.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 1-14. NS* 21 *BID BOND PROJECT: CR 66 & CR 41 INTERSECTION PROJECT 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 of County, Colorado as Obligee in the penal sum of Five Percent of Accompanying Bid Dollars Bid ) Dollars ($ 5% _), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated September 26 , 2022 for the CR 66 & CR 41 INTERSECTION PROJECT, and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly centric 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 September 26 ,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 ovem1ng board. Principal: IHC Scott Inc Signature: cam , ;1 (\\.. ATTEST: / Br ,Kg,15 —SA.#tsr_ Witness: Printed Name: Surety Feder . t In rance Corn • any Witness: Signature: Title : Attorney -in -Fact ammemasnalit ATTEST: By: 42, v.Ascc, 3i)vcAcc, n c /lieu Printed Name: Star Morgan CHUBS Power of Attorney Federal Insurance Company I Vigilant insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company ( ACE American insurance Company Know AU by These Presents. that FEDERAL INSURANCE COMPANY. an Indiana cct?oration, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDE NNITII COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and AU AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania do each hereby consUtute and appoint Katlyn Bigelow, Danielle Marchant, Adam Snow, W. Douglas Snow, Vicki Sorensen and Brady Thorr of Salt Lake City, Utah-_- -_-_-- _------------- _ - - - -- __ -- _a._ ___ ____ etch as their true and lawful Atturney•in•Fact to execute under such designation it their names and to affix their corporate seals to and deliver for and on their behalf as surety ttberect r or otherwise, bads and undertakings and other wrttings obligatory In the nature thereof (other than bail bonds) given or executed la the tom use of business, and any instrument, amending or altering the suite. 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 304 day of December, 2021. I s.r. it N1 i(r 4-4e . k 4 et:Mil N't'Isl.a) STATE OF NEW JERSEY County of Huntn don SS ,-4/ f7-4‘, On this 30th day of December, 2021 befog nit a Notary Public of New Jersey. personally came Gem M. Chtoros and Stephen M Haney. to me known to be Assistant Secretary ant Vice President. respectively. of FEDERAL I NSU RANCE COMPANY. VIGILANT INSURANCE COMPANY. PACIFIC INC EWN ITT COMPANY. WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE CDM PANY, the companies which executed the foregoing Power of Attorney, sod the said Dawn M Chioros and Stephen M Haney, being by me duly sworn severally and each for herself and nimseif did depose and say that they are Assistant Secretary and Vice President. respectively. of FEDERAL INSURANCE COMPANY, VICILAN'i INSURANCE COMPANY. PACIFIC INDEMNITY COMPANY. WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate !eat. thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by 44Moray of said Companies; and that their signatures as such officers were dilly affixed and subscribed by likeauthority Notarial Seal KATe4 ERth.E a_ ADCLAAR NOTARY PUBLIC or NEW JERSEY No 23166115 Commission Exp.• e s duty 16 2C24 CERTIFICATION Resolutions adapted by the Boards of Direction of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016 WESTCHESTER FIRE INSURANCE COMPANY on December i 1. 2046; and ACE AMERICAN INSURANCE COMPANY on March 20, 2O0`i 'RESOLVED that the following authorlsaderu relate to the euacuuor, for and on behalf off the Company, of bonds, undertakings, rrcugoitance$ contracts and *tiler written cowntitrnentx of the (oilcan) entered into In the ordinary course of business teach a "Written Commitment") (1) Each of the Chairman this Presided and the VKe Presidents of the Company tx hercty authurixrd to exectte any Written Commitment for and on behalf of tic Company, under the seal of the Company of otherwise Each duty appointed attorney -in -fact of t e Company is hereby au; harlaec to extant any written commitment for and on belt:W of the company, under the seal at the Cvinl.ttny a• uncer wur to the Mein that such nun a tuthontedby the grart or powers provided Fes in such persoe's► written appointment as stick altorneX•tn-tact garb of the chateaux, the ?Tennant and the Vice Prendents of the Company Is hereby authorised, fur and m behalf of the Company, to appoint et writing any person the atturney-is fact of the Company with (sill power and authority to execute. for and an behalf of the Coatpany under the real of the Company or otherwise, tint Written Commitments of the Company as may be specified in such written appolntmctn. which specification may be by general type or clan of Writer, Commitments or by spet'lf cation of awe or mare particular Written Commitments (4j Each of the Ouitnawn, the President and the Vice Presidents of flit. Company is hereby aathortred, for and an behalf of the Company, to de -legate let writing to any other enter of the Company the authority to matte, for and on behalf of the Company, under the Company's seal or otherwise, suet. Writtn. Comr.litments of the Company n are spc tfled In such written delegation. which specification n may be by genrrnl type or elan of Written Cnrrmitments or by specificational one or more particular Writtn cotrtirnitrnenu. The signature 42( any odour or •-►th►r person gremlins any Wrlttnn Commitment or appointment or delegation pursuant to this knoll:Con ar.d We seal of the Company, may be affixed by r1fl4miic on such Written commitment or Written sppohnuttent or delegate )n FURTIUER RESOLvtD, that the Forego ins Resolution dull not be deemed to be an exclusive stabernent of the powcn and au!tatity of°Cheers, employees and oche. persons to act for and on behalfaf tl'a Company. and such Resolution snail not limit or otterwtce affect the exercise of any such power or authority otherwise validly canted or vested." t; Dawn SI Chioros, 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 (l) the foregoing Resolution adopted by the Board of Directors of the Companies are true, correct and in rull force and effect. (U) the foregoing Power of Attorney is true, correct and in full forte and effect Gtvtrtiunder my hand and seals of said Companies at Whitehouse Station, Ni. this September 26, 2022 (2) (3) (s) Cluso),Schl ehliCvLe‘ I ttv.n ‘I t :fib a •' t• .1f'tt.ent %AN, Li. it \ IN THE EVENT YOU WISH TO VERIFY Till MIT IIENT ICiTY 1WtillS BOND ORf4OTIFY US OF ANY UTHtit MATTER PLEASE CONTACT US AT. Telephone (9091903. 3491 Fat 908J 903- 3656 tumid sttetytcu hb.com Coritsrned FED-Vt0A-V'FIC-aWC (rev l'-19, Form -9 (Rev. October 2018) Department of the Treasury Interne! Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/ForrnW9tor instructions and the latest information. Give Form to the requester. Do not send to the IRS. S .I O ao —u v o g c c— i1.O giew t) n. U) elf 1 Name (as shown on your income L'' leeur7i: NA-'ie is required on this line: it) ,+ .+��a . tai'. I+ ie blarx. INC Scott, Inc. 2 Business narnddisregarded entity name. 0 different from above Scott Contracting; Interstate Highway Construction 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. El ■ Inchid-Jai;sole proprietor or single -member LLC ® C Corporation ❑ S Corporation Partnership ❑ Tru s , r sta re ■ limited homily company. Enter the tax classification (C corporation. S-5 corporation. P=Partnership) ► Note: Check he appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -merrier LLC that Is disregarded from the owner unless the owner of the LLC is another LW trial is not disregarded from the owner 'or U.S. federal tax purposes. Othenvcse, a single -member LIG that Ps disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) ► S Address (number. street, and apt or suite no.) See insrrjctrnns 10303 E. Dry Creek Road, #300 6 City, state, and ZIP code Englewood, Colorado 80112 4 Exemptions (codes apply only to certain entities, not irrdiv:duals: see n stractions on page 3 Exempt payee coda Of any) Exeriptiy fmrn FATCA reporting code (if anti t4M"% ND W . -its "urttaiN a 04•41 S rip U.S) Requester's mine and antiress [optional) 7 Lst account numbers) her (optional) Part I Taxpayer identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line ' to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part!, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number of Employer identification number Certification 3 8 Under penalties of penury, 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 reputing is correct. Certification Instructions. You must cross out ,tern 2 above rf you have been notified by the IRS that you are currently subject to backup wethholdirg 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 a' debt contributions to an individual retirement arrangement (IRA), and generally, payments otter than interest and dividends, you are not r yrred to sign the cerh4$ation, but you must provide your correct TIN. See the instructions for Part II, ►ater. Sign Here Signature of U.S. person IPb General Instructions Section references we to the Internal Revenue Code unless otherwise noted. Future developments_ For the latest information about developments relate° lo Form W-9 and its instructions, such as legislation enacted atter they were aubllshed, go to www.,rs.goviFormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIM which may be your social security number (SSW), individual taxpayer identification number (1TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount pad to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-iNT (interest earned or paid) Date ► ti/; • Form 1099-DIV (dividends, including host from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1090-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1099-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceiec debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U S person (including a resident alien), to provide your correct TIN If you do not return Form VV -9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, rater. a otze Cat. No. 10231X Porn W-9 (Rev. 13-2018) *STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT 09/26/2022 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid This statement must be notarized Questions may be answered on separate attached sheets If necessary The Bidder may attach and submit any additional information which is believed to be pertinent to this bid Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the bidder who provides the best value as determined by the County The County reserves the right to waive informalities and/or irregularities and to reject any or all bids Name of Proposer IHC Scott, Inc 2 Type of Entity Corporation 3 Permanent main office address 10303 E Dry Creek Rd , Ste 300, Englewood, CO 80121 Phone Number 303-790-9100 Fax Number 303-279-0901- 4 Year Company was organized 1956 ' 5 Number of years this Company has been engaged similar construction 66 years 6 Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? Eisenhour Construction Inc 1956-1984 Interstate Highway Construction 1985-2020 Scott Contracting, Inc 1995-2020 IHC Scott, Inc 2021 -current 7 List all projects that the Company has under contract at the present time Show the contract amount and the anticipated date of completion for each i Project Name Please see Attachment A Contract Amount $ $ $ $ _ Completion Date 8 List all contracts which, were not completed by the contracted and completion date Include the project description and state the ,number of days beyond the contract completion date None 9 List all contracts within the last 3 years for which liquidated damages were assessed or may be,assessed 24 None 10 List all contracts within the last three years during which or after which the Company filed a protest with the owner None 11 List all contracts within the last three years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request None 12 Has any owner, as party to any of the Company's contracts within the last three years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc , or attempted to have the performance bond invoked? If yes, explain in detail None 13 Describe all contracts that the Company failed to complete None 14 Describe all contracts on which the Company defaulted or from which the Company was terminated None 15 List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project , Project Name Weld County Road and SH 392 Intersection Location Weld County Supt Milton Erazo Owner's Representative Cameron Parrot Phone 970-400-3745 Completion Date 2017 Contract Amount $3 5M Project Name Weld County Road 17/54 Roundabout Location Weld County Supt Milton Erazo Owner's Representative Cameron Parrot Phone 970-400-3745 25 Completion Date 2020 Contract Amount $2 2M Project Name Flyway Location Denver Supt Roger Landsiedel Owner's Representative Dustin Graul Phone 720-253-0090 Completion Date August 2022 ! Contract Amount $6 2M 16 List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR Please see Attachment B WORK DESCRIPTION % OF WORK 17 List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc PERTINENT NAME TITLE Cameron Thompson Operations Manager Jeff Meyer Tyson Kincaid Andrei Bedoya YRS EXPERIENCE 15 years Project Manager 7 years Superintendent 20 years • QC Manager s. 20,years 18 List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company None The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors Dated this 26th day of September , 2022 26 Bidder: IHC Scott, Inc Company Name: Cory Allington (Please Type) Title: V'ce President NOTARY County of Arapahoe ) j s s . State of Colorado ) Cory AIIin than being duly sworn. deposes and says that he is (Name) Vice President Of IHC Scott. Inc. (Title) (Company Name) and that the answers to he foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this 26th day of September (SEAL) KYMBERLY J JOHNSON NOTARY PUBLIC STATE OF COLORADO NOTARY ID 201 94014257 MY COLIMiSSION EXP1R c a 39/08/3)23 , 2022. Weld County CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project # 82200115 1 List names of partnerships or joint ventures g none 2 List decreases in the contractors focal or workmanship qualifications compared to the last frequatrfication statement submitted to Weld County (Attach additional sheets if necessary ) a Key personnel changes S none b Key equipment changes ` S none o Fiscal capability changes (legal actions, etc ) Bi none d Other changes that may effect,the contractors ability to perform work S none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE _ _ _ Contractor's firm or company name s IHC Scott, Inc LL pate BY ,/ l/ Gory Allrngton 09/26/2022 Tit Vic ant 2nd Contractor's firm or company name tdmint venture) NiA BY Date Title Weld Fort #605 1x20 28 ANTI WELD -COLLUSION COUNTY AFFIDAVIT NO. 82200115 PROJECT LOCATION CR 6€ and CR 41 4ntersection, Weld County I amount statements hereby of attest this set that bid out or, below I am if not, on the his that person or I have her responsible behalf written and autnorization, on within behalf my of firm enclosed my firm. for the herewith, final decision from as that to the person price(s) to and the make I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other turn or person who ;s a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bid of any other or person who is a bidcer or potential prime firm bidder on this project have been disclosed to me or firm. my 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 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 intentional y high, noncompetitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered. promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. E. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid. or agreeing or promising to do so, on this project. 7_ I have made a diligent inquiry of all members. officers, employees, and agents of my firm with responsibilities relating to the preparation. approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Weld County, of the true facts relating to submission of bids for this contract, I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARETRUE"ARD COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractors firm or company name BY e-6-2- AOry Alhngton Date 09126/2022 I HC Scott, Inc. T Jic p s _,r,t 2nd Contractor's firm or company name Of joint venture.) By 1 Dale N/A Title $I,vcrn to before me 26th day of. September . LU2 t��ctar Publi ' -. 4 r � �+e .0 � ' li � iM Ztir Y .1JOHNSON NOTARY PUBuC ST NO 'AF?Y OF tD COLORADO ?01 34257 My commrsson expirei- 09/06/2023 MY COMML rN EXPIRES 091 NOTE: This document shall be signed in ink. Weld Form #606 08/22 29 Weld County ASSIGNMENT OF ANTITRUST CLAIMS .80.60, NO B2200115 Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately Impact on Weld County Therefore, for good cause and as consideration for executing this contract and for retarding payments hereunder Contractor hereby Irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it unifier federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by Weld County pursuant to this contract 2 Contractor hereby expressly agrees' a That, upon becoming aware that a third party has commenced a wit action asserting on Contractors behalf an antitrust claim which has been assigned to Weld County hereunder, Contractor shall immediately advise In writing (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Weld County that such civil action Is pending and of the date on which, in accordance with subparagraph a (1) above, Contractor notified such third party that the antitrust claim had been assigned to Weld County, b, To take no action which will in any way diminish the value of the claims or nghts assigned or dedicated to Weld County hereunder, and c Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim nas been assigned to Weld County hereunder 3 Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor Irrevocably assign to Weld County (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws ►n connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor, b. Upon becoming aware that a third party tics commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in wnting (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action 1s pending and of the date on which, in accordance with subparagraph b (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County, c Take no action which will in any way diminish the value of the claims or r'ghts assigned or dedicated to Weld County hereunder, and d Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto I, acting in my capacity as officer of a bidder (bidders if a joint venture) co agree to the above assignment of antitrust claims CoN'..roes am U:omoorrine m` IHC Scott, Inc 6 tint Vice President ooi� Cory Allrrigton 09/26/2022 atccv�6a.°.c >SflraoximolyrAmo ilrlolrtimoNst1 N/A em Date V.Id Form t621140 30 *TITLE 49, CPR, 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 e 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 Junsdictlon 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 C9/26/2022 ''''1) Sip urea/ Vise President Gory Aiiington Title 31 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 X has not developed affirmative action programs on file 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, [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 Comrittee on Equal Employment Opportunity, all reports due under the applicable filing requirements Date. 09/26 , 2022 Proposer/Subcontractor Name HAG Scan Inc Signature Gory Allingtori Title Vice President 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,] 32 old County BIDDERS LIST Project Name/Descriplton Project Nimlber _ I ' Project Cade/Sub5ccount Proposal Date CR 66 & CR 41 Intersection Proiect I 62200115 09/26/2022 oordradm IFtC Scott, Inc Region 4 Subeentractnrsi6uppinrnniV ndors: Tha btddar must list all flung seeking tc particloata ante antral 'Failure la submit tills form ntayresttl (n tie propenat neing rejected. ' - Firm Name erred Work Proposed (Select all that apply) DBE(ySa) Selected 0 5) Aggregate Logistics tonicastiglioni@yahoo corn 1 Y N Albert Frei and Sons sales@albertfreiandsons corn 1 N y American Highway mark brinkman@amencanhighway 1 N Y Arnold's Ag Group, LLC dhill@arnoldsaggroup corn 13 N Y Area Wide Protective co bids@awptraffic corn 2 N Y Bailey Tree, LLC baileytreetrimming@gmail corn 13 N 1 Y Bowman Construction Supply, Inc ryan@bowmanconstructionsupply 1 N N Burnco Colorado, LLC bill schell@burnco corn 1, Concrete Pumping N Y CDI Environmental sales@cdi-services corn 13 N N Core and Main Jason verkler@coreandmain corn 1 N Y CR Minerals torn curnmings@crminerals corn 1 N N Drexel Supply kobsdrexel@gmail corn 1 N Y Environmental Logistics mike@envlogistics corn 13 Y N Euclid Chemical lkstevens@euclidchemical corn 1 N I N GCC dgray@gcc corn 1 N N Hanes Geo Components ben olouighlin@hanescompanies 1 N N Holm kevin allen@holcim corn 1 N N I certify that the Infarrnatcn provided herein is trite and correct to the bait or any knowledge. -- - Name 5 atwellRl Title' , Qala Cory Allington Vice President 09x126/2522 i f SUdclulef ear*, Si i l<p ra/pagr +? R,r,,ar a tinehoraJ nu�'n+etfs 1. Lardscac3 surer £tovrwr iia�+ 3 uncle g a NJk{aUtu g 4 t3�pJ� LrrJ ftufdga 7sck Gnat a -urn F�cast CtvF'm'a eoCUwa.+cras srd tS �5rrlt Pavrrg T, c hrx2s le Read and Pater, Let ako g 5 Concrete Pavn, F1en.crx eV.I Racair i P Ctee Seel Croce Seel Jan: Seem! b c,aasuata Eluchrcal CrackP+lr P Srgn4 y,gnoisusi at an end u'e d Bri nu CUr Pu,nrrtgend Casing Forrorxt 19 Slerr:.t1/andC+rsarnents+Avrml fS e,fh seed Ve +!rstS .cures 2C Ps r,� Legend f�mmarrnsl Sme WKS Work Proposed Categories Malsna,.Suppras 2 FINvigextToril, Coma/ Tills roCrusl treni'gamitted by tae Proposal aeaatme 21 �Iel+t OemOrion E waseMnarb f:�nn,ia�r 22 &apt t,uPn7 ano 34'vey+ng Sew.. 23 Pd. q+NO..Off.t. hero 2J Pn4:s and nssp Faurdahcrrs 25 V asiK A ran�eraa+Pr ark+ Racyr�rq 26 Set Gfeee U+r 27 tleseerece d',VAC Z; T1nvt�cnsty hon Z? Prot?trip and G,*,tlrrg Ereora rsnrai Neait7l end Salary W>Itl county Fatrn x1413 011?2 33 Weld County BIDDERS LIST Project Nameicescdpltae Prc3ect NunbetProject CedatSubAccoani Proposal 0de CR 66 & CR 41 Intersection Project I @2200115 I 09/26/2022 conlreclar WIC Scott, Inc Ration 4 SUbcontaeteisl5uppltersAfendars. The bidder trust est all arms seeldng to partidpete en tha contract Fdtino to submit ills temf may rosUt in the prop*. being rejected Finn Sent Email Work Proposed (Select et that apply) DBE (YR 1) Selected (Yfila J-2 Contracting chnsleone@2contracting corn 1 N N Kinetic Energy Services, LLC josh kaufman@kineticindustry corn 22 N Y Kumar & Associates kaparker@kumarusa corn 22 N N LG Evenst, Inc tjcheever@Igevenst corn 1 N N Mapei pdyer@mapei corn 1 N Y Martin Marietta ken carter@martinmarietta corn 1,15 N Y Oldcastle Infrastructure cunt roe@oldcastle corn 1 N N Rinker Materials josh denight@rinkerpipe corn 1 N Y S & S (Striping and Signage) spencer@stnpingandsignage corn 7,16 N y Serra Precast ddittman@semaprecast corn 4 N N Smalley and Company p coy@smalleyandcompany corn 1 N Y Smith Environmental & Engineering colinmarshall@smithdelivers corn 13 N N SteelCon sales@steelcon-usa corn 1 N Y Tensar scampbell@tensarcorp corn 1 N Y Transpro, Inc darwheeler@burgenertrucking corn 3 N Y Triton Environmental !aura@tritonenviro corn 1 N Y Varra Companies dcompton@varracompanies corn 1 N y I certlky that the Information provided herein is tale and correct to the beret of nay knowledge _ Nana Sdgnaturartnl r TRrE Dale Cory Allington I �� 1 Vice President 026/2022 Work Propos. Carveones • tat+sna,ssrrlSu�,f,as R5�gngexrTraftcCvna�Y 3 rrna+gan!Hadlfny 4 Pr e..est Cents a fouroarons end Faceega 5 Canc.,Peix fleavcre.end Pecan 6 LN�fe6ngardErectrrcel T wane 6.4' srrrisi,rratan eruorsrdrari 2fencrrn� .4 d,,is and Veeke, Structuren t r oleo&. Sale' artd 9f r R emenr i5 LanctaceyeatrJEntivmn Co�rA*,r is SnJira,.i ne'aae05.ceiiata.-Uce 16 ,aachalr Pai,� id 1, 7t 9rrdpmamQLa'Staie,t, 7 Ghra Seal C 5Jr Seen Jam Sev, ar.1 C,atf Frll ig q,29:dP,tnnrrgorraCnerod 9 Steli,.aVandGlrk;ere�LarA�etaf iL Pa=ktrtrrL,tsaao Ccrp�rarcraf5,tYn��rJX This a and i Re 5g6mittrg J trio pmpm7rl encases 21 Clnz ema'mon Ex.a�rgna 1 Fa �,yx 22 Er�„,ntrorr dead $6 vayrnbr Serncss 23 rat': arks tenI4A/9et( ee Pn,as rind Dien r unerat r 28 V,. Alanpagefent and Rgcph, Sn S b Clean cp 2T tkcher.�efandNV�C 2& TsnnolCauluthan 29 Prai7trq and Gxxltr+y� tmacrtorfa,Hea.and Sater7 Weld Co, F4^n c n13 oa22 33 Weld County BIDDERS LIST Prefect t+lamelDeseiptton Project Nisnber Prejed Cade/SubAceaurtt - PrnposalData - CR 66 & CR 41 Intersection Project 1 B2200115 I 09/26/2022 Contractor ISC Scott. Inc Region 4 SubcantractadeuppttersNatdeee: The bidder mast ➢et tilt goes seeking to participate on the conleecl 'Rake to sFibmi't this Iorni may restitln the proposal being rejected . _ _ Ftrm,Nerne EMU - Work Reposed (Select et that apply) DBE(EN} Selected CM) Verdant Environmental harry@verdantenviro corn 13 N N Western State Reclamation rbarros@wsreclamatlon corn 13 N N Winwater masture@winwaterworks corn 1 N N Cesare, Inc earndt@cesareinc corn 22 N Y Ecomatenal Technologies tracy eaton@ecomatenal corn 1 N Y Lightfield Enterprises dbrostrom@lightfieldenterprises 2 Y N Powell Restoration stephanie@powellenviro corn 13 N N Environmental Merritt xmerritt@environmentalmerrit corn 13 y N PWSI Land Surveyors i rick@pwsi net 22 N y Alpha Milling djones@alphamilling corn 29 N Y Smyrna Ready Mix bernie@smyrnareadymix cbm 1 N N Wylaco Supply Company drneyers@wylaco corn 1 N Y CEMEX davidb rumsey@cemex corn 1 N Y US Transport mike bramlett@us-transport corn 3 N N 1 certify that the irdarmatten provided herein Is trace and wired to the best of my knowledge Name S;gan21s7oNni lint, Cary Alhngton ' L _ Vice Presrctent _ 09126/2022 :0:::7 Dela Word Proposed Catogon. • ,tiatanafsandSt�„pftes Z Fr aotr+nfft irefnc Caneai 3 Trekking e14,.. trns 4 Pr ,.ask Camw s ,ante ors and foa7nps 5 .7x,....ng Paw.. and Repair 6 WI., wet 7 Stgnf Sijh3t tr+ah,Astrgo ert+r rs.60 8 Feric, 8'a'a}pps 6,�d veAk3i SG'ut.S. it Sbtrctura7 'and 9t 1R arrant f? o/Waa,) ad 1+i}+th0re+i ,AiSyl'1V�11 u J3 latxfsiup ,srkt Fnarrvn.L ti IIrhipclot8da,eDa:kConstr..-. i5 A.sc4atrPavtfg i 6 AVI E+nU PU+,nn? Lo' 41,145 rig 17 Chip Seal Crack Seel Sa'pt Seery ma +acr Frq t6 Ern�pr Parndn�and Caapnp 1 4 Stair, sr and r7trwmeftsr kfetat 70 Pa and CommercialSidtsralr,s Tbfis toimrtuasi nragggi oy tl1e propcom aca4lme 21 CJ!anrtnq Da»d+tom Ercegva(rone kt E+BrIr1,1G�,� 22 crKnrert2rgaAdS6lYey�n,733rn�ss 23 cP19 ro75::2Ad llriGrP°nr9nt 24 Pas era Dvap Faurdat... ?5 WA. tAnNeracgt ants;4,1 p 26 Sr. Gfear Up 27 .4/in:dam/Ht. Pa 7rmna7tbaatrurhon 24 Pitrtrr : G�rrirng ?A Emtrnivi.Nenifhendswery ',WO Coen, Foon f4413 0827 33 New Contract Request Entity Information Entity Name. IHC SCOTT INC Contract Name. Entity ID. 600045076 ❑ New Entity? Contract ID CONTRACT FOR CR 66 AND CR 41 INTERSECTION PROJECT 6439 Contract Status CTB REVIEW Contract Lead CKIMMI Contract Lead Email CKimmi6'co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project GR-45 Contract Description. CONSTRUCTION CONTRACT BETWEEN WELD COUNTY AND IHC SCOTT FOR THE CR 66 AND CR 41 INTERSECTION PROJECT. Contract Description 2 Contract Type CONTRACT Amount" $12,821,472.91 Renewable NO Automatic Renewal NO Grant Yes FGA No Department PUBLIC WORKS Requested BOCC Agenda Date 11 /`09 2022 Due Date 1 1 05;'2022 Department Email CM- Will a work session with BOCC be required?* PublicWorksOweldgov.com HAD Department Head Email CM-PublicWorks- DeptHeadPweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY WWE LDG OV.COM Grant Deadline Date If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* B2200115 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 1 1 ;'©3;`2022 Renewal Date Termination Notice Period Contact Information Contact Info Name Purchasing Purchasing Approver CHRISTIE PETERS Approval Process Department Head .CURTIS HALL DH Approved Date 11/07,2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 11/14/2022 Originator CKIMMI Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Expiration Date' 07/31/2023 Contact Phone 1 Contact Phone 2 Purchasing Approved Date 11,07/2022 Legal Counsel KARIN MCD©UGAL Finance Approved Date Legal Counsel Approved Date 11}07/2022 11/07/2022 Tyler Ref # AG 111422 MEMORANDUM Date: October 25, 2022 To: Christie Peters, Purchasing Manager From: Clay Kimmi, Senior Engineer RE: Bid Request No. B2200115 CR 66 and CR 41 Intersection Project The award recommendation was reviewed by the BOCC in a pass around that was returned on October 25, 2022. Four of the five commissioners approved the pass around to be place on the Board's agenda. On July 14, 2022, the BOCC approved a pass around allowing Public Works to use the Best Value bidding process that is outlined in Chapter 5, Article 5-4-40 of the Weld County Code. The Best Value bidding process considers a bidder's qualifications in addition to price. The Request for Qualifications (RFQ) for the CR 66 and CR 41 Intersection Project was advertised on July 29, 2022 in the Greeley Tribune and on BidNet Direct. Three RFQs were received on August 15, 2022 and were presented to the BOCC an August 17, 2022. In accordance with Chapter 5, Article 5-4-40 of the Weld County Code, Public Works and Purchasing reviewed the RFQs and shortlisted 2 of the 3 bidders. The shortlisted bidders were provided the Request For Proposal (RFP). Proposals were received on September 26, 2022 and interviews were held with the bidders on October 5, 2022. Following the interviews, the bidders were allowed to provide a Best and Final Offer (BAFO). The BAFO responses were opened on October 20, 2022. The submitted proposals were reviewed for errors and completeness. There were no errors in the proposals The bid tabulation is included with this document. The submitted proposals met all bidding requirements and met all of the Weld County Code requirements. The engineer's estimate for the project was $12,667,391.25. H -IC -Scott's bid price for the project was $12,821,742.91. Structure Inc's bid price was 12,423,928.93. IHC-Scott was within 1.22% of the engineer's estimate and Structures was within 1.9% of the engineer's estimate. Based on the Best Value Scoring Tables from the Weld County Code, the bidder whose combined proposal/BAFO and interview scores represented the Best Value was IHC-Scott. Public Works has budgeted for this project in its 2022 and 2023 budgets. Public Works recommends awarding the construction contract to, IHC-Scott for a total amount not to exceed $12,821,742.91 Construction is anticipated to commence in November, 2022 and is planned to be completed by July 31, 2023. Public Works has coordinated with Don Warden and he is in concurrence with our recommendation. I will plan on attending the BOCC meeting to answer questions that the Board may have. 1O/31 aOaa- a3e3 ECo OO WO BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: CR 66 and CR 41 Intersection Project — Bid Award DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi, Jay McDonald, Curtis Hall, Don Dunker DATE: October 21, 2022 Brief description of the problem/issue: On July 14, 2022, the BOCC approved a pass around allowing Public Works to use the Best Value bidding process that is outlined in Chapter 5, Article 5-4-40 of the Weld County Code. The Request for Qualifications (RFQ) for the CR 66 and CR 41 Intersection Project was advertised on July 29. Three RFQs were received on August 15. Public Works and Purchasing reviewed the RFQs and shortlisted 2 of the 3 bidders on August 22. The shortlisted bidders were provided the Request For Proposal (RFP) on August 29. The bidders provided their proposals including costs on September 26. Following the review of the proposals, the bidders were invited to an interview with the review committee to present their project approach and answer questions that the County had regarding the proposals and bids. The interviews were held on October 5. After the interviews, it was apparent to the County that several items in the bid needed to be further clarified. As a result, it was decided to proceed to the Best and Final Option (BAFO) phase of the bidding process. The items needing more information were clarified and the bidders were given the opportunity to revise their bids to account for the new information. The bids from the BAFO were opened on October 20. The scoring process used in the selection of the bidder representing the best value to the County is summarized in the attached documents. The bidder's proposals were reviewed using 5 different weighted categories representing a maximum of 100 points. The bidder's qualifications, work approach, critical issues, and familiarity with Weld County represent 60% of the RFP score and cost/schedule represents 40% of the RFP score. The interviews were scored using 4 weighted categories representing 100 points. The total number of points available equals 100. The BAFO pricing is substituted back into the scoring matrix to get a new RFP score for the cost/schedule category. The total scores are ranked from high to low with the highest score being assigned a rank of 1. Each reviewer's rank is then summed to get an aggregate ranking. For this project, IHC-Scott was ranked as number 1 by all 5 reviewers for a total score of 5. Structures Inc. was ranked as number 2 by all 5 reviewers for a total score of 10. The bidder with the lowest score represents the best value to the County. The engineer's estimate for the project was $12,667,391.25. IHC-Scott's bid price for the project was $12,821,742.91. Structure Inc's bid price was 12,423,928.93. IHC-Scott was within 1.22% of the engineer's estimate and Structures was within 1.9% of the engineer's estimate. IHC-Scott represents the best value for the County because they plan to provide all the concrete required for the project from their own batch plant which will be less than 1 mile from the project. Having their own plant setup allows IHC-Scott to maintain a high quality of concrete for the project. The use of their own plant also reduces the risk of having schedule delays due to quantity limitations which have plagued contractors throughout 2022. The result of having their own batch plant is shown in IHC-Scott's bid because it is approximately $398,000 higher than Structure Inc's bid. Structures Inc is proposing to haul all the concrete including the concrete required for paving from Martin Marietta's concrete batch plant on CR 13. Structures Inc will not have exclusive use Martin Marietta's batch plant and will be impacted by quantty limitations which have plagued contractors throughout 2022. The quantity limitations at a third party batch plant are not expected to decrease in 2023 due to supply chain issues and the lack of qualified delivery drivers. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. The Board can opt to award the construction contract for the CR 66 and CR 41 project to IHC-Scott because they represent the best value to Weld County after all factors are considered. The risk associated with schedule delays is minimized by having a Contractor who can control their production of concrete and is not subject to the quantity limitations of a third party batch plant. 2. The Board can request a work session to further discuss these bids. Recommendation: Public Works recommends Option 1 which is to award the construction contract to IHC-Scott because they represent the best value to the County. Public Works has budgeted money in the 2022 and 2023 budgets to cover awarding the contract to IHC-Scott without asking for a supplemental budget increase. The contract would be done using Notice to Proceed 1 (NPT1) in the amount of $2,000,000 in 2022 and NPT2 in the remaining amount for 2023. Public Works has coordinated with Don Warden and he is in concurrence with our recommendation. Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno Lori Saine Approve Schedule R mmendation Work Session rnf" Other/Comments: RFP & INTERVIEW COMBINED SCORING SUMMARY WITH BAFO PRICING CR 66 and CR 41 Intersection Project Date: 10/20/22 Contractor Selection Committee Member's Rankings Rank Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 Total IHC/Scott 1 1 1 1 1 5 1 , Structures Inc 2 2 2 2 a 2 10 2 Lower Total = Higher Ranking Best Value = IIMEMMMMITIM CONTRACT ITEM ® "®� "®� "®' TOTAL COST © 201-00000 202-00000 CLEARING AND GRUBBING ®0 $ 45000.00 $ 45 000.00 $ 313 66.10 $ 313,166 0 $ 107,000.00 $ 107 000.00 © 0 © 202-00001 202-00010 REMOVAL OF STRUCTURE REMOVAL OF TREE ®0 $ 20000.00 $ 2000000 laILEMILIGMEMEMInilifan MM0 $ 5,000.00 $ 20... $ 8,728.90 $ 34,915.60 IMMEMESIMMEMEEI 202-00025 202-00035 REMOVAL OF DITCH LINING REMOVAL OF PIPE 0© $ 2,600.00 $ 5,200.00 • - ®® $ 2,fi90.97 ®®" ®00 $ 28,839.06 ®' $ 8,708.91 ��� 0 0 202-00155 202-00220 REMOVAL OF WALL REMOVAL OF ASPHALT MAT PIANING)(SPECIAI) $ 58, 938.00 $ 106,3,4.16 $ .68556 �® $ 30.00 $ 5,790.00E 0 0 202-00250 202-00810 REMOVAL OF PAVEMENT MARKING REMOVAL OF GROUND SIGN ®®®�l $ 180,sae .04 $ 130,641.76 ®®� $ 4,500.00 �__ $ 2,407.50 QO 202-01000 203-00050 REMOVAL OF FENCE UNSUITABLE MATERIAL $ 207.00 $ 1,863.00 � $ 1,004.49 IffEEMEIEZEII ®®$ 10.00 $ 3,730.00 $ 6,031.41 $ 3,192.88 ® 203-00060 203-01100 EMBANPROOFKMENT EMBANKMENT MATERIAL COMPLETE IN PLACE LUNG MM� $ 50.00 $ 371,500.00 $ 486 739.30 $ 60.99 EillilaMI �� $ 40.00 $ 183492000 $ 1637666.. IZEEIDEIMIZEIMEI �� ® MIEI 203-01500 203-01550 BEADING $ 158.00 $ 12,fi40.00 $ 98.92 $ 7,813.60 $ 181.90 '®' �� $ 19000 $ 7,600.00 $ 7,110.00 IllEnri $ 8,560.00 �� 203-01967 203-02330 POTHOLING LABORER 80 $ 7,4.00 $ 7,948.00 IMMO $ 13fi96.00 ® �' $ 300.00 $ 24,000.00 $ 44,968.80 $ 260.81 $ 20,864.80 ®' 203-00500 203-00510 ROCK FILL (57-07 (CONTINGENC ROCK FILL (3 INCH MINUS CONTINGENC ® $ 5,500.00 $ 7,303.00 $ 4,948.00 ® 1 E®" ' $ 41000.00 $ 69,450.00 $ 62.06 $ 62,060.00 N IMILIIIM $ 40.00 $ 24,fi80.00 ®®'' 206-00100 207-00205 STRUCTURE BACKFILL GLASS 1) REDISTRIBUTE TOPSOIL INCHES) $ 163.00 $ 61,940.00 $ 190.00 $ 72,20000 ®® $ 70.00 $ 1.5,89000 IIMMICEIriEMEMI$ 17002.30 MEZ EMII IMIE 207-00210 208-00002 (6 STOCKPILE TOPSOIL EROSION LOG TYPE 1 12 INCH) IMEMENDEINII$ 159,460.OD IMEMIEIEBEIKIIIII $ 97,488.40 0MINEEIIMIEM $ 148,070.00®1 3. $ 9,225.90 EMMIEDIEED 208-00011 208-00020 EROSION BALES (WEED FREE) SILT FENCE ==® $ 8.00 $ 42,008.00 IIMSEIEIKEEMMMIllia $ 46,943.94 0INIIIIIMI$ 4,368.00 __ _ " 1� . . IIIEMMEIl®" ® 208-00035 208-00045 ROCK SOCK (AGGREGATE BAG. CONCRETE WASHOUT STRUCTURE $ 8.886.67 Ellal$ 21,607.69 MIIIMMEIMM$ 19,404.00 MIMMEI$ 14 660.80 $ 8.90 $ 13,706.00 ® ® 208-00075 208-00103 (LINED) VEHICLE TRACKING PAD PREFABRICATED) REMOVAL AND DISPOSAL OF SEDIMENT (LABOR Q© $ 2,500.00 $ 5,000.00 $ 9,702.10. $ 6083.12 QO $ 5,300.00 $ 21,20000 IFMESEEMEMEEMEMBEECEIIMIIIIMENEI MEEM®" 208-00105 208-00106 REMOVAL AND DISPOSAL OF SEDIMENT(EQUIPMENT) SWEEPING (SEDIMENT REMOVAL $ 70.00 $ 7,000.00 BINMEMENIIMIEEITIENIMEE3 $ 4,948.00 MICEIMMECMIEilM $ 14,100.00 $ 14,326.00 $ 99.88 $ 9,988.00 '�� ® 208-00207 208-00300 EROSION CONTROL MANAGEMENT TEMPORARY BERMS $ 180.00 $ 14,400.00 ®® $ 108.28 $ 8,662.40 ®� $ 270O0 $ 48,600.00 $ 80,764.20 $ .0 MMEOMI 210-00010 210-00810 RESET MAILBOX STRUCTURE RESET GROUND SIGN - 8,095 $ 24,285.$$®' � $ 6,556.95 $ 21 21 694694. 660 0© 481.00 $ 2,405.00 IME=© EMMIE 211-03002 212-00009 DEWATERING SEEDING $ 700.00 $ 1,400.00 MiElitil $ 837.06 IZililileil_ ®� $ 1,000.00 $ 90,000.00 � $ 9899.90 � $ 25,706.70 ® mom 212-00702 212-00706 (TEM PORAR BIOTIC SOIL AMENDMENTS BIOTIC EARTH BLACK) SEEDING NATIVE DRILL WEIMMIE:IMII $ 2500.00 $ 20,750.00 $ 608.98 ___ IMIMMEEMMENI$ 157,629.00 IlirlIE3EZIENEMMIIII$ 54644.72 MilEM® 213-00004 216-00022 MULCHING (WEED FREE STRAW) SOIL RETENTION BLANKET (STRAW CLASS 1) $ 2,500.00 $ 29 250.00 $ 1,020.60 $ 11,941.96 $ 636.65 $ 7,448.81 III2EIMEMO= $ 1,250.00 $ 18,625.00 $ 2384.46 304-06000 -COCONUT) (BIODEGRADABLE AGGREGATE BASE COURSE HOT MIX ASPHALT (GRADING S) (1OD) (PG 6422) IMIMIMEMIM•. i 1 $ 11,916.$$ ElliEENEECOMIOID $ 8,490.15 ___ $ 621,738.00 ® $ ® $ 709897.26 __ MrIMMENIEIM MIIMM 412-00900 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28 CONCRETE PAVEMENT (9 INCH) 8.5,.7.02 MEIM®® $ 126.00 $ 719,712.00 $ 895,527.36 $ 272.097 79 ®� $ 359282.00 � $ 415,320.66 $ 272,097.79 ®' ® 420-00132 420-00300 GEOTEXTILE (MIRAFI RS580i �® $ 88.00 $ 1,018,248.00 $ 1,080,152.85 $ 110.60 $ 1,279,752.60 �� ' i i __ $$ 348.00 $ ®®®®®®®$ ® ® 506 00412 507-00000 SOIL RIPRAP (12 INCH CONCRETE SLOPE AND DITCH PAVING 290,204.33 �� $ 120.00 $ 213,600.00 $ 190.87 $ 339,748.60 $ 326 59440 509-00001 515-00120 STRUCTURAL STEEL GALVANIZED WATERPROOFING (MEMBRANE) IMEMIIMIEE 400 00 �� $ 8.00 $ 340,400.00 $ 706.81 $ 601495.31 $ 679.06 $ 577,880.08 ®®�1 $ 63,027.36 IMIKEIM 518-00106 601-03000 WATERSTOP (6 INCH CONCRETE CLASS D ��� $ 27380.00 $ 80.85 $ 59,829.00 $ 23,080.60 IMEMIMIIMI $ 20.00 $ 3.740 00 FOI:11'®i 0® 602-00020 603-01180 REINFORCING STEEL (EPDXY COATED) is INCH REINFORCED CONCRETE $ 1,250.00 $ 1,158 $ 699996.24 $ 905.90 $ 839,769.30 M�� $ 526294284.00 $ 813,985.92 5$ 516,927.84 PIPE ®IMMITMEMINIECI $ 68,250.00®'. � $ 102,156.fi0 $ 165.00 $ 90 090.00 CR 66 and CR 41 Intersection Project 10/202022 BID # 60 ITEM # 603-01240 CONTRACT ITEM 24 INCH REINFORCED CONCRETE PIPE UNIT QUANTITY 618 Engineer's UNIT PRICE Estimate TOTAL COST IHCScott UNIT PRICE TOTAL COST Structures, UNIT PRICE Inc. TOTAL COST 61 fit 603-01360 603-01420 36 INCH REINFORCED CONCRETE PIPE 42 INCH REINFORCED CONCRETE PIPE LF LF 64 $ 210.00 $ 420.00 $ 129,780.00 $ 26,880.00 $ 280.63 $ 372.31 $ 173,429,34 $ 23,827,84 $ 210.00 $ 290.00 $ 129,780.00 $ 18,560.00 63 64 603-01600 603-02180 60 INCH REINFORCED CONCRETE PIPE 23x14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF LF 1,315 163 $ 420.00 $ 630.00 $ 552,300.00 $ 102,fi90.00 $ 351.31 $ 798.12 $ 461,972.65 $ 130,093,56 $ 306.02 $ 494.34 $ 402,416.30 $ 80,577.42 65 66 603-02240 603-02360 30.19 INCH REINFORCED CONCRETE PIPE ELLIPTICAL 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL LF LF LF 121 101 $ 200.00 $ 250.00 $ 24,200.00 $ 25,250.00 $ 271.74 $ 388.21 $ 32,880,54 $ 39,209.21 $ 200.00 $ 240.00 $ 24,200,00 $ 24,240,00 67 fie 603-05018 603-05024 18 INCH REINFORCED CONCRETE END SECTION 24 INCH REINFORCED CONCRETE END SECTION EA 25 10 $ 560.00 $ 1,800.00 $ 14,000.00 $ 18,000.00 $ 502.40 $ 4,718.85 $ 12.,560.00 $ 47,188.50 $ 390.00 $ 2,824.80 $ 9,750.00 $ 28,248.00 69 70 603-05036 603-05042 36 INCH REINFORCED CONCRETE END SECTION 42 INCH REINFORCED CONCRETE END SECTION EA EA $ 2,500.00 $ 7,700.00 $ 10,000.00 $ 7,700.00 $ 5,040.16 $ 6,360.47 $ 20,160.64 $ 6,360,47 $ 3,531.00 $ 5,061.10 $ 14,124.00 $ 5,061.10 71 72 603-05060 603-05118 60 INCH REINFORCED CONCRETE END SECTION 23x14 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL EA EA 1 $ 10,000.00 $ 12,000.00 $ 10,000.00 $ 12,000.00 $ 6,532.47 $ 9,415.43 $ 6,532.47 $ 9,415.43 $ 5,767.30 $ 9,886.60 $ 5,767.30 $ 9,886.80 73 74 603-05124 603-05136 30x19 INCH REINFORCED CONCRETE END SECTION ELLIPTICAL 45x29 INCH REINFORCED CONCRETE END ELLIPTICAL EA EA 2 $ 2,250.00 $ 3,400.00 $ 4,500.00 $ 6,800.00 $ 5,261.11 $ 5,587.10 $ 10,522.22 $ 11,174.20 $ 3,295.60 $ 3,531.00 $ 6,591.20 $ 7,062.00 75 76 603-10120 603-50008 SECTION 12 INCH CORRUGATED STEEL PIPE 81NCH PLASTIC PIPE EA LF 1 32 $ 4,000.00 $ 60.00 $ 4,000.00 $ 1,920.00 $ 7,425.93 $ 195,65 $ 7,425.93 $ 6,260.80 $ 5,885.00 $ 153.01 $ 5,885.00 $ 4,896.32 77 78 603-81018 604-00305 (SDR-35) 18 INCH CAST IRON PIPE INLET TYPE C (5 FOOT) LF LF 489 72 $ 22.00 $ 525.00 $ 10,758.00 $ 37,800.00 $ 181,01 $ 777.59 $ 88,51339 $ 55,986.46 $ 70.62 $ 635.58 $ 34,533,18 $ 45,751.76 79 80 604-00505 604-30005 INLET NPE D (5 FOOT) MANHOLE SLAB BASE FOOT) 60" DIAMETER FLATTOP EA EA $ 5,600.00 $ 9,000.00 $ 11,200.00 $ 9,000.00 $ 13,531.79 $ 17,300.88 $ 27,063.56 $ 17,300.88 $ 6,002.70 $ 7,885.90 $ 12,005.40 $ 7,885.90 81 82 804-30010 604-30010 (5 MANHOLE SLAB BASE (10 FOOT) 48" DIAMETER MANHOLE SLAB BASE FOOT) 60" DIAMETER FLAT TOP EA EA $ 10,000.00 $ 11,000.00 $ 20,000.00 $ 22,000.00 $ 13,72822 $ 13,720,76 $ 27,456.44 $ 27,441.52 $ 6,944.30 $ 6,944.30 $ 13,888.60 $ 13,888.60 83 84 607-11525 609-23000 (10 FENCE (PLASTIC) GUTTER NPE 2(SPECIAL) EA LF 1 847 229 $ 16,000.00 $ 6.00 $ 16,000.00 $ 5,082,00 $ 13,76fi.48 $ 3.09 $ 13,766.48 $ 2,617.23 $ 10,239.90 $ 1..93 $ 10,239.90 $ 1,634.71 65 86 612-00001 612-00002 DELINEATOR (TYPE I) DELINEATOR(IYPE II) LF EA 43 $ 370.00 $ 75.00 $ 84,730.00 $ 3,225.00 $ 244.13 $ 91.91 $ 55,905.77 $ 3,952.13 $ 98.44 $ 59.92 $ 22,542.76 $ 2,576.56 87 86 612-00003 614-00011 DELINEATOR(TYPE III) SIGN PANEL I) EA EA 34 22 $ 96.00 $ 97.50 $ 3,264,00 $ 2,145.00 $ 93.55 $ 95.19 $ 3,180.70 $ 2,094.18 $ 60.99 $ 62.06 $ 2;073.66 $ 1,365.32 89 90 614-00012 614-00218 (CLASS SIGN PANEL (CLASS II) STEEL SIGN POST INCH X 2.25 INCH SQUARE POST) SF SF 115 30 $ 34.00 $ 35.00 $ 3,910.00 $ 1,050.00 $ 68.93 $ 72,21 $ 7,926.95 $ 2,166.30 $ 44.94 $ 47.08 $ 5,168.10 $ 1,412.49 91 92 fi20-00002 620-00012 (2.25 FIELD OFFICE (CLASS 2) (COUNTY SUPPLIED) FIELD LABORATORY 2) LF EA 245 1 $ 25.00 $ 50,000.00 $ 6,125.00 $ 50,000.00 $ 42.66 $ 84,084.82 $ 10,456.60 $ 84,084.82 $ 27.35 $ 162,811.93 $ 5,700.75 $ 162,811,93 83 94 620-00020 625-00000 (CLASS SANITARY FACILITY CONSTRUCTION SURVEYING EA EA 1 $ 47,900.00 $ 3,000.00 $ 47,000.00 $ 3,000.00 $ 28,205.47 $ 19,565.90 $ 28,205.47 $ 19,565.90 $ 95,000.00 $ 4,801.22 $ 95,000.00 $ 4,801.22 95 96 626-00000 627-00008 MOBILIZATION MODIFIED EPDXY PAVEMENT MARKING LS LS 1 1 $ 150,000.00 $ 800,000,00 $ 150,000.00 $ 600,000.00 $ 244,492.80 $ 198,068,80 $ 244,492.80 $ 198,068.80 $ 215,277.39 $ 659,947.23 $ 215,277.39 $ 659,947.23 B7 58 627,1011 627-00323 PREFORM PLASTIC PAVEMENT MARKING (CONTRAST) (INLAID) PREFORM PLASTIC PAVEMENT MARKING GAL SF 136 2,544 $ 300.00 $ 25.00 $ 40,800.00 $ 63,600,00 $ 483.64 $ 37.72 $ 65,775.04 $ 95,959.68 $ 214.00 $ 26.75 $ 29,104.00 $ 68,052 00 99 100 627-30328 629-01002 (VVORDSYMBOL) (TYPE I) (INLAID) PREFORM PLASTIC PAVEMENT MARKING (WALK -STOP LINE) (NPE I) (INLAID) SURVEY MONUMENT 2) SF SF 194 218 $ 50.00 $ 32.00 $ 9,700.00 $ 6,976.00 $ 52.23 $ 37.72 $ 10,132.62 $ 8,222.96 $ 48.15 $ 32.10 $ 9,341.10 $ 6,997.80 101 102 629-01004 629-01006 (TYPE SURVEY MONUMENT (TYPE 4) SURVEY MONUMENT 6) EA EA 47 $ 1,330.00 $ 34000 $ 5,320.00 $ 15,980.00 $ 808.51 $ 485,10 $ 3,234.04 $ 22,799.70 $ 374.50 $ 374.50 $ 1,498.00 $ 17,601.50 103 104 629-01031 630-00016 (TYPE SURVEY MONUMENT (TYPE 3A) TRAFFIC CONTROL MANAGEMENT(SPECIAL) EA EA 69 $ 400.00 $ 1,400.00 $ 27,600.00 $ 4,200.00 $ 485.10 $ 1,293.62 $ 33,471.80 $ 3,880.86 $ 374.50 $ 374.50 $ 25,840.50 $ 1,123.50 105 106 700-70010 700-70016 F/A MINOR CONTRACT REVISIONS F/A FUEL COST ADJUSTMENT LS FA 1 1 $ 260,000.00 $ 500,000.00 $ 260,000.00 $ 500,000,00 $ 141,887.89 $ 500,000.00 $ 141;887.69 $ 500,000.00 $ 291;997.fi3 $ 500,000.00 $ 291,997.63 $ 500,000.00 107 108 700-70019 700-70380 F/A ASPHALT CEMENT COST ADJUSTMENT F/A EROSION CONTROL FA FA 1 $ 100,000.00 $ 25,000.00 $ 100,000.00 $ 25,000.00 $ 100,000.00 $ 25,009.00 $ 100,000.00 $ 25,000.00 $ 100,000.00 $ 25,000.00 $ 100,000.00 $ 25,000.00 109 924-00170 PROCESS CONTROL TESTING FOR ITEMS 203, 206, 304, 306, AND 603 FA DAY 1 120 $ 150,000.00 $ 700.00 $ 150,000.00 $ 84,000.00 $ 150,000.00 $ 100.00 $ 150,000,00 $ 12,000.00 $ 150,000.00 $ 1,300.00 $ 150,000.00 $ 156,000.00 Total Cost $ 12,687,391,25 Total Cost Total From Bid $ 12,821,742.91 $ 12,821,742.91 Total Cost Total From Bid $ 12,423,928,93 $ 12,423,928.93 Discrepancy $ 0.00 Discrepancy $ - WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: reverett(aiweldgov.com E-mail: coeisert(5iweldgov.com E-mail: cmpeters(ciweldoov.com Phone: (970) 400-4222, 4223 or 4216 QUALIFICATIONS DUE: AUGUST 15, 2022 REQUEST FOR: CONSTRUCTION SERVICES FOR CR 66 & CR 41 INTERSECTION PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2200115 PRESENT DATE: AUGUST 17, 2022 APPROVAL DATE:D - OCTOBER 31, 2022 VENDORS IHC SCOTT 10303 EAST DRY CREEK ROAD, STE 300 ENGLEWOOD CO 80112 STRUCTURES INC 4 INVERNESS COURT EAST, STE.250 ENGLEWOOD CO 80112 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE SHORTLISTED BAFO RESPONSES AND WILL BRING A RECOMMENDATION BACK TO THE BOARD ON OCTOBER 31, 2022. ►0i 31 �aa WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: reverett(Siweldgov.com E-mail: cgeisert(ciweldoov.com E-mail: cmoeters(a.weldgov.com Phone: (970) 400-4222, 4223 or 4216 QUALIFICATIONS DUE: AUGUST 15, 2022 REQUEST FOR: CONSTRUCTION SERVICES FOR CR 66 & CR 41 INTERSECTION PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2200115 - RFQ/RFB PRESENT DATE: AUGUST 17, 2022 APPROVAL DATE: TBD VENDORS IHC SCOTT 10303 EAST DRY CREEK ROAD, STE 300 ENGLEWOOD CO 80112 STRUCTURES INC 4 INVERNESS COURT EAST, STE 250 ENGLEWOOD CO 80112 HALL IRWIN CONSTRUCTION 5586 W 191" STREET, STE 2000 GREELEY CO 80634 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE QUALIFICATIONS. 2022-2383 08/ 11 EC� ()OK
Hello