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
20211532.tiff
ra C+ =O #5000 MEMORANDUM TO: Esther Gesick, CTB DATE: July 1, 2021 FROM: Clay Kimmi, P.E., Public Works SUBJECT: B2100101 - CR 47 & Hwy 392 Signalization Project Please place the attached contract on the BOCC agenda for an upcoming 9 am hearing. The contract is for the construction of the CR 47 and Hwy 392 Signalization project. The Board awarded the contract to TAT Construction on June 28, 2021. The contract id is 5000. The Tyler reference number is 2021-1532. The contract is for an amount not to exceed $497,304.00. The contract amount is also included in the 2021 Public Works budget. I will plan on attending the meeting to answer any questions. aon Page 1 of 1 Ay O-7/ la/ a1 ia-O2 0oa1-►53a E.C9oO Project # SHO CO30-083 Subaccount # 23901 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TAT CONSTRUCTION, LLC CR 47 & HWY 392 SIGNALIZATION PROJECT THIS AGREEMENT is made and entered into this 16/ day of cU I , 2021, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works, hereinafter referred to as "County," and TAT Construction, LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2100101". Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Page 1 of 9 Project # SHO CO30-083 Subaccount # 23901 Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non- payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $497,304.000 as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Page 2 of 9 Project # SHO CO30-083 Subaccount # 23901 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non - confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the fcregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Page 3 of 9 Project # SHO CO30-083 Subaccount # 23901 Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims - made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 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. Page 4 of 9 Project # SHO CO30-083 Subaccount # 23901 (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 with' 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 oil of the performance of the Work under by the Contractor, its agents, representatives, employees, cr 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 M sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on Page 5 of 9 Project # SHO CO30-083 Subaccount # 23901 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: TAT Construction, LLC Ryan Blount Estimator/Project Manager 8156 S Wadsworth Blvd Unit E #342 Littleton, CO 80128 Estimating@tatconstruction.org 720-237-6118 County: Weld County Public Works Clay Kimmi, P.E. Senior Engineer P.O. Box 758 1111 H Street, Greeley, CO. 80632-758 Page 6 of 9 Project # SHO CO30-083 Subaccount # 23901 ckimmi@weldgov.com 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 cbes not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial InterestiConflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or Page 7 of 9 Project # SHO CO30-083 Subaccount # 23901 contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. Page 8 of 9 Project # SHO CO30-083 Subaccount # 23901 CONTRACTOR: By: 7 Name: LL. %.5 Title: • s, C( i 1 f WELD T ATTEST: Weld ' ou tv j' rk to th- B B Dep. + lerk to t," Boa Date of Signature BOARD OF COUNTY COMMISSIONERS WELD Csl,?UNTY, COLORADO Steve Moreno, Chair Page 9 of 9 JUL 1 2 2021 EXHIBIT A WELD COUNTY BID REQUEST NO. B2100101 CDOT PROJECT NO. SHO-C030-083-23901 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR CR 47 AND SH 392 SIGNALIZATION PROJECT May 19. 2021 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 2019 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used b administer the construction of this project. BIDDING REQUIREMENTS: *All Bidders must submit these forms with their Bid. Invitation to Bid 3 Instructions to Bidders 4-13 Bid Proposal 14-15 *Bid Schedule .16-19 *Bid Bond 20 *IRS Form W-9 21 *Title 49, CFR, Part 29 Debarment and Suspension Certification 22 *Certification of Compliance with Equal Opportunity Clause Requirements 23 *Anti -Collusion Affidavit (CDOT Form #606) 24 *Bidders List (CDOT Form #1413) 25 *Anticipated DBE Participation Plan (COOT Form #1414) 26 CDOT REQUIRED CONTRACT FORMS: **Low Bidder must submit these forms to Weld County by 4:30 PM the day following the bid opening. **Contractor's Performance Capability Statement (COOT Form #605) 27 **Assignment of Antitrust Clains (COOT Form #621) 28 **UDBE Commitment Confirmation (CDOT Form #1415) 29-30 **UDBE Good Faith Effort Documentation (COOT Form #1416) 31-32 WELD COUNTY CONTRACT FORMS: ***Low Bidder must submit these forms prior to Contract Award ***Notice of Award 33 ***Agreement 34-43 ***Performance Bond 44-45 ***Labor and Materials Payment Bond 46-47 Notice to Proceed 48 Change Order 49 Certificate of Substantial Comp etion 50 Lien Waiver (General Contactor) 51 Final Lien Waiver (Subcontactors) 52 Notice of Acceptance 53 WELD COUNTY SPECIAL PROVISIONS: Project Special Provisions Index 54 Project Special Provisions 55-79 Standard Special Provisiors Index 80 Standard Special Provisiors 81-99 CDOT SPECIAL PROVISIONS: Project Special Provisions Index 100 Project Special Provisions 101-124 Standard Special Provisions Index 125 Standard Special Provisions _ 126-262 ADDITIONAL DOCUMENTS: Construction Plan Set Separate Document Revised M&S Standards..._ Separate Document Geotechnical Engineering Report Separate Document Water Soluble Sulfate Tes1 Results Separate Document 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MAY 19, 2021 BID NUMBER: B2100101 DESCRIPTION: CR 47 AND HWY 392 SIGNALIZATION PROJECT, SHO-C030-083-23901 MANDATORY PRE -BID CONFERENCE DATE: MAY 26, 2021, 9:00 A.M. FINAL DATE FOR ASKING QUESTIONS: JUNE 7, 2021 AT 7 A.M. FINAL DATE FOR FINAL ADDENDUM: JUNE 8, 2021 AT 5 P.M. BID DEADLINE DATE: JUNE 10, 2021 AT 10 A.M. BID OPENING CONFERENCE CALL: JUNE 10, 2021 AT 10:30 A.M. ANTICIPATED BID PRESENTATION TO BOCC: JUNE 14, 2021 ANTICIPATED BID AWARD BY BOCC: JUNE 28, 2021 ANTICIPATED NOTICE TO PROCEED: JULY 7, 2021 COMPLETION DATE: NOVEMBER 30, 2021 NOTE: DUE TO THE CORONAVIRUS PANDEMIC THE MANDATORY PRE -BID MEETING WILL BE HELD VIA A CONFERENCE CALL. PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 106748265# 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 47 AND HWY 392 SIGNALIZATION PROJECT The project in general consists of installing a traffic signal and advanced warning beacons at the CR 47 and Hwy 392 intersection. A mandatory pre -bid conference call will be held at 9:00 a.m., on Wednesday, May 26, 2021, at the phone number provided above. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services until: 10:00 A.M. on June 10, 2021 (Weld County Purchasing Time Clock). Due to COVID-19, instead of an "in -person" bid opening, the submitted bids will be read over a Microsoft Teams Conference Call on June 10, 2021 at 10:30 A.M. (MDT). To join, call the phone number and enter the conference ID provided below. PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 794582767# PAGES 1 -15 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL THE INFORMATION CONTAINED IN PAGES 1 -15 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW ON PAGE 16. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. 3 Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the btal 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. Since this project is within the CDOT Right of Way for Highway 392, bidders shall be on CDOT's prequalified list. To get on the CDOT prequalified list, go to www.cdot.dbesystem.com and click on the prequalify button. Bid information can be found on the BidNet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County Emailed bids are required. Bias may be emailed to: bids(weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Bids shall be in PDF format and shall be less than 25MB in size. Please call Purchasing at 970-336-7225 if there are any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject anyand 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: 4 • Request for Bid • Contractor's Response to the Bid • All Addendums • All Appendices • All Exhibits • Specifications including Weld County Special Provisions, CDOT Project Special Provisions, CDOT Standard Special Provisions, CDOT Standard Provisions, CDOT Field Materials Manual, CDOT Construction Manual, CDOT Survey Manual, and other referenced sources. • Plans including detailed plans and standard plans • Except as otherwise specified in the Contract Documents, or otherwise directed by the County, references to standards, codes, or criteria shall mean the latest version in effect on the Proposal Due Date. Reference to "days" or "Days" contained in the Contract Documents shall mean "Calendar Days" unless otherwise specified. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. In the Contract Documents, where appropriate: • The singular includes the plural and vice versa; • References to statutes or regulations include all statutory or regulatory provisions consolidating, amending, or replacing the statute or regulation referred to; • Words such as "herein," "hereof," and "hereunder" refer to the entire document in which they are contained and not to any particular provision or section; • Words not otherwise defined that have well-known technical or construction industry meanings are used in accordance with such recognized meanings; • References to Persons include their respective permitted successors and assigns and, in the case of Governmental Persons, Persons succeeding to their respective functions and capacities; and • Words of any gender used herein include each other gender where appropriate. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time 5 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 ControllerlPurchasing 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 ce considered. The award of the Contract, if it is awarded, will be to the lowest responsible Bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder 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 cf Bids will include consideration of Subcontractors and suppliers. All Contractors shall submit a list of all Subcontractors he/she expects to use in the Work with the Bid. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Contractors shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County, Colorado, its elected officials, and its employees as additionally insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the Contractor agrees that the signed bid submitted, all the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful Contractor's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Contractor shal be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Contractor shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specifiec to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Contractor shall include in his/her Bid such sums as he/she deems proper for overhead costs and profits on account of casi allowances named in the Bid Documents. 6 7. SITE CONDITIONS Familiarization with the Site: The prospective Contractor shall by careful examination, satisfy himself/herself of the following: • Nature and location of the site where the Work is to be performed. • Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. • Character of construction equipment and facilities needed for performance of the Work. • General local conditions. • Availability of lands as set forth in the General Conditions. Access to the Site: The Contractor shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Contractor shall carefully review the locations of the site where the work is to be performed. The Contractor shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 9. GENERAL PROVISIONS 7 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. 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 8 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. 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 9 of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. P. Non -Assignment: Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever n 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: 10 Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. 11 Minimum Limits: Per Loss $ Aggregate $ 1,000,000 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 awaking 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 induding 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 wcrk 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. 12 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. Y. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13 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 47 AND HWY 392 SIGNALIZATION 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 and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. Since this project is within the CDOT Right of Way for Highway 392, bidders shall be on CDOT's prequalified list. 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. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, the Bidder must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder to complete the Work as specified regardless of the amount of the Bid. 14 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 a.m. (Purchasing Clock) on the due date. 15 BID TABULATION Item No. Bid Schedule Item Description Unit Bid Quantity Unit Price ($) Total Price ($) 201-00000 Clearing and Grubbing LS 1 202-00090 Removal of Delineator EA 9 202-00190 Removal of Concrete Median SY 16 202-00810 Removal of Ground Sign EA 6 202-04002 Clean Culvert EA 4 203-01597 Potholing HR 16 207-00205 Topsoil CY 17 208-00002 Erosion Log (Type 1)(12 in) (10 ft long) LF 180 208-00045 Concrete Washout Structure EA 1 208-00070 Vehicle Tracking Pad EA 1 208-00103 Removal and Disposal of Sediment HR 10 208-00106 Sweeping (Sediment Removal) HR 8 208-00207 Erosion Control Management DAY 60 212-00006 Seeding (Native) AC 0.02 212-00032 Soil Conditioning AC 0.02 213-00000 Mulching AC 0.02 503-00018 Drilled Caisson (18 in) LF 18 503-00036 Drilled Caisson (36 in) LF 26 503-00042 Drilled Caisson (42 in) LF 34 607-11525 Fence (Plastic)(Orange) LF 300 612-00001 Delineator (Type I) EA 12 613-00206 Electrical Conduit (Plastic)(2 in)(Bored) LF 482 613-00306 Electrical Conduit (Plastic)(3 in)(Bored) LF 964 613-04100 Electrical Service Modifications (Special) LS 1 613-07003 Type 3 Pull Box EA 6 613-07004 Type 4 Pull Box EA 2 613-10000 Wring (Special) LS 1 613-13000 Luminaire (LED) EA 4 613-20215 Luminaire Arm (Install Only) EA 4 613-80130 Service Meter Cabinet EA 1 614-00011 Sign Panel (Class II) SF 94 614-01572 Steel Sign Support (2 1/2 in Round NP-40)(Post& Slipbase) LF 60 614-10160 Signal Head Backplates (Reflective)(Special) EA 8 614-70336 Traffic Signal Face (12-12-12)(Special) EA 8 614-70448 Traffic Signal Face (12-12-12)(Flashing Yellow Arrow)(Special) EA 8 614-72854 Traffic Signal Control, Cabinet, and Foundation (Special) EA 1 16 Item No. Bid Schedule Item Description Unit Bid Quantity Unit Price ($) Total Price ($) 614-72866 Fire Preemption Unit & Timer (Install Only) EA 4 614-72886 Intersection Detection System (Camera)(Special) EA 4 614-80001 Flashing Beacon Assembly w/ Foundation (Solar Powered)(Special) EA 4 614-81130 Traffic Signal -Light Pole (Steel)(1-30 ft Mast Arm)(Install Only) EA 2 614-81145 Traffic Signal -Light Pole (Steel)(1-45 ft Mast Arm)(Install Only) EA 2 614-86710 Misc. Traffic Signal Equipment (Special) LS 1 620-00002 Field Office (Class 2) EA 1 620-00020 Sanitary Facility EA 1 625-00000 Construction Surveying LS 1 626-00000 Mobilization LS 1 626-01114 Public Information Management (Tier IV) DAY 60 627-00004 Epoxy Pavement Marking SF 835 627-01010 Preformed Plastic Pavement Marking (Type ()(Inlaid) SF 242 627-02010 Preformed Pavement Marking (Type (()(Inlaid )(Contrasting) SF 1,146 630-00012 Traffic Control Management LS 1 NOTE: INCLUDE ALL FORCE ACCOUNT ITEMS IN THE TOTAL BID AMOUNT. 700-70010 F/A Minor Contract Revisions FA 1 $35,000.00 $35,0000.00 700-70030 F/A Erosion Control FA 1 $7,500.00 $7,500.00 TOTAL BID ($) TOTAL BID (WRITTEN WORDS): Total Bid amounts is to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the County reserves the right to reject any or all bids and to waive any informality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. Upon receipt of County's written acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by the AGREEMENT. 17 The bid security attached is to become the property of the County in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the County caused thereby. Respectively submitted, By: (SEAL - If bid is by a corpo®tion) Title: Address: ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with Section 109 — Fuel To accept this standard special provision, the bidder must fill in an "X" next to the "YES" below. Adjustment will be made die to fuel cost changes for bidders who answer "NO". If neither line is Department will assume the bidder rejects Fuel Cost Adjustments for this project. After the bids bidders will not be given any other opportunity to accept or reject the adjustment. YES, I choose to accept Fuel Cost Adjustments for this project. NOTE: • • NO, I choose NOT to accept Fuel Cost Adjustments for this project. The following are items of work to be completed by Weld County: Materials Owner Acceptance and Independent Assurance Testing Construction Inspection Cost Adjustment. No Fuel Cost marked, the are submitted, 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 tae actual quantities furnished, installed or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. Performance of each and every portion of the Work is included as part of the Contractor's Price. 2. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 3. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 18 4. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 5. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 6. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 7. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #62100101 8. The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 9. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 10. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS 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 -15. 19 *PROPOSAL BOND PROJECT: CR 47 AND HWY 392 SIGNALIZATION 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 , 2021 for the CR 47 AND HWY 392 SIGNALIZATION 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 ,2021 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: 20 Form W-9 (Rev. August 2013) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. Name (as shown on your income tax retun) Business name/disregarded entity name, if different from above Check appropriate box tor federal tax classification: ❑ Individual/sole proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ ❑ Limited liability company. Enter the tax dassification (C=C corporation, S=S corporation, P=partnership) ❑ Other (see instructions) I. Trust/estate I. Exemptions Exempt payee Exemption code (if any) (see irsstructons): code (if any) from FATCA reporting Address (number, street, and apt. or suite no.) Requester's name and address (optional) City, state, and ZIP code List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). if you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Social security number Employer identification number Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature of U.S. person ► Date I. - General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at wvvw.irs.gov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that page. Purpose of Form A person who is required to tile an information retun with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you paid, acqusition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting fora number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a 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 code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the Urited States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, it you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 8-2013) 21 *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 22 *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: , 2021 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 suboontractors 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.] 23 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO. SHO CO30-083 (23901) LOCATION CR 47 & Hwy 392 Intersection I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, 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 fan's sul hitting 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 irm'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 the Colorado Department of Transportation, 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 this day of, , 20_ Notary Public My commission expires NOTE: This document must be signed in ink. CDOT Form #606 1/02 24 COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST Project Name/Description Project Number Project Code/ Sub -Account Proposal Date CR 47 & Hwy 392 Signalization Project SHO CO30-083 23901 Contractor Region 4 Subcontractors/SuppliersNendors: The bidder must list all firms seeking to participate on the contract. This information is used by the Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed (Select all that apply) DBE (Y/N) Selected (Y/N) I certify that the information provided herein is true and correct to the best of my knowledge. Name Signature/Initials Title Date Work Proposed Categories: 11 Structural Steel and Steel Reinforcement 21. Clearing. Demolition, Excavation and 1. Materials and Supplies 12 Riprap and Anchored Retaining Walls Earthwork 2. Flagging and Traffic Control 13. Landscape and Erosion Control 22. Engineering and Surveying Services 3. Trucking and Hauling 14. Bridge and Bridge Deck Construction 23. Public Relations and involvement 4. Precast Concrete. Foundations. and 15. Asphalt Paving 24. Piles and Deep Foundations Footings 16 Road and Parking Lot Marking 25 Waste Management and Recycling 5, Concrete Paving. Flat work and Repair 17 Chip Seal. Crack Seal. Joint Seal and 26. Site Clean Up 6. Lighting and Electrical Crack Fill 27. Mechanical and HVAC 7. Signs. Signal installation. and Guardrail 18. Bridge Painting and Coating 28. Tunnel Construction 8. Fencing 19. Stairway and Ornamental Metal 29. Profiling and Grinding 9. Buildings and Vertical Structures 20. Parking Lots and Commercial Sidewalks 30. Environmental Health and Safety 10. Utility, Water and Sewer Lines This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot_hq_dbeforms@state.co.us. CDOT Form #1413 12/16 25 COLORADO DEPARTMENT OF TRANSPORTATION ANTICIPATED DBE PARTICIPATION PLAN Bidder: Project Name: CR 47 & Hwy 392 Signalization Project Bidder Contact: Subaccount #: 23901 Bidder Phone: Bid Submission Date: Bidder Email: DBE Contract Goal: 8% Preferred Contact Method: I Region: 4 },... 'SR'�S DBE Firm Name Work to Be Performed Commitment Amount Eligible Participation Total Eligible Participation Total Bid Amount Total Eligible Participation Percentage ;-� s�^� r t� �-.�'�'s�s�7�p�o rk�. � s'xws `n" 't; X� . �`� ���•u; " � �,+�'"5� `z;�' `� � x "���„��+n ��������� �' COMMITMENTS LISTED ON THIS FORM SHALL BE BINDING ON THE BIDDER UPON CONTRACT AWARD. IF THE DBE GOAL IS ZERO, DBE COMMITMENTS ARE OPTIONAL AND THE BIDDER IS NOT REQUIRED TO LIST ANY DBE COMMITMENTS ON THIS FORM. This section must declare under and complete are has been you shall submit a of all good faith that their eligible calculating eligible be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized representative of the Bidder, you penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are true to the best your knowledge. Further, you attest that you understand the following: CDOT shall not award a contract (or provide its concurrence to award a Local Agency Project) until it has been determined that commitments sufficient to meet the DBE contract goal cr else good faith efforts have been made to meet the goal despite falling short. Once your bid submitted, commitments may not be modified or terminated without the approval of CDOT. If selected as the lowest apparent bidder, Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and participation has been properly counted. Please review your project's DBE requirements for additional information and instructions on participation. Name I Title Signature Date CDOT Form # 1414 10/20 26 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project # SHO CO30-083-23901 1. List names of partnerships or joint ventures r, none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes Li none b. Key equipment changes 'Li none c. Fiscal capability changes (legal actions, etc.) J none d. Other changes that may affect the contractor's ability to perform work. ii none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's Firm or Company Name By Date Title 2nd Contractor's Firm or Company Name By Date Title orm 27 COLORADO DEPARTMENT OF TRANSPORTATION ASSIGNMENT OF ANTITRUST CLAIMS PROJECT NO. SHO CO30-083-23901 Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to CDOT 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 CDOT 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 CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT 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 CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to pay over to CDOT 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 CDOT 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 CDOT (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 CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT 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 CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT 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 CDOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's firm or company name By Date Title Contractor's firm or company name By Date Title CDOT #621 12/91 28 COLORADO DEPARTMENT OF TRANSPORTATION COMMITMENT CONFIRMATION SECTION 1. This section must be completed by the Contractor. Project Name: CR 47 & Hwy 392 Signalization Project Subaccount #: 23901 Bidder: Bidder Phone: Bidder Contact: Bidder Email: DBE Firm Name: DBE Phone: DBE Address: DBE Email: Commitment Details Category Work to be Performed DBE Work Code(s) Commitment Amount Eligible Participation Construction Trucking Supplies Services Total $0.00 $0.00 This section must be signed by an individual with the power to contractually bind the Bidder/Contractor. You declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are complete, true and accurate to the best of your knowledge. Bidder/Contractor Representative Title Signature Date SECTION 2. This section must be completed by the DBE. (Attach additional pages if necessary). This document is not a contract with the Bidder/Contractor; it is an acknowledgement of the obligation that the Bidder/Contractor is making to CDOT. The amounts listed above may be less than the subcontractor or purchase order amount, but can never be more, and shall not reflect any mark up by the Bidder/Contractor. All questions must be answered. Are you contracting directly with the Bidder/Contractor or with one of its subcontractors? If with a subcontractor, provide the firm name. Will you be purchasing supplies or materials or leasing or renting equipment from the Bidder/Contractor or its subcontractors? If so, explain. Do you intend to subcontract any portion of the work listed above? If yes, state to which firms, what work and the approximate amount. Include trucking subcontractors and owner -operators. Will you be providing trucking services on this project? If so, state how many of your own trucks and employees you will have on this project. Who within your firm will be supervising and responsible for your firm's work on this project? Will you be acting as a broker on this project? If so, state what you will be brokering and your approximate brokerage fee. Will you be acting as a supplier on this project? If so, please state what you will be supplying and whether you will manufacture the items. Pagel of 2 CDOT Form # 1415 01/14 29 This section must be signed by an individual with the power to contractually bind the DBE. You declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are complete, true and to the best of your knowledge. You attest that you are eligible to participate as a DBE on this contract for the work listed above and have the capacity to perform the work as stated. DBE Representative Title Signature Date Review your project's DBE requirements for additional instructions on completing and submitting this form. Questions may also be directed to the CDOT Civil Rights & Business Resource Center at (303) 757-9234 or by email at dot civilrights@state.co.us. SECTIONS. This section must be completed by Region Civil Rights Specialist or Civil Rights and Business Resource Center staff member Name Title Approved or Denied Date of Decision Pre -award CDOT projects: This form should be uploaded with the Utilization Plan and submitted electronically to the Civil Rights & Business Resource Center via B2GNow. Pre -award local agency projects: Submit this form to the local agency that will be awarding the project. Page 2 of 2 30 CDOT Form # 1415 01/14 COLORADO DEPARTMENT OF TRANSPORTATION GOOD FAITH EFFORT REPORT Section 1. Contractor and Project Information Bidder: Project: CR 47 & Hwy 392 Signalization Project Address: Project Code: SHO CO30-083-23901 Contact Name: Proposal Amount: Contact Phone: Contract Goal Percentage: Contact Email: Contract Goal Dollar Value: Section 2. Efforts to Achieve DBE Participation. Attach a narrative that answers the questions below and complete Page 2 (Subcontractor Quote Summary). Provide any supporting documentation which demonstrates your good faith efforts. a. Describe your overall plan or approach to meeting the contract goal. Include how much and what work you intend to self -perform; how much and what work you intend to subcontract; what work areas were identified as subcontracting opportunities for DBEs; and the approximate number of DBEs per area. b. Describe your efforts to obtain DBE participation (i.e. how you attempted to execute your plan or approach to meeting the contract goal). Include direct outreach (state the DBE solicited, date(s) and method of phone, email or fax); indirect outreach such as events, publications, and/or communication with minority and other organizations that you conducted to reach DBEs (state date(s), location and audience); other efforts you made to assist DBEs in competing for or obtaining contracts (accepting quotes from DBEs that may be higher than other subcontractors, modifications to contract scopes, unbundling, mentoring, etc.); and obstacles you encountered in assisting or contracting with DBEs. Cost alone shall not be a reason to reject a DBE and will be considered in the evaluation of Page 2. c. If the eligible participation submitted on the Form 1414 was miscalculated, determined to be invalid, or otherwise did not meet the contract goal, provide your justification for such deficiencies and the remedies you have taken or intend to take to avoid the issue in the future. If you have obtained any additional commitments since submission of the bid, attach the Form 1415(s) and the reason why such commitments were not obtained prior to the proposal due date. Section 3. Affidavit of Good Faith Efforts. The Bidder must show that it took all necessary and reasonable steps to achieve the DBE contract goal which by their scope, intensity and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if not fully successful. 49 CFR Part 26, Appendix A sets forth examples and guidance for good faith efforts. The contractor is not limited to the examples provided in 49 CFR Part 26, Appendix A and may provide any documentation that demonstrates good faith efforts to obtain DBE participation on this contract. If, at any time, CDOT has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, CDOT may initiate suspension or debarment proceedings against the person or firm under 49 CFR Part 29, take enforcement action under 49 CFR Part 31, Program Fraud and Civil Remedies, and/or refer the matter to the Department of Justice or Office of the Inspector General for criminal prosecution under 18 U.S.C. 1001, which prohibits false statements in Federal program. By signing below, the Bidder hereby affirms that it has made good faith efforts and has documented all such efforts in this form and the attached supporting documentation. I, , am the of Representative Name Title Company I have the authority to make this affidavit for and on behalf of my company. All information provided faith efforts is true and accurate to the best of my belief. herein and attached as evidence of my company's good Date SEAL Signature Notarization: Must be completed by a licensed notary. County of State of Subscribed and sworn before Notary Signature me this day of Notary Address CDOT projects: Submit this farm and all supporting documentation to the CDOT Civil Rights and Business Resource Center via fax to (303)757- 9019. All originals must be sent to: CDOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave. Room 150, Denver, CO 80222. Local agency projects: Submit this form and all supporting documentation to the local agency. All originals must be sent to: CDOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave. Room 150, Denver, CO 80222. Page 1 of 2 CDOT Form #1416 01/14 31 Subcontractor Quote Summary (Attach additional pages if necessary.) Subcontractor D3E (Y/N) Work Type(s) Quote Amount Selected (Y/N) Reason Page 2 of 2 32 CDOT Form #1416 01/14 **NOTICE OF AWARD To: Project Description: CR 47 AND HWY 392 SIGNALIZATION PROJECT The project in general consists of installing a traffic signal and advanced warning beacons at the CR 47 and Hwy 392 intersection. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute one original of the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within five (5) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within five (5) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2021 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 t 2021 By: Title: Page 33 of 262 GREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & CR 47 & HWY 392 SIGNALIZATION PROJECT THIS AGREEMENT is made and entered into this day of , 2021, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works, hereinafter referred to as "County," and , hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, n consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2100101". Exhibit B consists ,of Contractor's Response to County's Request for Bid. 2. Service or Wort 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 -allure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The tern 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. Page 34 of 262 40 Tewr finatoon; 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, materia s 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 sha I oe 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 accomp ish an orderly termination of the work. County shall be entitled to the use of all m aerial generated pursuant to this Agreement uoon 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 G odfficatio-to ny 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 oc any increase in the compensation oayable 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 ano completion time shall be negotiated between the parties and this Agreement shall be modified according y 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 ' rder. Any change in work made without such prior Change •rder shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compersflon/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $ , as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approvr�d 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 wis improper because the service for which payment was made did not perform as set forth in this Agreement, then up,;n 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 Page 35 of 262 compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in is 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 put not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non - confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees b advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures a- 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 Page 36 of 262 or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shal 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 Page 37 of 262 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 writen 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 oondtions 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 $ Aggregate $ 1,000,000 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. (1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. (2) Such Builders Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. (3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. (4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 -year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. Page 38 of 262 (5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. (6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). (7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and Page 39 of 262 judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Position: Address: Address: E-mail: Phone: County: Name: Position: Address: Address: E-mail: Phone: Weld County Public Works Clay Kimmi, P.E. Senior Engineer P.O. Box 758 1111 H Street, Greeley, CO. 80632-758 ckimmi@weldgov.com 970-400-3741 Page 40 of 262 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. Page 41 of 262 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E - Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state - issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. Page 42 of 262 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO Date of Signature BY: Deputy Clerk to the Board Steve Moreno, Chair Page 43 of 262 **PERFORMANCE BOND (PAGE 1 OF 2) PROJECT DESCRIPTIOPt CR 47 AND HWY 392 SIGNALIZATION 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, we held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ). in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of 2021, a copy of which is hereto attached and made a part hereof for the construction of: CR 47 AND HWY 392 SIGNALIZATION PROJECT described in the Invitation for Bids, Bid No. B2100101. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. Page 44 of 262 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: CR 47 AND HWY 392 SIGNALIZATION 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 , 2021. Contractor (Contractor) Secretary (SEAL) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) Attorney -in -Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Page 45 of 262 **LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: CR 47 AND HWY 392 SIGNALIZATION PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2021, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: CR 47 AND HWY 392 SIGNALIZATION PROJECT described in the Invitation for Bids, Bid No. B2100101. 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. Page 46 of 262 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: CR 47 AND HWY 392 SIGNALIZATION 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 \M-IEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of , 2021. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Page 47 of 262 NOTICE TO PROCEED To: Date: PROJECT: CR 47 AND HWY 392 SIGNALIZATION PROJECT described in the Invitation for Bids, Bid No. B2100101. You are hereby notified to commence Work in accordance with the Agreement dated . The date of completion of all Work is, therefore 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 By Title , 2021. Page 48 of 262 CHANGE ORDER NO. (EXAMPLE) Date: PROJECT: CR 47 AND HWY 392 SIGNALIZATION PROJECT described in the Invitation for Bids, Bid No. B2100101 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 BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Chairperson Page 49 of 262 CERTIFICATE OF SUBSTANTIAL COMPLETION Contractor: Contract For: CR 47 AND HWY 392 SIGNALIZATION PROJECT described in the Invitation for Bids, Bid No. B2100101. Contract Dated: This Certificate of Substantial Completion applies to all Work that has been sufficiently completed in accordance with the Contract Documents and as modified by any change orders agreed to by the parties, so that the County and/or Owner can utilize the project for the use for which it was intended, except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within days of the above date of Substantial Completion. To be effective, this form roust be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: Page 50 of 262 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 47 AND HWY 392 SIGNALIZATION PROJECT described in the Invitation for Bids, Bid No. B2100101. 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 Page 51 of 262 day of , 2021, LIEN WAIVER (SUBCONTRACTORS) PROJECT: CR 47 AND HWY 392 SIGNALIZATION 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 , State of of which is the Owner. NOW, THEREFORE, this day of , 2021, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix Corporate seal here) (SEAL) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person or firnn with whom you agreed to furnish either labor, or services, or materials, or both. (B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted. (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. Page 52 of 262 NOTICE OF FINAL ACCEPTANCE TO: Date: RE: PROJECT: CR 47 AND HWY 392 SIGNALIZATION PROJECT described in Bid No. B2100101. 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 By (Contractor) Title 2021. Page 53 of 262 Project # SHO CO30-083 Subaccount # 23901 WELD COUNTY SPECIAL PROVISIONS The Colorado Department of Transportation 2019 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 2019 Standard Specifications for Road and Bridge Construction an hereby incorporated by reference. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications, CDOT 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. WELD COUNTY PROJECT SPECIAL PROVISIONS INDEX Date Pa es Notice to Bidders (May 19, 2021) 55 Commencement and Completion of Work (May 19, 2021) 56 Disadvantaged Business Enterprise (DBE) Contract Goal (May 19, 2021) 57 Byrd Anti -Lobbying Amendment (May 19, 2021) 58 Revision of Section 103 — Award and Execution of Contract (LCPTracker & B2GNow Used) (May 19, 2021) 59 Revision of Section 106 — Control of Material (May 19, 2021) 60 Revision of Section 107 — Legal Relations and Responsibility to Public (May 19, 2021) 61-62 Revision of Section 108 — Prosecution and Progress (May 19, 2021) 63-66 Revision of Section 109 — Measurement and Payment (May 19, 2021) 67 Revision of Section 202 - Removal of Structures and Obstructions `' (May 19, 2021) 68 Revision of Section 626 — Public Information Management (Tier IV) (May 19, 2021) 69-71 Revision of Section 630 - Traffic Control Management (May 19, 2021) 72-73 Force Account Items (May 19, 2021) 74 Traffic Control Plan — Genera (May 19, 2021) 75-77 Utilities Coordination (May 19, 2021) 78-79 Page 54 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY 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(caweldgov.com Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-400-3749 ddunkeraweldaov.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 conference call will be held on May 26, 2021 beginning at 9:00 a.m. The conference call information is provided below. PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 106748265# Bids will be accepted only from pre -qualified bidders who attend the mandatory pre -bid conference. Since the project is entirely within CDOT's ROW, bidders must be on CDOT's prequalified list. Questions received from bidders along with Weld County responses will be posted on the BidNet Direct website as they become available. 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 wil 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 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 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 5:00 P.M. Tuesday of the week of bid opening. END OF SECTION Page 55 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract as required in the "Notice to Proceed" letter and will complete all work by November 30, 2021 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. Section 108 of the Standard Specifications is hereby revised for this project as follows: Salient features to be shown on the Contractor's Progress Schedule are: 1. Construction Surveying 2. Removals 3. Traffic Control Plans and Phasing Details 4. Erosion Control Installations (Interim and Final) 5. Caisson Installation 6. Traffic Signal Installation 7. Electrical Work 8. Seeding and Mulching 9. Signage and Striping Revisions of the salient features may be made with the written approval of the Engineer. END OF SECTION Page 56 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT GOAL This is a federally -assisted construction project. As described in the CDOT DBE Standard Special Provision, the Bidder shall make good faith efforts to meet the following contract goal: Eight Percent (8%) DBE participation END OF SECTION Page 57 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. § 1352 (AS AMENDED) Contractors who apply or bid far an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it wil not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbling with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. END OF SECTION Page 58 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY REVISION OF SECTION 103 AWARD AND EXECUTION OF CONTRACT (LCPTRACKER & B2GNOW USED) Section 103 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 103.01 and replace with the following: 103.01 Consideration of Proposals. After the proposals (bids) are opened and read, they will be evaluated, and the Contract awarded or rejected in accordance with the "Rules" referenced in subsection 102.01 The low responsible bidder shall submit a completed CONTRACTORS PERFORMANCE CAPABILITY STATEMENT, Form 605, and a completed ASSIGNMENT OF ANTITRUST CLAIMS, Form 621 to the Award Officer prior to 4:30 P.M. on the fifth calendar day after the bid opening. In order to be eligible for contracting with Weld County on a CDOT funded project, the apparent low responsible bidder shall register with the B2Gnow software system on or before the fifth calendar day after the bid opening and shall update the registration on an annual basis. Failure to submit the Forms 605 and 621 may result in the denial of award to the apparent low responsible bidder and forfeiture of the proposal guaranty. Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The Contractor and all subcontractors who are subject to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPTracker, utilizing the following web link: https://prod.lcptracker. net/WebForms/log i n. aspx The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within the LCPTracker system and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the contract, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. Each construction subcontractor shall submit their payrolls directly into LCPTracker for approval by the Contractor. In the event that the Contractor or the sub -contractors do not submit properly completed payrolls to LCPTracker, Weld County shall withhold any pay applications until all payrolls have been properly submitted and accepted. The Contractor shall submit and approve their own payrolls in LCPTracker. The Contractor is responsible for ensuring all the subcontractors submit and approve their own payrolls in LCPTracker. The Contractor shall be responsible for providing all technical support to all the subcontractors. In the event, the Contractor cannot provide the technical support to all subcontractors, the Contractor shall coordinate directly with LCPTracker for the required technical support. Weld County will not provide technical support to the Contractor or subcontractors. Weld County will accept or reject weekly payrolls for the Contractor. END OF SECTION Page 59 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.03 shall include the following: For this project, Contractor process control testing is mandatory. Testing shall conform to the folbwing: (a) The supervisor responsible for the direct supervision for the process control sampling and testing shall be identified in the PCP and be qualified according to the requirements of CP-10. (b) The technicians taking samples and performing tests shall be qualified according to the requirements of CP-10. The project verification sampling and testing procedures shown in the CDOT Field Materials Manual under the Frequency Guide Schedule for Minimum Materials Sampling, Testing and Inspection shall be used. 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. Material test results indicating non-conformance with project requirements when tested in small quantity frequency, will be price reduced according to subsection 105.05 for the quantity that the sample represents. Reduction in testing and sampl ng in no way relieves contractor of submitting construction method statements, quality control plants or supplying specification materials. Add Subsection 106.14 Trade Names, Approved Equals, or Substitutes. In order to establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description or process or by designating a manufacturer by name and referring to that brand or product designation or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit. Whenever a process is designated, or a manufacturer's name, brand or item designation is given, or whenever a process or material covered by patent is designated or described, it shall be understood that the words "or approved equal" follow such name, designation, or description, whether in fact they do so or not. If it is desirable to furnish items of equipment by manufacturers other than those specified as a substitute after the Contract is executed, the Contractor shall secure approval prior to placing a purchase order or furnishing the same. If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of submission of the bid, no substitutions therefore will be permitted after a proposal has been accepted without the express consent of the Owner. END OF SECTION Page 60 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Add subsection 107.061 immediately following subsection 107.06 as follows: 107.061 Performance of Safety Critical Work. The following work elements are considered safety critical work for this project: (1) Work above travel lanes for removal and installation of traffic signal backplates and signal head visors. The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe construction of each of the safety critical elements. The detailed construction plan shall be submitted to the Project Engineer for approval and shall be stamped "Approved for Construction" and signed by the Contractor. The Construction Plan will not be approved by the Project Engineer. The Construction Plan shall include the following: (a) Safety Critical Element for which the plan is being prepared and submitted. (b) Contractor or subcontractor responsible for the plan preparation and the work. (c) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour limitations. (d) Additional actions that will be taken to ensure that the work will be performed safely. The Contractor shall perform safety critical work only when the Project Engineer is on the project site. The Contractor's Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not be on site during the actual performance of safety critical work but shall be present to conduct inspection for written approval of the safety critical work. When ordered by the Project Engineer, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Project Engineer will authorize resumption of the work. Page 61 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 WELD COUNTY REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC When ordered by the Project Engineer, the Contractor shall remove workers from the project that are performing the safety c-itical work in a manner that creates an unsafe situation for the public in accordance with subsection 108.06. Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor intends to modify the submitted plan, they shall submit a revised plan to the Engineer prior to resuming operations. All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately but shall be included in the work. Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the County. Subsection 107.15(b) shall be revised to include the following: The insurance certificates shall name "Weld County, Colorado, its officers, and employees" and State of Colorado Department of Transportation as additionally insured parties. Depending upon the funding source, it may be necessary to include additional insured parties. Subsection 107.17 — Delete the fifth paragraph beginning with "Loss, injury, or damage to the work..." and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to the County. Subsection 107.19 shall be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of-way, the Contractor shall obtain a right-of-way permit from the Public Works Right -of -Way Permitting Technician, 97O-304-6496. The Contractor's attention is directed to this subsection: Subsection 107.25 shall be revised to include the following prior to the first sentence: The requirements as called out in this subsection will be strictly enforced. END OF SECTION Page 62 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY 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 include the following: Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The Contractor and all subcontractors who are subject to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPTracker, utilizing the following web link: https://prod.lcptracker.net/WebForms/login.aspx The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within the LCPTracker system and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the contract, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. Each construction subcontractor shall submit their payrolls directly into LCPTracker for approval by the Contractor. In the event that the Contractor or the sub -contractors do not submit properly completed payrolls to LCPTracker, Weld County shall withhold any pay applications until all payrolls have been properly submitted and accepted. The Contractor shall submit and approve their own payrolls in LCPTracker. The Contractor is responsible for ensuring all the subcontractors submit and approve their own payrolls in LCPTracker. The Contractor shall be responsible for providing all technical support to all the subcontractors. In the event, the Contractor cannot provide the technical support to all subcontractors, the Contractor shall coordinate directly with LCPTracker for the required technical support. Weld County and CDOT will not provide technical support to the Contractor or subcontractors. The Engineer will approve or reject weekly payrolls for the Contractor. Delete Subsection 108.02 and replace with the following: The Contractor shall not commence work prior to the issuance of a Notice to Proceed. The Notice to Proceed will stipulate the date on which contract time commences. When the Contractor proceeds with work prior to that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or prior to the 10th day following the issuance of the Notice to Procced. Subsection 108.03 shall include the following: The Contractor's progress schedule shall be updated weekly. Failure to submit a reasonable schedule as required may result in the County withholding payment to the Contractor. Subsection 108.03(b) shall include the following prior to the first paragraph: Page 63 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 WELD COUNTY REVISION OF SECTION 108 PROSECUTION AND PROGRESS The Initial Schedule shall be submitted at least 10 working days prior to the start of the work. The Engineer's review of the Schedule will not exceed two working days. Work shall not begin until the Schedule is accepted in writing. unless otherwise approved by the Engineer. Subsection 108.03 shall include the following after 108.03(i): (j) Method Statements. A Method Statement shall be prepared for the controlling activities in the CPM, salient features listed in the Commencement and Completion of Work special provision, or as directed by the Engineer. The Method Statement shall include any additional activity or feature that the Engineer considers to be a controlling factor for timely completion. The Method Statement shall be a detailed narrative describing each activity or feature and all work necessary to complete it. The Contractor shall include the following information in the Methods Statement: (1) Feature name (2) Who is responsibiliy 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 descried in the statement (4) The planned quantity of work per day for each feature using the same units of measure as the applicable pay item (5) The anticipated labor force required by labor type (6) The number, types, and capacities of equipment planned for the work (7) The planned time for the work including the number of workdays per week, number of shifts per day, and the number of hours per shift. At the Engineer's discretion, the Contractor shall update the Method Statement or any part thereof and resubmit it to the Engineer for review and approval. Delete the second paragraph starting with "The Contractor shall not carry on construction..." in subsection 108.08 and replace with the following: The Contractor shall not 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 Project Manager and Inspector Supervisor no later than Wednesday at 5 p.m. prior to the weekend in which the work will be performed. Written requests received after the deadline will be reviewed on a case by case basis. The Project Manager and Inspector Supervisor are not required to provide written approval for weekend inspectable construction operations requests. In the event, the weekend construction operations involve inspectable work (operations requiring a construction inspector), the Contractor shall provide a credit on the next pay application to the County. Page 64 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 3 WELD COUNTY REVISION OF SECTION 108 PROSECUTION AND PROGRESS 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. Delete subsection 108.08(a)(2), and replace with the following: Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts. Calendar Day Contracts have been adjusted prior to bid advertisement to account for no work on Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No weather days or less than full time charges days will be granted in this contract. Delete subsection 108.08(b), and replace with the following: When the Contract specifies a completion date, all work under the Contract shall be completed on or before the date specified. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. If all work under the Contract is not completed on or before the specified completion date, contract time will be assessed for each additional calendar day in accordance with subsection 108.8(a)(2) and liquidated damages will be assessed to the Contractor per day, per the table in subsection 108.09 until the completion of the project. Completion Date Contracts have been adjusted prior to bid advertisement to account for 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 required paperwork required to close out the project within 20 days. Failure to provide the required paperwork will result in the assessment of liquidated damages as outlined below. In subsection 108.09 delete the schedule of liquidated damages and replace with the following: From More Than {r .1.' �x To and Including r IC1gCt 500,000 1,000,000 1,600 2,000,000 5,000,000 4,100 10,000,000 7,000 plus 400 Per Each Additional 1,000,000 Contract Amount or Part Thereof Over 10,000,000 Page 65 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 4 WELD COUNTY REVISION OF SECTION 108 PROSECUTION AND PROGRESS Subsection 108.12 shall be added, and shall include the following: The Contractor shall hold weekly progress meetings at a site mutually agreeable to the Contractor and the Project Engineer. At each of these meetings, the Contractor shall submit a two-week look -ahead schedule of work to be completed in the upcoming two-week period. All work to be commenced in the upcoming two-week period shall be approved by the Project Engineer by the progress meeting in the week prior to when the work is scheduled to begin. END OF SECTION Page 66 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: In subsection 109.01 add the following paragraph after the 17th paragraph: All materials delivered to the project site that have been weighed by a certified scale, will be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the project's placement site. 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: -Truck Tare List -Original Scale Tickets -Weld County Materials Quantity Reconciliation Sheet, signed by Contractor's representative Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the Contractor. Contractor will be made aware of any discrepancy immediately by the Inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond these 48 hours, a price reduction on the material in question will occur as follows: less than 24 hours 2% 25 — 48 hours 5% 48 hours to 72 hours 25% Greater than 72 hours 100% In Subsection 109.01 after the last paragraph add the following: The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: 1. Earthwork requiring more than one handling 2. New materials (if required) for resetting fences 3. Fine grading 4. Soil conditioner 5. Fertilizer 6. Staging areas 7. Additional temporary construction easements if desired by the Contractor 8. Coordination with utility companies 9. All water Subsection 109.06(a) — Delete the second sentence beginning with "The amount retained and replace with the following: The amount retained will be 5% of the value of the completed work, to a maximum of 5% of the contract amount. No retainage shall be released prior to Final Acceptance. In Subsection 109.07 — Delete and replace with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. END OF SECTION Page 67 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.09 shall be revised to include the following: Removal of Delineator will be measured by the number of delineators removed and accepted. Removal of Concrete Median Cover will be measured by the area in square yards, completed, and accepted. Removal of ground sign will be measured by the number of signs removed and accepted. The entire post and base shall be removed. Subsection 202.10 shall be revised to include the following: Payment will be made under: Pay Item Unit Removal of Concrete Median Cover Material ! Square Yard Removal of Delineator Each Removal of Ground Sign Each END OF SECTION Page 68 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 REVISION OF SECTION 626 PUBLIC INFORMATION MANAGEMENT (TIER IV) Section 626 of the Standard Specifications is hereby revised for this project to include the following: Subsection 626.01 shall include the following: This work consists of providing Public Information Management throughout the duration of the project. The Contractor shall submit the Public Information Management deliverables to the Project Engineer for approval. Prior to approval by the Engineer, the Region Communications Manager (RCM) will also review deliverables. Subsection 626.02 shall include the following: CONSTRUCTION REQUIREMENTS (a) The Contractor shall install signage at each end of the project limits which shows the Contractor name and 24 -hour contact phone number. The signage shall also include the Traffic Control Subcontractor name and phone number. Signage shall follow the applicable CDOT M&S Standards. (b) Contractor Activities. From the Notice to Proceed through the Final Acceptance of the project, the Contractor shall be responsible for the following activities: (1) Lane Closure Reporting. (i) Dialog Project Account. At the Pre -construction Conference, the PIM shall submit a "Request for Dialog Account" to the Engineer and CDOT. CDOT will provide the Contractor a login and password for the Dialog Customer Service Program and the Lane Closures and Updates Program. At least once per week, the Contractor shall be responsible for entering project information into the Dialog Project Account. (ii) Weekly Lane Closures. The Contractor shall enter the planned weekly lane closures and updates into the Dialog Program by Thursday at 12:00 P.M. for the upcoming Sunday through Saturday. The information will be included on the website, www.cotrip.ora, and a media report. The Contractor shall notify the Engineer and the RCM one week in advance of all planned "no work" periods. The Engineer will approve the Lane Closure and Updates by each Friday at 3:00 PM. Each Monday by 12:00 P.M., the Contractor shall review www.cotrip.org and verify that the lane closure and update information is accurate. If corrections are necessary, the Contractor shall coordinate those corrections to www.cotrip.orq with the Engineer and the RCM. (iii) Real -Time Lane Closure Changes. The Contractor shall notify the Engineer and the RCM at least 24 hours in advance for changes to an approved Lane Closure. The RCM will notify the PIM when the Dialog Program record is available for changes. After changes are made, the Contractor shall notify the Engineer and the RCM that the changes are ready for review and approval. (c) Response Protocol to CDOT and the Public. The Contractor shall follow Table 626-1 in responding to correspondence from stakeholders and the public: Page 69 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 REVISION OF SECTION 626 PUBLIC INFORMATION MANAGEMENT (TIER IV) Table 626-1 - RESPONSE PROTOCOL TYPE OF COMMUNICATION Respond the same day. Enter details into Dialog within two days. Email messages TIMING OF RESPONSE (d) Public Information Contact Sheet. A Public Information Contact Sheet with the names and contact information of the individuals listed shall be completed and updated by the Contractor. Public Information Management Contact Sheet Weld County Engineer Name: Address Phone: Email: Clay Kimmi 1111 H Street Greeley, CO 80632 970-400-3741 ckimmi@weldgov.com CDOT Resident Engineer , Name: Address: Phone: Email: Bryce Reeves 10601 W. 10th. St. Greeley, CO 80634 (970) 350-2126 (office) (719-314-6337) (cell) Bryce.reeves@state.co.us CDOT Region Communications Manager Name: Address Phone: Email: Jared Fiel 10601 W. 10th St. Greeley, CO 80634 (970) 302-2846 (cell) (970) 350-2217 (office) Jared.fiel@state.co.us CDOT Dialog Administrator Name: Phone: Email: Tina Littleton (303) 512-4066 tina.littletona,,state.co.us Management Center"(24-hours/day) CDOT Colorado Traffic Address Phone: Fax: 425 -C Corporate Circle Golden, Colorado 80401 (303) 512-5830 or 800-353-6604 (303) 274-9394 Subsection 626.03 shall include the following: METHOD OF MEASUREMENT Public Information Management will be measured as the actual number of days work is performed between project Notice to Proceed and Final Acceptance. Failure to provide acceptable Public Information Management will result in withholding of payment for this item. Page 70 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 3 REVISION OF SECTION 626 PUBLIC INFORMATION MANAGEMENT (TIER IV) Subsection 626.02 shall be updated to 626.04 and shall include: Payment will be made under: Pay Item Pay Unit Public Information Management (Tier IV) Day Payment for Public Information Management will be full compensation for all work, materials, and equipment to provide public information throughout the project in accordance with this specification. The construction signage shall not be measured separately but shall be included in the Traffic Control Management (Special) pay item. Page 71 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall be revised to include the following: This work includes furnishing, operating, and maintaining portable message sign panels. The Contractor shall submit a traffic control plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. The Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the traveling public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and crossroads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. Add subsection 630.03(a) immediately following subsection 630.03 as follows: (a) Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three — eight - character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre -default message that activates before a power failure. The sign shall be solar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under both day and night conditions. The message shall be legible from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front cover. Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. Page 72 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 WELD COUNTY REVISION OF SECTION 630 TRAFFIC CONTROL MANAGEMENT (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. Subjection 630.11 shall include the following: The traffic control supervisor (TCS) diaries shall be provided to the Engineer at intervals no longer than weekly. The TCS diaries shall be required for payment. If there are discrepancies between the TCS diary and the Inspector's diary, the Inspector's diary shall prevail with any difference brought up by the TCS at the next weekly project meeting to be resolved. Subsection 630.13 shall be revised to include the following: The portable message sign panel shall be on the project site at least 14 calendar days prior to the start of active roadway construction. Maintenance, storage, operation, relocation to different sites during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. Delete Subsection 630.17 and replace with the following: All traffic control plans, methods for handling traffic, traffic control devices, 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. Message sign boards shall be included in the Lump Sum cost for the Traffic Control Management bid item and will not be paid for separately. The quantity to be paid for Traffic Control Management shall be proportional to the total number of days in the pay application period. Subsection 630.18 shall be revised to include the following: END OF SECTION Page 73 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the County's estimate for force account items included in the Contract. The estimate amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payments bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item *F/A Minor Contract Revisions *F/A Erosion Control Estimated Quantity F/A F/A * Force account items shall be included in the bid total and the performance bonds. Amount $35,000 $ 7, 500 *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 Erosion Control — This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. All items shall be pre -approved by the engineer prior to installation or they will be no cost to the project. *F/A Fuel Cost Adjustment — This account will pay for changes in fuel in accordance with the steps outlined in Section 109.060) of the Revised Standards and Specifications in use for this project. END OF SECTION Page 74 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY 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: (a) Subsection 104.04 and Section 630 of the specifications. (b) Standard Plan S-630-1, Traffic Controls for Highway Construction (c) Standard Plan S-630-2, Barricades, Drums, Concrete Barriers (Temp) and Vertical Panels (d) Schedule of Construction Traffic Control Devices. (e) Signing and Striping Plans. (f) Construction Phasing Details. (g) Detour Details. Construction traffic control shall be as required by, in descending order of precedence: (a) the MUTCD; (b) Weld County Project Special Provisions; (c) Weld County Standard Special Provisions; (d) CDOT Standard Specifications (2019 Edition); and (e) CDOT Standard Plans (2019 Edition). Traffic Control Plan requirements for this project are as follows: (a) This project includes restrictions to work times and days that affect traffic during peak traffic times and days, holidays, holiday evenings, holiday weekends, and other circumstances as described in this special provision. Wherever other laws, ordinances, regulations or orders are more restrictive, they shall take precedence over these requirements. (b) Lane closures will be required for the project and they shall be coordinated and approved by the Project Engineer. Lane closures longer than 3 days shall be approved by the Weld County Board of County Commissioners a minimum of 14 day prior to the closure occurring. Day closure requests shall be made on a weekly basis, with approvals obtained by the Project Engineer for the upcoming work week with 7 calendar days advance approval for any daily lane closure that is to be implemented. Daily lane closures will not be allowed to remain beyond the working hours. (c) The Contractor shall coordinate and cooperate fully with the County, utility owners and other contractors to assure adequate and proper traffic control is provided at all times. The Contractor shall coordinate and cooperate fully with any others providing traffic control for other operations to assure that work or traffic control devices do not interfere with the free flow of traffic except as allowed by the approved MHT. CONSTRUCTION REQUIREMENTS: Page 75 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 WELD COUNTY TRAFFIC CONTROL PLAN — GENERAL 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 Plans requirements for this project include but are not limited to the following: 1. During construction of this project, traffic shall use the present traveled roadway at all times in each direction unless otherwise directed or authorized by the Project Engineer. 2. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time unless otherwise approved by the Project Engineer. 3. All personal vehicle and construction equipment parking is prohibited where it conflicts with safety, access, or the flow of traffic. 4. Contractor shall install construction traffic control devices in locations where they do not block or impede other existing traffic control devices. 5. Access to private property shall be maintained at all times. 6. Contractor and subcontractors shall equip their construction vehicles with flashing amber lights. Flashing amber lights on vehicles and equipment shall be visible from all directions. 7. Traffic control devices used on this project shall be kept clean and in good working order at all times. 8. Existing signs or other traffic control devices damaged due to the Contractor's operations shall be replaced in -kind or repaired by the Contractor at no additional cost to the project. 9. All advance construction signing shall be installed prior to any construction activity and shall remain in place for all work periods. Road Work Ahead advance signs shall be reset as required to match the location of the work. Resetting construction signs during construction as required by the work is considered incidental to the project and will not be paid separately. 10. Masking of existing or temporary signs as may be required by the work is considered incidental to the project and will not be paid for separately. 11. All flaggers used on this project shall be certified. 12. The Contractor shall submit required MHT and all appropriate Traffic Control Supervisor and Flagger documentation to the Project Engineer for approval prior to setting any traffic control device. 13. The Contractor shall maintain frequent communication with the Project Engineer regarding all aspects of the daily and weekly work schedule. 14. All construction traffic control devices including signs installed under this project shall be installed as depicted in the MUTCD and CDOT M&S Standards. Page 76 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 3 WELD COUNTY TRAFFIC CONTROL PLAN — GENERAL 15. Construction signing shall be removed unless work is in progress or equipment has been left on the job site. All portable signs shall be removed at the end of each workday. Costs of removing, resetting or reinstalling construction traffic control devices shall be incidental to the work and will not be paid for separately. 16. Traffic control devices shall not be stored at any of the project sites. 17. During the resurfacing work, only one lane may be closed to traffic at any time unless approved by the Engineer. 18. Traffic shall not be delayed for more than 15 minutes or as directed by the Engineer when the roadway is open to traffic. 19. Two weeks prior to any road closure, the Contractor shall notify the Weld County Public Works Department. 20. 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. 21. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. HOLIDAYS: Work that interferes with traffic on any day of a holiday or holiday weekend shall not be permitted. Holidays shall be as defined in Subsection 101.36 of the Standard Specifications. Section 108.08 of the Standard Specifications places additional restrictions on work occurring on weekends, holidays, and extended holiday weekends. LANE AND SHOULDER CLOSURES: Minor and short-term lane closures will be required to facilitate construction. Lane closures are permitted but are allowed only as otherwise authorized by the Project Engineer. Page 77 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 WELD COUNTY UTILITIES COORDINATION The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.10 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The known utilities are shown on the Contract Drawings. However, additional unknown utilities may exist within the project limits, and the location of known utilities is estimated and the accuracy of shown utility locations is not guaranteed. The Contractor shall comply with Senate Bill 18-067 and Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at 811 or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. Known utilities within the limits of this project are: UTILITY Xcel Energy (OH Elec.) Century Link North Weld County Water CONTACT Bob Anderson Chad Shell Justin Metzler Josh Mathews PHONE 303-571-7241 303-571-2775 720-578-3710 970-356-3020 EMAIL bob.anderson@xcelenergy.com chad.shell@excelenergy.com justin.metzler@centurylink.com joshm@nwcwd.org The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The locations of buried lines shown on the plans and described herein were obtained from the best available information but are not to be considered complete as to location or identification of all utilities that could be encountered. The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The Contractor shall verify the location of all utilities, underground pipelines, agricultural irrigation lines, etc. prior to the start of any digging using non-destructive methods to verify utility clearances. If utilities were relocated during the design and ROW acquisition portion of the project, the Contractor shall be responsible for verifying the depth and position of the relocated facilities. For buried lines crossing laterally in the project area, at a minimum, the Contractor shall obtain pothole information on the utility at each edge of ROW and at each flow line of the ditch. For buried lines running parallel to the project area, at a minimum, the Contractor shall obtain pothole information on the utility at 50 -foot intervals throughout the project area. The pothole information including horizontal and vertical position shall be stamped and signed by a registered PLS licensed in the State of Colorado. Page 78 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 WELD COUNTY UTILITIES COORDINATION BASIS OF PAYMENT All costs (except potholing) are incidental to the foregoing requirements will not be paid for separately but shall be included in the work. Potholing will be paid at the unit prices provided in the bid. No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts. END OF SECTION Page 79 of 262 Project # SHO CO30-083 Subaccount # 23901 WELD COUNTY STANDARD SPECIAL PROVISIONS INDEX Date Paces Revision of Section 101 — Definition of Terms (January 18, 2021) 81-82 Revision of Section 102 - Bidding Requirements and Conditions (October 19, 2020) 83 Revision of Section 104 — Scope of Work (August 16, 2019) 84-85 Revision of Section 105.— Control of Work (January 8, 2021) 86-91 Revision of Section 201 — Clearing and Grubbing (August 16, 2019) 92 Revision of Section 620 — Reid Facilities (Field Office Class 2) (December 01, 2020) 93-96 Revision of Section 625 — Construction Surveying (April 1, 2020) 97-98 Revision of Section 626 — Mobilzation (September 12, 2019) 99 Page 80 of 262 Project # SHO CO30-083 Subaccount # 23901 January 18, 2021 1 WELD COUNTY REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work required under this contract shall consist of the "Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction" dated 2019. Where the Contract Documents, Weld County Project Special Provisions, CDOT Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Weld County at its sole discretion shall determine which specification is more stringent. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.09 "CDOT Resident Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.28: "Department" shall mean the Weld County Public Works Department. Subsection 101.29: "Chief Engineer" shall mean the Weld County Public Works Director or designated representative. Subsection 101.36: Holidays recognized by Weld County are: New Year's Day President's Day *Memorial Day (May 31 and June 1) Independence Day Labor Day Veterans Day *Thanksgiving (November 25 and November 26) Christmas (December 24) *Verify with the project manager which days are considered the extra days. 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. Subsection 101.37: "Inspector" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.48: "Pre -construction Conference" shall mean a meeting of Weld County personnel, Contractor project personnel, and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. Subsection 101.51 "Project Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. Subsection 101.65: "Roadway Prism" shall be defined as the prism of embankment extending from the toe of embankment slope to the opposite toe of embankment slope. Subsection 101.76: "State" shall mean Weld County. Page 81 of 262 Project # SHO CO30-083 Subaccount # 23901 January 18, 2021 2 WELD COUNTY REVISION OF SECTION 101 DEFINITION OF TERMS Subsection 101.96: "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. All references to State, COOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duly authorized representative or agent. END OF SECTION Page 82 of 262 Project # SHO CO30-083 Subaccount # 23901 October 19, 2020 1 WELD COUNTY REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 102.01 and replace with the following: Prequalification of bidders shall not apply. The bidder shall follow the bidding procedures contained in the Rules Governing Construction Bidding for CDOT Public Works Projects, 2 CCR 601-10, ("Rules") and Chapter 5 of the Weld County Code. Subsection 102.02 shall be revised as follows: In the first paragraph, delete "The Department will publish bidding opportunities to prospective bidders on the CDOT Business Center website." and replace with "The Department will publish bidding opportunities to prospective bidders on the BidNet Direct website at www.bidnetdirect.com. Delete the second paragraph and replace with: "All bidders on the projects shall submit bids by the following method: Did Delivery to Weld County: Emailed bids are required. Bids may be emailed to: bids(aweldgov.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. Subsection 102.05 shall include the following: Weld County does not warrant any CAD data. This information is not considered to be part of the Contract and is provided to the Contractor as a courtesy. If the bidders use the CAD data in preparing a proposal or planning and prosecuting the work, it is at their own risk, and bidders are responsible for all conclusions, deductions, and inferences drawn from the CAD data. The CAD data shall not be used in relation to any request for additional time or compensation. After the proposals have been opened, the lowest responsible 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. Delete Subsection 102.04 and replace with the following: 102.04 Interpretation of Plans and Specifications. Any changes to proposal forms, plans, or specifications prior to the opening of proposals will be issued by the Department through posting of the changes on BidNet Direct. Certain individuals are named in the bid documents who have authority to provide information, clarification, or interpretation to bidders prior to opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. END SECTION Page 83 of 262 Project # SHO CO30-083 Subaccount # 23901 August 16, 2019 1 WELD COUNTY REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 104.02(a) and replace as follows: It is the County's expectation to complete this project with no change orders resulting in additional cost unless such change orders are initiated by the County. Change orders for differing site conditions will be entertained by the County in the event of extraordinary circumstances. However, the County is under no obligation to approve said change orders. No cost change orders, reduction in cost change orders, and County initiated change orders may occur. The Contractor shall not be entitled to a change order for Differing Site Conditions. By way of example, Differing Site Conditions not eligible for a change order include but are not limited to: 1. Encountering groundwater. 2. Discovery of debris (buried or unburied within the ROW). 3. Existing asphalt thicknesses that are different than expected. 4. Lack of on -site appropriate strength materials. 5. Increased costs due to relocations of utilities and/or oil and gas facilities. 6. Increased costs due to ROW or easement acquisitions. 7. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. 8. Discovery of unknown i-rigation facilities, landscape irrigation systems, or water wells. 9. On -site soils not suitable for structural foundations or embankments. 10. Unsuitable materials excavation. 11. High water levels in the river due to stormwater runoff or snowmelt. The Contractor shall be expected to manage the risks associated with flows in the river in order to meet the project completion date. 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 condiion shall be accompanied by a statement signed by a qualified professions setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change order under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. Upon written notifications, the Engineer will investigate the conditions, and determine if an extraordinary condition exists that will cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment, excluding anticipated profits will be made and the Contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether or not an adjustment of the Contract is warranted. No Contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. Subsection 104.02(c) shall be revised as follows: (1) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction, and Page 84 of 262 Project # SHO CO30-083 Subaccount # 23901 August 16, 2019 2 WELD COUNTY REVISION OF SECTION 104 SCOPE OF WORK (2) When a major item of work is increased in excess of 150 percent or decreased below 25 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 150 percent of original contract item quantity, or in case of a decrease below 25 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value in excess of 10 percent of the original contract amount. Delete Subsection 104.05 and replace with the following: The Contractor shall not excavate or remove any Material from within the roadway, which is not within the grading limits, as indicated by the slope and grade lines, without authorization from the Inspector. Subsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled to a disposal site approved by the Engineer. 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. 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 in the project area. Subsection 104.07 paragraph 5, starting with "Net cost savings..." shall be revised as follows: Net cost savings on VECPs shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification. VECPs shall be submitted prior to the start of construction activities relating to the VECP. Subsection 104.07(d)(2) shall be deleted and replaced as follows: 2. For all VECPs, the incentive payment shall be calculated as follows: a. (gross cost of deleted work) — (gross cost of added work) = (gross savings) b. (gross savings) — (Contractor's engineering costs) — (Weld County's engineering costs) = (net savings) c. 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. Weld County's engineering costs shall be actual consultant costs billed to Weld County and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of $100.00 per hour per employee. Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in Weld County's portion of the costs. END OF SECTION Page 85 of 262 Project # SHO CO30-083 Subaccount # 23901 January 8, 2021 1 WELD COUNTY REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for the project as follows: Subsection 105.01 shall be revised to include the following: Weld County has the authority by written order to suspend the Work wholly or in part for the reasons delineated in the Contract Documents. All employees shall have the skill and experience and any licenses or certifications required to perform the Work assigned to them. If the County determines in its sole discretion that any Person employed by the Contractor or by any Subcontractor is not performing the Work properly and skillfully, then, at the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s) or fails to furnish skilled and experienced personnel for the proper performance of the Work, then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Weld County in its sole discretion may require the Contractor to replace project management staff (Project Manager, Superintendent, Project Engineer, etc.) for any reason. This will also apply to all the Contractor's subcontractors. At the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s), then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Subsection 105.02 shall include the following paragraphs prior to Subsection 105.02(a): Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. For the purposes of review, working drawings are the same as shop drawings and shall be reviewed in the same manner. Subsection 105.02(f), paragraph 3 shall be revised to include the following: The Contractor shall provide "As -Constructed" drawings prior to final payment. The As -Constructed drawings shall be completed in accordance with Section 121.2.3 of the CDOT Construction Manual and CDOT Procedural Directive 508.1 — Professional Engineer's Stamp. The As -Constructed drawings shall be stamped, signed, and dated by a licensed professional engineer or professional land surveyor registered in the State of Colorado. References in Section 121.2.3 of the CDOT Construction Manual to the Project Engineer shall apply to the Contractor. Delete Subsection 105.03, paagraph 5 and replace with the following: When the Engineer or lnspectcr 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. Page 86 of 262 Project # SHO CO30-083 Subaccount # 23901 January 8, 2021 2 WELD COUNTY REVISION OF SECTION 105 CONTROL OF WORK Delete Subsection 105.03, paragraph 7 and replace with the following: Materials will be sampled and tested by the Contractor in accordance with the sampling and testing schedules and procedures contained in the Contract Documents. The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit. The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant Material changes, or other unusual characteristics of the Work. Tests that are determined to have sampling or testing errors will not be used. The Contractor will not have the option of accepting a price reduction in lieu of producing Material that complies with the Contract Documents. Continued production of nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. Subsection 105.03 the two paragraphs following the TABLE OF PRICE REDUCTION FACTORS and starting with "If P is less ..." shall be deleted and replaced as follows: If P is a negative number quantity, the material will be accepted as being in conformity. In cases where one or more elements show a positive P value, such positive values will be added 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: 1. Process Control Plan. The Contractor shall be responsible for Process Control (PC) for all embankment material on this project. The Contractor shall submit a written Process Control Plan (PCP), including a methods statement, to the Engineer for acceptance. The PCP shall include but not be limited to the following: (1) Maximum lift thickness of eight inches in accordance with subsection 203.06 or as directed. (2) Compaction equipment capable of obtaining the specified compaction. (3) Water trucks with an adequate distribution system that will apply water evenly. (4) List of all inspection and materials testing forms and procedures utilized by the Contractor. (5) Adherence to Table 106-4 requiring minimum testing frequency. Page 87 of 262 Project # SHO CO30-083 Subaccount # 23901 January 8, 2021 3 WELD COUNTY REVISION OF SECTION 105 CONTROL OF WORK The Contractor shall summit the PCP at least five working days prior to the start of the work. The Engineer's review of the PCP will not exceed two working days. Work shall not begin until the PCP has been accepted in writing, unless otherwise approved. 2. Documentation. The Contractor shall maintain current records of process control operation activities, and tests performed. These records shall be in the form shown in the PCP, and shall include as a minimum, the Contractor or subcontractor, the number of personnel working, weather conditions, type of equipment being used, delays and their cause, and deficiencies along with corrective action taken. Such records shall cover both conforming and defective or deficient features. Additional documentation to the Engineer shall include all daily test results, daily inspection reports, daily non-compliance reports, and monthly certification reports. Copies of these records and a statement that work incorporated in the project complies with the Contract shall be submitted to the Engineer prior to payment for the work or upon request. Monthly certification reports shall be stamped with the seal of a Professional Engineer registered in Colorado. Failure to provide the Engineer with the necessary documentation will result in the suspension of payments on embankment until the documentation has been completed and accepted by the Engineer. Weld County Owner Acceptance (OA) documentation shall not be used as supporting documentation for the Contractors certification. Weld County shall be responsible for OA and Independent Assurance Testing (IAT). Table 105-5, "V" Factors and Incentive Payments — Flexural Strength Criteria shall be revised as follows: The Lower Tolerance Limit, TL shall be 650 psi. Subsection 105.07(b)(1) shall be revised as follows: Delete the last sentence of the twelfth paragraph and replace with the following: "Within 24 hours after each profile is collected, the Contractor shall submit the data electronically to the Engineer and Inspector." Subsection 105.07(e) shall be revised as follows: Delete paragraph 1 and replace with the following: The Department will analyze the SA testing for acceptance and indicate areas requiring corrective work in accordance with subsection 105.07(b). The Engineer, at their sole discretion, shall determine the most effective corrective action outlined in items 1-3 below. The Contractor shall provide a detailed method statement describing the corrective actions to be taken for the corrective work. Corrective work shall not be performed until the method statement has been approved in writing by the Engineer. The Contractor shall perform corrective work in the areas indicated by the Department based on the SA testing. Subsection 105.07(e)(3), paragraph 5 shall be revised as follows: Delete paragraph 5 and replace with the following: or 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. 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. Page 88 of 262 Project # SHO CO30-083 Subaccount # 23901 January 8, 2021 4 WELD COUNTY REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.08(a) shall be added immediately following 105.08 Document Management and Professional Engineer and Professional Surveyor Electronic Seals. 105.08(a) Meetings. The Contractor shall be responsible for providing agendas, attendance lists, and meeting minutes for all meetings including but not limited to weekly progress meetings, pre -construction meetings, pre -pour meetings, pre -pave meetings, pre -environmental meetings, etc. Sample meeting agendas are provided in CDOT's Construction Manual. The sample meeting agendas shall be modified as necessary to contain project specific information. The Contractor shall provide copies of the meeting agendas to the Engineer a minimum of 24 hours prior to the meeting for review. During the meeting, the Contractor shall lead the meeting and take attendance and meeting minutes. Meeting minutes shall be generated by the Contractor and shall be provided to the Engineer within 72 hours for review and acceptance. Delete subsection 105.09 and replace with the following: These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In the event of a discrepancy, the order of precedence is as follows: (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions i. Weld County Project Special Provisions ii. Weld County Standard Special Provisions 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 iii. Calculated dimensions will govern over scaled dimensions Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, Project Special Provisions, or the CDOT Specifications, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall request the County's 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 Page 89 of 262 Project # SHO CO30-083 Subaccount # 23901 January 8, 2021 5 WELD COUNTY REVISION OF SECTION 105 CONTROL OF WORK 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 Projec: 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 Contact 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 amended to include the following after the first paragraph: Failure to provide a full-time competent superintendent with the authorization to act for the Contractor on the project shall result in a payment deduction as outlined in the Weld County Revision to Section 108.09, Liquidated Damages Table. Furthermore, failure to provide a full-time competent superintendent shall be grounds for suspension of the Project until such time as a full-time competent superintendent is provided by the Contractor. The Engineer shall have the sole discretion of determining when/if to assess the payment deduction. The paynent 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 -TINE COMPETENT SUPERINTENDENT SATISFACTORY TO THE COUNTY. Subsection 105.22 shall be revised to include the following: The Colorado Department of T-ansportation (CDOT) will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 shall be amended as follows: Delete all references to CDOT and replace with Weld County. Delete the fourth paragraph and replace with the following: Non -binding arbitration or litigation proceedings must commence within 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. Delete the fifth paragraph and replace with the following: The venue for all unresolved disputes with an aggregate value $15,000 or lem shall be the County Court for Weld County. Subsection 105.24(c) is amended as follows: Delete "CDOT Audit Unit" and -eplace with "Weld County Board of Commissioners, 1150 O Street, Greeley, Co. 80632" Delete Subsection 105.24(f) and replace with the following: Page 90 of 262 Project # SHO CO30-083 Subaccount # 23901 January 8, 2021 6 WELD COUNTY REVISION OF SECTION 105 CONTROL OF WORK If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or non -binding arbitration to finally resolve the claim that the Contractor submitted to Weld County. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined herein. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or the Department at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed in accordance with the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for Weld County, unless both parties agree to the use of arbitration. If the Contractor selected non -binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of ARBITRATION PROVIDER'S Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (R35 through R39), the arbitrators shall issue a decision with regard to entitlement and a non -binding decision with regard to quantum. If either party disagrees with the decision on quantum, the disagreeing party may seek a trial de novo in Weld County District Court with regard to quantum only. END OF SECTION Page 91 of 262 Project # SHO CO30-083 Subaccount # 23901 August 16, 2019 1 WELD COUNTY REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. This work shall include removal and disposal of all minor items for which there is no specific "removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete, and metal drainage items. Also included in this bid item is the removal of the following items: This work shall include removal of: 1. All trash, glass, cans, barrels, construction materials, and any other non -organic materials that interferes with the work. 2. All foundations, pavements, utility poles, fences, underground utilities, and other deleterious materials. 3. Sediment from existing pipes. 4. Gravel from access roads, and 5. Trees smaller than 6" DBH. Trees and shrubs designated to be removed shall include the entire root ball and all roots larger than'/" diameter. Subsection 201.04 shall be revised to include the following: Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. END OF SECTION Page 92 of 262 Project # SHO CO30-083 Subaccount # 23901 December 1, 2020 1 WELD COUNTY REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2 — COUNTY PROVIDED) Delete Subsection 620.02 and replace with the following: The requirements for a remote communication office trailer shall deliver quality communications at any location. As construction sites are often isolated and remote, this poses problems. The basic requirement of fast and reliable internet connection in a construction trailer are throughput and reliability. Services required include SSL VPN, VOIP, and other internet services. Internet connections in the field office are for the sole use of Weld County employees or agents. The Contractor shall provide internet connections for their employees separate from the County internet connections. 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 2. Radio broadband — if speed and signal requirements are met 3. Satellite broadband — if speed and signal requirements are met 4. Cellular radio — if speed and signal strength requirements are met. Cellular 4G grants greater than 5Mbps download speeds that will allow for 2 — 4 computer endpoints. Cellular boosters strengthen signals and should allow for more throughput and increased speeds. With a booster, 3G could increase up to 1.4 Mbps allowing greater usability and an additional endpoint. Additional endpoints may be connected to either scenario, however overall performance may degrade. 5. Wireless hotspots — only if there is no other option. One hotspot shall be provided per County employee assigned to the project. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. Weld County will only SUDDIV the field office trailer. The Contractor shall transport and furnish all other related items in Section 620 and M-620-12, including but not limited to, furniture, printers, telephone service and power. Weld County field office trailer is located at 1111 H Street. Field office trailer shall be moved from 1111 H Street in Greeley by the contractor and brought back to 1111 H Street 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 in accordance with 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 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. Page 93 of 262 Project # SHO CO30-083 Subaccount # 23901 December 1, 2020 2 WELD COUNTY REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2 - COUNTY PROVIDED) Set up locations shall be within 1/2 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 ofice is placed and fully functional. Subsection 620.06 shall be amended to include the following: 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 620.07 shall include the following: Electricity: If commercial power is available, the service shall be a minimum of 3,000 -watt, 115- 125 AC facility for the field office. If commercial power is not available, independent generators shall be provided. Generators shall be a minimum of 25kW. Office Lighting: All overhead lighting shall meet OSHA and code requirements for office spaces. Ventilation: The field office trailer shall be equipped with heating, ventilation, and air conditioning systems adequate for office use. Parking: The Contractor shall provide an all-weather parking area with one parking space per County employee assigned to the project plus 6 visitor parking spaces. Janitorial: The Contractor shall provide weekly janitorial services. 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. 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. The sanitary facilities shall also be staked down to prevent tipping. Access: Office Supplies: The Contractor shall install and remove the 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. 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; 2. The copier shall be capable of automatically stapling a minimum of 30 sheets (8.5" x 11"); Page 94 of 262 Project # SHO CO30-083 Subaccount # 23901 December 1, 2020 3 WELD COUNTY REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2 — COUNTY PROVIDED) 3. The copier shall be equipped with a standard 50 sheet document feeder; 4. The copier shall have a minimum resolution of 600 x 600 dpi; 5. The copier shall have a minimum of 256 levels of greyscale and shall have both manual and automatic exposure adjustments; 6. The copier shall have reducing and enlarging ratios between 25% and 400% in 1% increments; 7. 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; 8. The copier shall be capable of copying a minimum of 35 pages per minute; 9. The scanner shall utilize an embedded scanner capable of 52 ipm at 200 dpi; 10. The scanner shall be capable of a minimum scanning resolution of 600 dpi; 11. The scanner shall be capable of scanning to TIFF, JPEG, and PDF formats; 12. The printer shall be capable of printing a minimum of 35 pages per minute; 13. The printer shall be capable of printing at a resolution of up to 600 dpi; 14. This device shall be capable of transmitting the scanned file to multiple email addresses; 15. Toner, parts, service, and repairs shall be provided by the Contractor. Repair and maintenance services shall be provided within 5 business days of notification; 16. In the event, of theft, the Contractor shall provide a replacement device with 3 business days; 17. The device shall be capable of wireless networking with all offices in the field office; 18. The device shall be capable of scanning documents up to 11" x 17". 19. The device shall be capable of reducing 11 "x17" plan sheets to 8.5"x11" (Letter) and 8.5"x14" (Legal) size. 20. Paper (Letter and Tabloid sizes) shall be provided by the Contractor; 21. The copy machine shall be wheel mounted and shall be capable of rolling to different locations within the office. Office Furniture: Shall be in accordance with CDOT Standard Plan M-620-12 with the following exceptions: Page 95 of 262 Project # SHO CO30-083 Subaccount # 23901 December 1, 2020 4 WELD COUNTY REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2 — COUNTY PROVIDED) 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. Each office shall be provided with 2 rolling office chairs. All rolling office chairs are to be ergonomically designed. 3. The common area shall have a minimum of 15 metal folding chairs that can be used for meetings. 4. The common area shall be equipped with a conference table capable of seating a minimum of 8 people at the table. 5. Each office shall be provided with one folding table a minimum of 6 feet long. 6. A 5 -gallon drinking water cooler capable of providing hot and cold water shall be provided. 7. 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 prior to placement in the office trailer. Subsection 620.08 shall liclude the following: Pay Item Pay Unit END OF SECTION Page 96 of 262 Project # SHO CO30-083 Subaccount # 23901 April 1, 2020 1 WELD COUNTY REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: The first paragraph of Subsection 625.01 shall be revised to include the following: The PLS shall maintain their license in good standing through the entire Contract period. Subsection 625.01 shall be revised to include the following: 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. If 3D modeling data is available, the Contractor may choose to perform 3D Engineered Construction Surveying (3DECS). 3DECS is the use of global positioning and or robotic instruments to guide construction equipment operations by comparing 3D model information in real time. For 3DECS, either the construction equipment is fed modeling information and makes automatic adjustments (machine control) or the equipment operator is fed the information and makes manual adjustments. The Contractor may use 3DECS, but it shall be used in conjunction with traditional construction survey techniques (i.e. story stakes). If 3DECS is used by the Contractor, a GPS rover with accurate and up-to- date files shall be made available to the County for the duration of the project in addition to the story stakes. Delete Subsection 625.04 and replace with the following: Contractor's surveyor shall establish horizontal and vertical survey control points prior to the beginning of construction. The County shall verify the accuracy of those control points before construction operations can begin. 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 in accordance with the CDOT Survey Manual, Chapter 6. Prior to beginning construction, the Contractor's surveyor shall stake out all Right of Way corners, Permanent Easements, and Temporary Construction Easements shown on the approved ROW plans with temporary (for the duration of the project) points using re -bar, lath, or hubs and marked with flagging so they are easily visible. Those indicating the limits of construction within which the Contractor is allowed to work must be maintained throughout the project. The Contractor 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 story stakes with offsets for the County's use. The story stakes shall include information required by the CDOT Survey Manual, Chapter 6. The Contractor shall protect and immediately re-establish any story stakes that are damaged throughout the project. If the Contractor uses 3DECS, the following shall apply: (1) All surveying shall be based on the Primary Horizontal and Vertical Control established by the Department. (2) The Contractor shall provide construction stakes for the control points of the project centerline or Engineer approved offset line (i.e. POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual) and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. Page 97 of 262 Project # SHO CO30-083 Subaccount # 23901 April 1, 2020 2 WELD COUNTY REVISION OF SECTION 625 CONSTRUCTION SURVEYING (3) Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. (4) The maximum staking interval for the project centerline shall be 100 feet on tangents and 25 feet on curves or as specified on the survey tabulation sheet. All project centerline control points as shown on the plans shall be staked. (5) Within the first week of the Contractor utilizing 3DECS, the Contractor shall check their 3DECS system and verify in writing to Weld County that the accuracy of the system complies with the contract requirements. At no cost to the Department, the Contractor shall revert to traditional surveying and disband using 3DECS should the Engineer determine the existence of contractor quality or accuracy issues related to 3DECS. Subsection 625.06 shall include the following: 3D Engineered surveying accuracy and tolerances shall be the same as the staking accuracy and tolerances stated in the CDOT Survey Manual. Subsection 625.13 shall 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 Page 98 of 262 Project # SHO CO30-083 Subaccount # 23901 October 12, 2019 1 WELD COUNTY REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall be revised to include the following: Construction of a temporary access road into the work areas, and removal of the access road after construction is completed, shall be included in the Mobilization bid item. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS: The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County prior to Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The Contractor shall not park any vehicles or equipment in or disturb any areas not approved by the Engineer. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCEs. All agreements made between the Contractor and the private property owners for additional TCEs shall be made in writing and a copy of all written agreements shall be furnished to the County prior to any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCEs obtained by the Contractor and shall modify the Erosion and Sediment Control Plans to include TCEs. The Contractor shall inform the property owners and the tenants at the properties prior to construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All disturbances outside the Project Limits shall be pre -approved by the County and secured by the Contractor, at Contractor's expense In addition, the Contractor will be required to secure Right of Entry for property owners' access that extend beyond the Right of Way Line. No separate payment will be made. Contractor shall review the plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry prior to entry. END OF SECTION Page 99 of 262 Project # SHO CO30-083 Subaccount # 23901 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT SPECIAL PROVISIONS Date Pages Revision of Section 613 — lighting May 19, 2021 101-117 Revision of Section 614 — Traffic Control Devices May 19, 2021 118-124 Page 100 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 REVISION OF SECTION 613 LIGHTING Section 613 of the Standard Specifications is hereby revised for this project. Delete and replace it with the following: DESCRIPTION 613.01 This work consists of furnishing and installing foundations, light standards, luminaires, light sources, conduit, cable, wiring, and incidental materials for highway lighting and electrical systems in accordance with these specifications and in conformance with the details, lines, grades, and locations shown on the plans or established. This work includes furnishing and installing new High -Density Polyethylene (HDPE) or Polyvinyl Chloride (PVC) electrical conduit for use with and without fiber optic or other signal cables. All materials furnished, assembled, fabricated, or installed under this item shall be new, corrosion resistant, and in accordance with the plans and these Special Provisions. At locations shown in the plans, Contractor shall install the indicated number of new pull boxes of the size and type indicated. Pull box locations depicted in the plans are approximate. This work furnishes and installs electrical wiring for new and modified traffic signals within the project limits. Work also includes replacing any damaged field wires, or wires of insufficient length that are encountered on the project due to controller cabinet or device replacements or resets. This work shall consist of installing LED luminaires atop new traffic signal poles. Luminaires shall be 400 - Watt equivalent LED with cutoff lenses at 40 -foot mounting height. Luminaire arms are to be 10 feet in length. The Contractor and the electrician shall be responsible for coordinating with the local electrical utility to provide the proper sized service of power (metered electric service) to the signal system and all load calculations needed for signal, luminaire, etc. MATERIALS 613.02 Roadway lighting materials shall conform to Section 715 and shall be compatible with the requirements of the local agency having jurisdiction. a. Foundation. Concrete Foundation Pads and Light Standard Foundations shall be cast -in -place concrete. A complete foundation includes the concrete, reinforcing steel, grounding electrode, connector bolts, and anchor bolts. Connector bolts and anchor bolts shall accommodate the anchorage of the light pole from its base flange to the base or transformer base, and from the base or transformer base to the light standard foundation. b. Light Standard. A complete light standard includes the metal light pole, mast arm or arms, base or transformer base, approved breakaway device (optional), in -use receptacles (optional), grounding system, and all hardware. When a transformer base is not used, the pole shall have a handhole. Pole and mast arm or arms shall be the type and size shown on the plans. c. Conduit. Conduit includes all junction boxes, pull wire, weather heads, adaptors, and expansion joints for conduit required to install complete runs. Page 101 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 REVISION OF SECTION 613 LIGHTING All conduits shall be fully compatible with fiber optic cable. Plastic conduit shall be Schedule 80 in the diameters, quantities and depths indicated in the plans and shall be compliant with Bellcore TW- NWT-000356 requirements. Plastic PVC conduit shall be certified by the manufacturer as meeting ANSI/UL 6 and 651. The manufacturer shall be ISO 9000 compliant. d. Electrical Warning Tape. Electrical warning tape shall consist of pre -manufactured non -adhesive polyethylene material that is unaffected by acids, alkalis, and other soil components. The tape shall be detectable. The color of the tape shall be red, and it shall be a minimum 3.5 mils thick and 6 inches wide. Its tensile strength shall be 1,750 psi lengthwise. The electrical tape shall include the following identification printed in black letters continuously along the length of the tape: 'CAUTION BURIED ELECTRIC LINE BELOW'. The identification note and color of tape shall conform to the requirements of the "American Public Works Association (APWA) Uniform Color Codes (Red) — Electrical Power Lines, Cables, Conduit and Lighting Cables". e. Luminaire. A complete luminaire includes the housing, lens, Light Emitting Diode (LED) board, dimming driver, slip -fitting clamp or approved manufacturer mounting, all necessary internal wiring, and 7 -pin photoelectric control receptacle. Luminaires shall operate at either 120 VAC (Volts Alternating Current), 60 Hz, 277 VAC, 60 Hz. or 120-277VAC, 60 Hz. f. Lighting Control Center. A complete lighting control center includes the load center, grounding system, contactors, relays, meter housing (optional per region requirements), meter disconnect (optional per region and uti"ity company requirements), maintenance receptacle, photoelectric control, NEMA 4 enclosure, HVAC (optional per region requirements), snow skirt (optional per region requirements) and all related components, and connections to the power supply. g. Meter Power Pedestal. A complete pedestal includes the NEMA 3R enclosure and all related components, load center, grounding system, meter housing, meter disconnect (optional per utility company requirements) maintenance receptacle (optional), photoelectric control, and connections to the power supply. h. Secondary Service Pedestal. A complete pedestal includes the NEMA 3R enclosure and all related components and connections to the power supply. j. Heavy Duty Safety Switch. Provide switches, mounted on the cabinet, with the following ratings: (1) 30 to 1200 amperes. (2) 250 volts AC; 600 volts AC. (3) 2, 3, 4 and 6 poles (2, 3 and 4 poles on 800 A; 2 and 3 on 1200 A). (4) Fusible and non -fusible. (5) Mechanical lugs suitable for copper conductors. Wiring. Complete wiring includes control wiring, luminaire wiring, traffic signal wiring, main circuit wiring, ground wiring, service entrance wiring, and all other wiring necessary for a complete installation. k. Materials List. At the Pre -Construction Conference, the Contractor shall submit to the Engineer three copies of a list of all materials and equipment to be incorporated into the work. The Contractor shall include the following items on the list: Page 102 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 3 REVISION OF SECTION 613 LIGHTING (1) Light standard foundations. (2) Foundation pads. (3) Light standard type (steel or aluminum) (4) Luminaire manufacturer's product information including data in Illuminating Engineering Society (IES) format, IES photometric distribution type for vertical and lateral distribution and IES TM -15- 11 rating (example: B2 -U0 -G1, Type III), and a photograph or line drawing. (5) Luminaire mounting hardware. (6) Luminaire initial lumen output. (7) LED dimming driver or power supply. (8) Lighting control center(s) and photoelectric control device(s). (9) Secondary service pedestals. (10)AII other items required for a complete installation. The Engineer will return lists that are incomplete or that include unacceptable materials to the Contractor for correction and re -submission. The Contractor shall not order materials or equipment until the Engineer and the party or agency responsible for maintenance have reviewed and approved the materials and equipment list. The Engineer's approval of the list shall not relieve the Contractor of responsibility for the proper functioning of the completed installation. I. LED Luminaire Warranty. The Contractor shall ensure that the LED luminaire has a manufacturer's minimum warranty of 10 years for all parts, materials, and shipping required to repair or replace the luminaire. The Contractor shall provide the manufacturer's warranty to the Engineer prior to installing the luminaire. The warranty shall cover all failures including: (1) Failure in luminaire housing, wiring, connections, drivers, and photoelectric control devices. (2) More than 10 percent decrease in lumen output. (3) Significant change in color. The warranty shall begin upon the date the Contractor receives the luminaire. The bill of lading shall be provided to the Engineer prior to final payment of the lighting. m. Technical Support. During the manufacturer's warranty period, technical support shall be available from the manufacturer via telephone within 24 hours of the time the call is made from the Contractor, and this support shall be made available from factory certified personnel or factory certified installers at no additional charge to the Department. n. Temporary Lighting. A complete temporary lighting system includes the temporary light standard, luminaire, mast arm, conduit, wiring, power source, temporary metering per the local utility standards, and all related components and connections to the power source. CONSTRUCTION REQUIREMENTS 613.03 General. All work shall conform to these specifications and the National Electric Code (NEC) and shall comply with applicable regulations as specified in subsection 107.01. Each system shall be installed as designated. The Contractor shall furnish and install all incidentals necessary to provide a complete working unit or system. Page 103 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 4 REVISION OF SECTION 613 LIGHTING 613.04 Concrete Foundation Pads and Light Standard Foundations. Foundations shall be installed complete with grounding electrodes. Concrete Class D shall be used for foundation pads and concrete Class BZ shall be used for the I ght standard foundation. Concrete Class D can be used for light standard foundation if the rebar spacing in the foundation is at least 3 inches and the slump of the concrete is 6 to 9 inches. All concrete shall meet the requirements of Section 601. The drilled shaft (caisson) of the light standard foundation shall meet the requirements of Section 503. The Contractor shall test and report soil conditions to the Engineer if any of the following soil conditions are encountered during roadway work: (1) Light standards are not installed within the roadway earthwork prism. (2) The soil has a high organic content or consists of saturated silt and clay. (2) The site will not support the weight of the drilling rig. (3) The foundation soils are not homogenous. (4) Firm bedrock is encountered. Between drilling of the shaft and placing of concrete the hole shall not be disturbed. Wet or caving holes shall be backfilled with flow -fill and re -drilled after a three-day curing period without the use of casing. If testing is required, then soil testing shall be performed at the lowest elevation light standard location for all light connected to a single electrical circuit. Foundations shall be installed at the final grade. All anchor bolts shall be positioned by means of steel templates. The center of the template shall coincide with the center of the base. Conduits shall be properly positioned and anchored before the concrete is placed. All foundations shall have ground electrodes conforming to the NEC. All foundations on structures shall be bonded to the structure steel by a method that is in accordance with the NEC and which is approved by the Engineer. 613.05 Light Standards. Poles shall be set plumb on the light standard foundation using non -corrosive metal shims or upper and lower nuts. Poles shall be level and plumb to the foundation. Defects and scratches on galvanized poles shall be given two coats of acceptable zinc -rich paint as directed. Defects and scratches on painted poles shall be primed and painted to match undamaged pole sections. 613.06 Luminaires, Light Sources, and Lamps. Roadway luminaires shall be mounted on the mast arm by a slip -fitter clamp or other approved device. Luminaires shall be adjusted vertically and horizontally to be plumb with the foundation and provide the required orientation and maximum light distribution on the roadway and meet IES TM -15 uplight rating of U0 (no uplight). Luminaires are to be controlled by a centralized photoelectric control. For modified systems, individual photoelectric control may be used. The photoelectric control shall be positioned northward to minimize sun interference. Luminaires of the specified type and initial lumen output shall be installed as specified. The type and initial lumen output shall be marked on each luminaire or pole in accordance with American National Standards Institute (ANSI) specifications. ANSI approved tags shall be provided and installed by the Contractor. Page 104 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 5 REVISION OF SECTION 613 LIGHTING Wall type luminaires for use under overpass structures shall be mounted as specified. All wall type luminaires shall include side shielding to prevent glare in the motorist's view. The beam angle setting shall be adjusted to meet the project illumination requirements. After installation and prior to acceptance, refractors and lenses shall be cleaned to provide maximum lumen output. 613.07 Conduit. The electrical conduit system shall be installed in accordance with subsection 715 Conduit and CDOT's "A Policy on the Accommodation of Utilities on Colorado Highways Rights -of -Way" and the following: Directional boring is the preferred method of conduit installation to avoid impacting existing sidewalks, curbs, gutters, curb ramps, concrete pavement, landscaping, and other surface features. Open trenching will only be allowed if specified in the plans or as allowed by the Engineer. Damage to the concrete pavement shall be repaired to the Specifications without additional compensation to the Contractor. In the conduit system the locations of conduit, pull boxes, splice boxes and expansion joints shown on the plans are approximate. Actual locations shall be established during construction. The conduit system shall be located to avoid interference with known present or known future construction installations. All underground conduit runs and conduit risers on poles shall be installed as required for a complete installation. All bore depths shall be a minimum of 36 inches. Bore depths shall be varied as required to avoid utilities. Boring logs and pothole logs shall be provided to the Engineer weekly. All conduit runs with multiple conduits shall be installed in a common bore or trench. All conduit installed under the roadway shall be at least 2 -inch inside diameter unless otherwise designated. The Contractor may use larger conduit than specified at no additional cost to the project. If larger conduit is used, it shall be for the entire run from outlet to outlet. Reducer couplings shall not be used. All conduit bends, including factory -installed bends, shall not have a bend radius less than six times the inside diameter of the conduit. Existing underground conduit to be incorporated into a new system shall be cleaned with a round wire brush the same size as the internal diameter of the conduit, proofed with a mandrel %-inch less in diameter than the conduit inner diameter size, and blown out with compressed air. Where new conductors are to be added to existing conductors in a conduit, all conductors shall be removed, and the conduit cleaned as described above. All conductors shall be pulled into the conduit as a unit. Conduit terminating in standards or pedestals shall extend approximately 2 inches vertically above the foundations and shall slope toward the handhole opening. Conduit entering pull boxes shall terminate 2 inches inside the box wall and no more than 1.5 inches above the bottom and shall slope toward the top of the box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall be located near the end walls to leave the major portion of the box clear. All conduits shall be labeled as to the direction of their run. Page 105 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 6 REVISION OF SECTION 613 LIGHTING The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true so that the ends will butt or come together for their full circumference. Slip joints or running threads shall not be used for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, an approved threaded union coupling shall be used. All threads on ferrous metal conduit, not previously treated with a corrosion preventative, shall be painted with rust preventive paint before couplings are connected. All couplings for metal type conduit shall be tightened providing a continuous connecion throughout the entire length of the conduit run to increase raceway mechanical strength. Areas where the coating on ferrous metal conduit has been damaged shall be painted with rust preventive paint. All metal conduit ends shall be threaded and capped until wiring is started. When caps are removed, the threaded ends shall be provided with conduit bushings. Non-metallic conduit shall be cut with a hacksaw or other approved tool. Non-metallic conduit connections shall be solvent -weld type or approved equal. Non-metallic conduit ends shall be capped until wiring is started. All conduit stub -outs shall include a sweeping elbow and shall terminate in the box. All conduit stub -outs shall be capped. Surface conduit connections at junction or splice boxes shall be tightly secured and waterproofed. All conduit ends shall be sealed with duct seal after installation of wiring. The duct seal shall be rated for outdoor use and easily removable. When specified, conduit shall be installed under existing pavement by jacking or drilling operations. Where plans show that existing pavement is to be removed, jacking the conduit is not required. Boring, jacking or drilling pits shall be kept a minimum of 2 feet clear of the edge of pavement. Water shall not be used as an aid in the jacking or drilling operations, except when required to cool the cone head for directional boring. Any excavations required for the installation of conduit shall be performed in such a manner as to avoid unnecessary damage to streets, sidewalks, curbs, landscaping, sprinkler systems and other existing structures or facilities. Excavation shall not be performed until immediately before installation of conduits. All trenches shall be backfilled by the end of a work shift. Material from the excavation shall be placed in a position to not cause damage or obstruction to vehicular or pedestrian traffic or to interfere with surface drainage. Trenches shall be made with a rock wheel or other machine capable of cutting a narrow trench (4") to allow traffic to pass over prior to backfilling. The machine shall be equipped with shields to direct the spoil downward and away torn passing vehicles, workers, and pedestrians. If trenching is used, all off-street trenches shall be backfilled with the same material that was removed and shall be compacted and shaped to match the surrounding surface. No on -street trenches will be allowed. The Contractor shall restore all surface materials to their preconstruction condition or better, including but not limited to concrete pavement, sidewalks, curb ramps, sprinkler systems, landscaping, shrubs, sod grass, or native growth vegetation that is disturbed by the conduit installation operation. All such surface restoration shall be considered included in the cost of conduit installation and will not be measured and paid for separately. Page 106 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 7 REVISION OF SECTION 613 LIGHTING Red, detectable electrical warning tape shall be installed between 6 inches and 12 inches below finished grade for all underground trenched conduit runs. Trenched PVC conduit shall use rigid metallic conduit for all elbows and sweeps. All rigid metallic conduit elbows and sweeps shall be a PVC -coated, schedule 40 galvanized rigid conduit (GRC) minimum 36 -inch radius bent to shape at the factory. All connections to non-metallic conduit shall be made with threaded couplings. Trenching shall be backfilled and compacted as follows: backfill shall be deposited in uniform layers. The thickness of each layer shall be 6 inches or less prior to compaction under all hardscape. The space under the conduit shall be completely filled. The remainder of the trench and excavation shall be backfilled to the finished grade. The backfill material shall be compacted to the density of at least 95 percent of maximum dry density. The maximum dry density and optimum moisture content (OMC) for A- 1, A-2-4. A-2-5 and A-3 materials will be determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will be determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at ± 2 percent of OMC. Materials having greater than 35 percent passing the 75 pm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. Each layer shall be mechanically compacted by tamping with power tools approved by the Project Engineer. Compaction methods or equipment that damage the conduit shall not be used. Underground conduit shall be buried a minimum of 36 inches below finished grade. There shall be no sag between boxes. Conduit under roadways shall be buried at 48 inches below finished grade. If the Contractor encounters bedrock such that the minimum conduit depths cannot be achieved, the Contractor shall be allowed to cover the conduit with 2 inches or more of concrete at a lesser burial depth. All conduits and fittings shall be schedule 80 seamless PVC. All schedule 80 PVC conduits shall have slip fit expansion fittings at 100 -foot intervals and 6 feet maximum from each elbow. Expansion fittings will be installed per the NEC requirements for 65 °F temperature change. Conduit in pull boxes, cabinets, meter, and poles shall have bell ends attached and included in the cost of the conduit. Temporary pull boxes may be installed to facilitate the construction of the traffic signal and shall be removed at no cost to the project. Pull or splice boxes shall be installed at a maximum distance of 150 feet or less. Boxes shall be placed at conduit ends, at all wiring splices, at all conduit angle points where total conduit bends within a stretch of conduit exceeds 360 degrees, and at all other locations shown on the plans. The Contractor may install additional pull or splice boxes to facilitate the work at no additional cost to the project Where practical, pull and splice boxes near curbs shall be placed adjacent to the back of the curb. Pull boxes adjacent to light standards shall be placed behind or along the side of foundations. Pull and splice boxes shall be installed so that the top of the covers are flush with the sidewalk and match the sidewalk slope and grade. Covers shall be level with the surrounding ground when no grade is established. On bridges or other structures, rigid metallic conduits shall have an expansion fitting at every expansion joint of the bridge. Expansion joint fittings shall be precisely aligned with the conduit run to ensure proper expansion and deflection and to prevent binding. For vertical conduit runs, the fitting shall be installed close to the top of the structure to prevent water running across the fitting and entering the conduit. The Page 107 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 8 REVISION OF SECTION 613 LIGHTING fitting's deflection sleeve coupling, and pressure bushing at the barrel of the expansion body shall be installed flush with the structure ends; only the connecting expansion nipple shall cross the opening between structures. The fitting shall be supported by points on the conduit immediately adjacent to the fitting. The metal conduit feting shall have an external bonding jumper. Conduit shall always enter a pull box, manhole, cabinet base or any other type structure from the direction of the run only. All conduit runs that will not have a copper conductor installed shall have a #12 AWG stranded copper conductor placed inside for locating purposes. Each individual conduit shall be equipped with either a pull rope or a pull tape, depending upon the length between pull boxes as follows: 1) each conduit with a segment than 400' between pull boxes shall be equipped with a pull tape in the final product having minimum tensile strength of 1,250 lbs and of a design and manufacture that prevents cutting or burning into the conduit during cable installation; and 2) each conduit with a length of less than 400' between pull boxes shall be equipped with a pull rope in the final product having minimum tensile strength of 1,250 lbs. The Contractor shall have the option of using pull tape in all conduit installations regardless of length. Splices in the pull tape, pul rope and tracer wire shall not be permitted. Locating conductor and tape will not be measured and paid separately but shall be included in the unit prices for conduit. The Contractor shall take all necessary precautions to avoid over -excavating a trench or heaving damage to the existing asphalt or concrete mat, whether caused by equipment directly or by dislodging of rocks or boulders. Any such over -excavation or heaving shall be repaired or replaced at the Contractor's expense. The Contractor shall bear tie cost of backfilling all over -excavated areas with the appropriate backfill material as approved by the Engineer. Conduit plugs for sealing conduit shall also be supplied and installed in all open conduit ends as soon as the conduit is installed. Plugs shall be durable, fabricated from no metal parts, be of the split design to allow removal and reinstallation around in -place cables and be easily removal and reusable. Plugs shall be capable of being installed by hand without any tools and shall provide water/airtight seals of at least 100psi and shall cause no damage to the cable when installed. All conduit bends shall have a minimum acceptable radius — hereby established as 48" for 90° bends and 24" for all other bends. All conduit runs for fiber optic cable shall have a limited number of bends. The sum of the individual conduit bends, both horizontal and vertical, on a single conduit run between any two pull boxes shall not exceed 360°. The preferred limit is 270°. No individual bend shall exceed 90°. Conduits shall use sweeps to elevate buried conduits to final grade within a pull box or manhole as shown in the plans. Sweeps shall be terminated within pull boxes and manholes to allow for easy installation and removal of conduit plugs. Sweeps shall be set above the ground surface within the pull box at a height that does not interfere with coiling of cables. At some locations (as illustrated on the plans or in these specifications or as directed by the Engineer or the Engineer's designee) new conduits may require installation within an existing pull box. At such locations, the Contractor shall carefully excavate around the existing pull box and sweep the new conduit into the pull box in a manner that meets or exceeds the requirements of this Special Provision. Page 108 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 9 REVISION OF SECTION 613 LIGHTING The Contractor shall avoid damaging existing pull boxes. If the existing pull boxes, concrete collars, or lids are cracked or damaged during conduit installation, the Contractor shall be required to replace either or both at no additional cost to the project. At locations that require conduit to be installed above ground, such as connections to surface -mounted pull boxes, Liquid -Tight Flexible Metal Conduit (LMFC) shall be provided with appropriate fittings and connection hardware. Such conduit shall have a galvanized, high -tensile strength, flexible steel strip inner core (helically wound with sealing cord), and the outer core shall be a UV resistant, liquid -tight smooth PVC sheath that is "keyed" into the inner steel core. All conduit installation shall conform to guidelines of the National Electric Code (NEC). The pull box shall have a detachable cover that has a skid -resistant surface. The cover shall be attached to the pull box body by screw -in bolts and shall have two lift slots to aid in the removal of the lid. Non- standard bolts shall not be used. All traffic signal pull boxes outside the traveled way, except surface -mounted ones, shall be made of fiberglass -reinforced polymer concrete designed to support a minimum service load of 20,000 pounds over a 10" x 10" square. Pull boxes shall be of the type specified in the plans. New pull boxes in traveled ways shall be outfitted with traffic bearing lids rated for HS -44 loading. The pull boxes shall have a special concrete footing extending 8 inches around the outside and 6 inches around the inside of the pull box bottom, as shown in the plans. Permanent pull boxes shall be manufactured of a precast polymer concrete material such as Quazite or approved equal. Pull boxes installed in dirt or landscape areas shall have a 12 -inch wide by 6 -inch thick concrete collar placed around the top in lieu of the concrete footing, as shown in the plans. All concrete collars, footings and location marker supports shall be Portland Cement Concrete Class B and shall be in accordance with Section 601. When the plans call for a fiber optic location marker to be installed at pull box locations, the concrete foundation support for the location marker shall be placed monolithically with the concrete collar. 613.08 Wiring. Unless otherwise authorized, the multiple system of electrical distribution shall be used. Conductors of the size and material required, whether single or in cable, shall be installed for control wiring, luminaire wiring, traffic signal wiring, main circuit wiring, ground wiring, service entrance wiring, and all other wiring necessary for a complete installation. The power source location shall be verified by the Contractor. Any variance from the plans shall not be charged to the project and shall be included in the wiring pay item. All signal cable shall be continuous from connections made in the handhole compartment of the signal pole base to the terminal compartment in the controller cabinet. Splicing shall not be permitted unless specifically approved by the Engineer. A new circuit shall be provided for each cabinet. No splicing will be permitted. Conductors shall be sized to prevent a voltage drop of more than 3 percent per feeder run at the ambient temperature. All conductors shall be installed in conduit. Page 109 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 10 REVISION OF SECTION 613 LIGHTING When 120 -volt luminaires are installed, 120/240 VAC shall be brought to the base of each light standard, and individual luminaires shall be connected to one leg or the other in a manner that minimizes overall voltage drop. A complete grounding system shall be installed for the entire electrical installation. Grounding shall consist of: (1) ground cables. (2) conduits. (3) grounding electrodes. (4) wire or strap. (5) and ground fittings, as required by the NEC. Permissible grounding electrodes shall be: (1) ground rods. (2) concrete -encased electrodes. (3) grounding plates and wounding rings. Alternative grounding electrodes per the NEC shall be approved by the Project Engineer prior to installation. All electrical conductors shall be identified with color coding and be permanently tagged per the following schedule: (1) Key Phase (2) Color of Signal (3) Load Conductor (4) Code (On tag at each conductor) (x = phase number) (5) Movement Direction ' Tape Color / Tag Label i. Northbound Left Turn / Red/White / "Ph 5-NBL T" ii. Northbound / Red / "Ph 2 -NB" iii. Southbound Left Turn / Green/White / "Ph 1-SBL T" iv. Southbound / Green / "Ph 6-SB" v. Eastbound Left Turn / Orange/White / "Ph x-EBL T" vi. Eastbound / O-ange / "Ph x-EB" vii. Westbound Left Turn / Blue/White / "Ph x-WBL T" viii. Westbound / Blue / "Ph x-WB" All work required to provide intersection wiring in accordance with NEC requirements is considered included in the unit price for this item. Intersection Wiring Contractor shall establish ar reestablish all required wiring and/or wiring connections required for successful operation of the controller and cabinet assembly in accordance with the NEC. This shall include all wiring and/or wiing connections between in -cabinet components as well as those between the cabinet and field equipment including but not limited to signal heads, push buttons, detectors, cameras, and emergency vehicle preemption detectors. Separate feeds shall be provided for traffic signals and streetlights. Conductors shall be permanently identified as to function. Identification shall be placed on each Page 110 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 11 REVISION OF SECTION 613 LIGHTING conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by bands fastened to conductors in such a manner that they will not move along the conductor. Grounds and bonding wire, straps and electrodes shall conform to NEC Article 250. Wiring and splices shall conform to applicable NEC Articles. Wiring within cabinets, hand -holes and junction boxes shall be neatly arranged and shall be laced. Conductors shall be stranded, tinned copper wire, rated at 600 volts and individually insulated with heat stabilized polyethylene. Conductors and cables shall conform to International Municipal Signal Association (IMSA) Specification 19-1. Metallic cable sheaths, conduit, metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system and shall be effectively grounded. Bonding and grounding jumpers shall be a bare copper wire or copper strap of the same cross-sectional area, No. 8 AWG, for all systems. Sheath for detectors shall be grounded in the controller cabinet only. The other end of the sheath shall be taped and left ungrounded. A ground electrode shall be installed at each controller cabinet. Each ground electrode shall be a one-piece copper -weld rod of 5/8" diameter and eight (8) feet in length, driven to a depth of at least 8 feet below the surface of the ground (flush with ground or top of cabinet base). The ground terminal of each controller shall be connected to the ground rod with a No. 8 AWG bare copper wire with an approved ground rod clamp. Splices shall be made in hand -holes or cabinets. No splices shall be allowed in pull boxes or conduits. Bonding of poles and pedestals shall be by means of connecting to the ground rod a bonding strap attached to the anchor bolt or a 3/16" or larger brass or bronze bolt installed in the lower portion of the shaft. Enough signal head conductors shall be provided to perform the functional operation of the signal. Additional conductors for electrical service or interconnect shall be as noted herein or in the plans. Signal head conductors shall conform to the red -yellow -green color sequencing with different colored tracers for each phase provided. Three (3) spare conductors shall be provided throughout the signal head circuit. All signal head conductors shall have individual terminal lugs for connection to terminal strips in the cabinet. When conductors and cables are pulled into conduit, ends of said cables and conductors shall be taped to exclude moisture and shall be so kept until splices are made or terminal appliances attached. Ends of spare conductors shall be taped to exclude moisture. Powdered soapstone, talc, or other approved lubricant shall be used in placing conductors in conduit. A 1/4" nylon pull rope shall be installed in all new conduits and all existing conduits where a cable is added, or an existing cable is replaced. At least 2 feet of pull rope shall be doubled back into the conduit at each termination. Two (2) feet of slack shall be left for each conductor at each support pole and five (5) feet of slack at each pull box containing cable connections. Page 111 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 12 REVISION OF SECTION 613 LIGHTING Multi -conductor cable shall be spliced and insulated to provide a watertight joint to prevent absorption of moisture by the cable. All required wiring shal be performed in a neat, workmanlike manner. Wiring shall be routed to match existing cabinet wiring and fix to existing cabling or the cabinet chassis using wire ties or other approved connectors. All new wiring shall conform to NEC, IMSA and CDOT standards. LED Wiring At least one grounding electrode shall be installed adjacent to each light standard. Electrical Conductor Identification All electrical conductors shall be tagged as follows: Electrical conductor cable tags shall be located below the termination in the base of the pole, in the pull box, in the pedestal, and at the point of termination to existing facilities of the Local Utility Company supplying electrical service. The tags shall be attached with a cable tie. Information written on the tag shall include the direction and approximate length of cable, feeds running from where and to where, etc. Example: FEEDS TO PULL BOX FEEDS FROM XFMR 50' NORTH AND 75' WEST 250' SOUTH AND EAST THEN TO HIGHWAY SIGN 200' WEST Each incoming conductor shall be individually color coded with one (1) tape mark, while outgoing conductors shall have two (2) tape marks. Uniform tags are available in a Tag Kit. The Tag Kit consists of 100 tags, 3 -part yellow with one hole,100 black nylon ties, and one black permanent ink marker. 613.09 Lighting Control Center, Meter Power Pedestal and Secondary Service Pedestals. Each lighting control center, meter power pedestal, and secondary service pedestals shall include: (1) a load center, a panel board. (2) Contactors. (3) a maintenance receptacle. (4) a meter housing (if applicable). (5) a photoelectric control. (6) a grounding electrode system with ground wells (if applicable). (7) a NEMA 4 or NEW 3R enclosure with all related components. (8) HVAC (optional per region requirements). (9) snow skirt (optional per region requirements), and (10) connections to the power supply. Page 112 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 13 REVISION OF SECTION 613 LIGHTING One copy of the cabinet drawings, one -line diagram, luminaire schedule, and a list of all system components and their manufacturers shall be placed in a heavy-duty plastic envelope with side opening that is attached to the inside cabinet door. 613.10 Heavy Duty Safety Switch. Install disconnect (safety) switches as required for a complete operating system. Each safety switch shall include pad -lockable handle, reinforced, rejection type fuse clips, NEMA 3R enclosure unless otherwise noted, grounding system, and shall connect with conduit and wiring as required for a complete operating system. 613.11 Temporary Lighting. The temporary lighting system shall include the temporary light standard, luminaire, mast arm, conduit, wiring, power source, temporary metering per the local utility standards, and all related components and connections to the power source. Temporary lighting system shall meet the requirements of Section 715 unless otherwise approved by the Engineer. For temporary lighting, wood poles may be substituted for metal poles. (a) Temporary Lighting Levels. Temporary lighting shall provide lighting levels equal to or exceeding the existing lighting levels and quality. Temporary luminaires shall meet backlight, uplight, and glare ratings listed in Table 715-1. Permanent luminaires shall meet all requirements listed in Section 715. The Contractor shall keep the existing lighting system, the approved temporary replacements, or the temporary construction lighting in effective operation for the benefit of the traveling public during construction progress, except when shutdown is permitted to allow alteration or final removal of the system. Lighting system shutdowns shall not interfere with the regular lighting schedule unless otherwise permitted. Shutdown schedules are subject to approval by the Engineer. Existing installations to be removed shall be kept in operation until the new installations are operational, or as otherwise directed by the Engineer. The Contractor shall maintain, provide, and install temporary roadway lighting within the project limits throughout the entire construction schedule. The contractor is responsible for the design and maintaining of all temporary roadway lighting throughout all stages of the project throughout the project duration. Use of the existing lighting system, temporary roadway lighting poles and installation of the permanent lighting shall be permitted to achieve the required lighting level criteria. The Contractor shall submit a design for approval of the temporary roadway lighting. The submission shall show direct association to the proposed staging and construction schedule. No work shall commence until a temporary lighting design is approved by the Engineer. All luminaires that have been used for temporary lighting shall be cleaned before being reinstalled for other temporary lighting locations. The Contractor shall keep temporary construction lighting installations in effective operation until they are no longer required for the protection of the traveling public. Reusable equipment damaged when the Contractor is removing and salvaging existing material shall be replaced or repaired at the Contractor's expense. (b) Electrical Service. The Contractor is responsible for all work to gain approvals, coordinate with the appropriate electrical utility, and arrange for service work to provide power source location. The contractor is also responsible for the annual or monthly bill, and other tasks to provide electrical service for the temporary lighting. Page 113 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 14 REVISION OF SECTION 613 LIGHTING (c) Existing Systems. All circuits to lighting outside of Project scope shall stay energized without interruption. If damage is caused by the Contractors' operations, damaged facilities shall be repaired or replaced promptly at the Contractor's expense on. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the existing systems shall be kept in operation until the final connection to the modified circuit(s) is made. The modified circuit(s) shall be complete and operating by nightfall of the same day the existing system is disconnected. The Contractor shall determine the exact location of existing conduit runs and pull boxes before using equipment that may damage such facilities or interfere with any system. Existing materials which interfere with or which are incompatible with new construction shall be removed or salvaged in the order directed or approved before completion of the new construction. The Contractor shall notify CDOT and the appropriate utility at least four calendar days in advance of removing or salvaging the existing materials. Material damaged by the removal and salvage operations shall be repaired or replaced at the Contractor's expense. (d) Temporary Service. All temporary lighting standards and temporary meters shall be located outside of the clear zone, or protected behind appropriate barrier or impact attenuator, as approved by the Engineer. The Contractor shall install and energize the temporary lighting system prior to de -energizing and removing the existing lighting system. The Contractor shall be responsible for obtaining and paying for temporary power through the duration of the project. The Contractor shall be responsible for removing the temporary lighting system after the permanent lighting system has been installed and energized. The Contractor shall be responsible for notifying CDOT and the appropriate utility of cancellation of temporary electrical service. After removing the temporary lighting and temporary meter, the Contractor shall be responsible for canceling the temporary power service with the utility. 613.12 Testing. Prior to final acceptance, the Contractor shall complete all work necessary for the operation of the system and all electrical and lighting equipment installations are in proper working condition. Temporary power and all cable connections required for testing shall be provided by the Contractor. The Contractor shall contact CDOT Traffic Operation Supervisor, Greg Hergenreder, at 970-350-2290 (1 - week advance notice is required) to schedule a compliance inspection prior to flash operation. Flash operation shall run for five (5) consecutive days including a weekend. Upon completion of the inspection, the field operation testing shall begin. The complete traffic system shall be fully operational and fully tested at the completion of the project. The signal shall not be put in flash mode or made fully operational until CDOT has inspected and approved the installation and full compliance pavement markings are in place. The Contractor shall operate the lighting system from sunset to sunrise for ten consecutive days. Light sources, drivers or power sources, power generators, control systems, or photoelectric control that fail shall be replaced immediately. Replacement of these items will require a restart of the test. The Contractor shall perform grounding tests at each grounding system location including light standards, lighting control centers, meter power pedestals, and other grounding electrode locations. Grounding tests Page 114 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 15 REVISION OF SECTION 613 LIGHTING shall show that the ground resistance is 10 ohms or less. If the measured resistance to ground exceeds 10 ohms, additional grounding electrodes shall be added to the grounding electrode system at the Contractor's cost. The Contractor shall perform voltage drop tests at a point farthest from each circuit such that voltage drop is within 3 percent of supply voltage. The Contractor shall certify the records of all testing including grounding, voltage drop (within 3 percent) and other required tests as meeting specification requirements and submit the records to the Engineer. METHOD OF MEASUREMENT 613.13 Concrete Foundation Pads and Light Standard Foundations will be measured by the actual number installed and accepted. Light standards will be measured by the number of light standards installed. Luminaires will be measured by the number of luminaires of the specified initial luminaire lumens installed and accepted. Lighting control centers will be measured by the number of control centers installed. and accepted. Meter power pedestals will be measured by the number of pedestals installed and accepted by the local electrical utility. Secondary service pedestals will be measured by the number of pedestals installed. and accepted. Heavy Duty Safety Switches will be measured by the number of switches installed. and accepted. Conduit will be measured by the linear foot in place and shall include all expansion joints, conduit bodies, and other hardware for a complete installation. All wiring necessary for the complete installation will be measured as a single lump sum. The wiring pay item shall include all work and materials needed to provide fully functional traffic signals including but not limited to: wiring associated with the controller cabinet assembly, signal heads, detection systems, power meter, and communications as shown on the plans. Wired communication between cabinets shall consist of copper wire with ethernet (CAT5e) connections with ethernet/signal boosters. Pull and/or splice boxes will be measured by the number of boxes installed per the project plans. Work shall include furnish and installation of new pull box, modification of conduit ends if required, and all excavation, backfill and surface restoration. The unit price shall include the removal and replacement of existing grade and pre -construction condition — including landscaped areas. All other labor and materials necessary to complete the item are included. Temporary lighting shall include install and removal of the temporary light standards, luminaires, mast arms, temporary conduit, temporary wiring, and all other equipment necessary for the complete installation and accepted. Temporary lighting shall be measured as a single lump sum. Utility location or potholing for the purposes of conduit installation will not be measured and paid for separately but will be considered included in the unit price for conduit. Page 115 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 16 REVISION OF SECTION 613 LIGHTING Surface restoration shall be considered included in the unit price for this item and will not be measured and paid separately. No separate measurement or payment shall be made for irrigation system or landscape restoration required to be undertaken because of conduit installation. No separate measurement shall be made for any excavation or backfilling. Seeding, mulching and associated items required for landscape restoration around individual pull boxes shall be considered included in the unit price and will not be.measured and paid separately. Labor and materials to provide traffic signal and flashing beacon wiring on this project in accordance with this Project Special Provision shall be measured and reimbursed on a lump sum basis. No additional reimbursement for wiring shall be made outside of this item. Electrical conductor tagging will not be measured and paid separately but shall be considered included in the work. BASIS OF PAYMENT 613.14 The accepted quartities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. All new conduits shall be trenched or directionally bored as shown on the plans or as allowed by the Engineer. All new conduits shall be measured and paid as Electrical Conduit (Plastic) regardless of installation method. Electrical Conduit unit prices shall be full compensation for the work shown in the plans and described above, complete and in place. Payment will be made under: Pay Item Light Standard Foundation Concrete Foundation Pad Pay Unit Each Each ht Luminaire g_ED) Foot)(Furnish Only) (install O11!y) stall Only ache Each Ei Wring (Special) Lighting Control: Center Meter Power Pedestal Lump Sum Each Each ry ce Pestal Temporary Lighting Lump Sum ;VA, V .` Phase) ;.. a Circuit Breaker ( A, Pole) Safety Swiich (NEMA 3R, Type 3 Pull Box pole, Each Each Each 4 Pull l Ea 2 Inch Electrical Conduit (Bored) Linear Foot Linear Foot no E Electrical Service Modifications (Special) Service Meter Cabinet Page 116 of 262 Lump Sum Each Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 17 REVISION OF SECTION 613 LIGHTING The lump sum price bid for Temporary Lighting shall be full compensation for all work and materials, and the removal of all said temporary lighting at job completion. Payment for the temporary power shall not be included in the lump sum but shall be paid for under the Electrical Service Modifications (Special) pay item. When the Contractor, at their option, installs larger conduit than specified, it will be paid for at the original contract price for the size specified. The following items will not be measured and paid for separately, but shall be included in the work: (1) Soil testing for foundations (2) Junction boxes, pull wire, weather heads, adaptors, and expansion joints for conduit (3) Additional pull and/or splice boxes installed at the Contractor's option (4) Saw cutting; trenching; excavation; backfill; jacking; drilling pits; underground electrical warning tape; removal of pavement, sidewalks, gutters, and curbs and their replacement in kind to match existing grade; and all other work necessary to complete conduit installation (5) (6) (7) Electrical conductor tagging Direct burial cable in conduit Testing of the lighting installation, including temporary power and all required cable connections. The lump sum price bid for wiring will be full compensation for all electrical circuitry necessary to complete the electrical installation. All conductors in conduit, regardless of type, are part of the wiring item and will not be measured and paid for separately. END OF SECTION Page 117 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 1 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.01 shall include the following: All traffic signal devices shall be of the manufacturer and model specified in Table 614-1. Table 614-1 Equipment Manufacturers and Model Numbers Traffic Signal Item Manufacturer I Model Number Comments Items included in Intersection Detection System (Camera) Intersection Detection System (Camera) Iteris Next Vector Electronic Photo Controls Intermatic EK4536 Items included in Signal Head Backplates (Reflective) Backplate with Reflective Tape Pelco BK-8000-3-RT2-PNC AeroFlex Flexible Backplate,3 section, 2° wide reflective tape Diamond Grade Reflective Sheeting 3M 4081TT Fluorescent yellow Items included in Traffic Signal Face (12-12-12) Traffic Signal Housing McCain 12" diameter, polycarbonate, 3 section vertical, federal yellow Signal Visors McCain Polycarbonate, cap, federal yellow exterior, flat black interior Uniform Appearance LED Traffic Signal Module -Red Dialight 433-1210-003XL 12 inch, tinted Uniform Appearance LED Traffic Signal Module -Yellow Dialight 433-3230-901XL 12 inch, tinted Uniform Appearance LED Traffic Signal Module -Green Dialight 433-1220-001XL 12 inch, tinted Side of Pole Mount Traffic Signal Controls Yellow with Universal Hub Plates Mast Arm Mounting Hardware SkyBracket 59" bands, 3 section 46" tube Items included in Traffic Signal Face (12-12-12)(Flashing Yellow Arrow) Omni -directional Uniform Appearance LED Arrow - Red Dialight 432-1314-001XOD Tinted Omni -directional Uniform Appearance LED Arrow Yellow Dialight 431-3334-901XOD Tinted Omni -directional Uniform Appearance LED Arrow - Red Dialight 432-2324-001XOD Tinted Items included in Traffic Signal Controller, Cabinet, and Foundation Controller Intelight 2070LC ATC 332D Signal Control Cabinet McCain M31830 Auxiliary Output File Option Uninterrupted Power Supply CLARY SP1250LX 72 V, SNMP Card Option, Cabinet Drawer Assembly Epoc Manufacturing CABSP04189119123 By -Pass Switches CLARY SPD-302C Include Generator Plug and Cable (5 ft to Police Box) Page 118 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 2 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Table 614-1 (Continued) Equipment Manufacturers and Model Numbers Traffic Signal Item Manufacturer Model Number Comments Solid State Flasher PDC SSF-87 Replaceable Modules Items Included in Miscellaneous Traffic Signal Equipment SD Switch Peplink PSW-16-240W-RUG 16 Port, Rugged Option Radio airFiber AF-5XHD Include IP67 upgrade kit Radio Software airFiber airOS LTU Radio Antenna airFiber AF -5G23 -S45 Note: Table 614-1 may not be all inclusive and is only intended to provide information on the manufacturers and model numbers for equipment that CDOT has standardized on. There may be other unlisted equipment which is required that CDOT has not standardized on. This work consists of furnishing and the installation of new traffic signal backplates on traffic signal mast arms only. Louvered black backplates shall be furnished with a 2 -inch yellow reflective border along each of the horizontal and vertical components of each backplate. The 2 -inch yellow reflective border shall be installed by the manufacturer. This work includes furnishing and the installation of "ball cap" type visors. The visors shall be yellow in color. The work includes furnishing and the installation of a traffic signal controller, cabinet, and foundation. This work consists of installing County -furnished traffic signal poles, including mast arms and luminaire arms at the locations shown in the plans and as directed by the Engineer. The Contractor shall provide shop drawings for approval by the Engineer prior to the commencement of work. Subsections 614.06, 614.08 and 614.09 shall include the following: Installation Overview: For each traffic signal -light pole with mast arm, work will occur in four stages: A. Contractor will install a new foundation for the proposed traffic signal -light pole with materials and installation in accordance with Standard Drawing S-614-40; B. Contractor will pick up the pole, arms and other appurtenances from the County and transport same to the project site; C. Contractor will install the pole; and D. Contractor will install the mast arm, luminaire arm and luminaire. Following installation of luminaire and all mast -arm mounted equipment by the Contractor, the Contractor shall rake the pole to provide a true vertical after loading. Foundation work shall include grouting by the Contractor after pole rake is approved by the Engineer. Page 119 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 3 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES As part of the first stage, Contractor shall pick up anchor bolts from the County for transport to the project site and incorporation into the pole foundation installation. Pick up times, dates and locations shall be coordinated with the Engineer. Delete paragraph 1 in Subsection 614.08(b) and replace with the following: The traffic signal controller shal be an Intelight 2070LC ATC traffic signal controller obtained from AM Signal at CDOT's price. Al electric components of the controllers greater than 14 pins shall be of the socketed type. The controller assembly shall consist of a controller unit, cabinet, and all necessary auxiliary equipment to provide the operation as shown on the plans. The output file shall have eight "flash programming jumper blocks, " one for each of the eight phases. The cabinet foundation shall be done in accordance with CDOT M&S Standard S-614-42 and project special provisions. Load switches shall indicate input and output. Subsection 614.08(b) shall include the following: An uninterruptable power supply (UPS) shall be provided to run the signal for a minimum of 2 hours in all phases and flash up to an additional 4 hours. Subsection 614.08(i) shall include the following: Light Emitting Diode (LED) signal lenses shall be installed in all Red, Yellow and Green signal displays. The LED signal lenses for the 12" and 8" circular balls and 12" circular arrows are hereby added to the Standard Specifications and shall comply with the following requirements. A. Manufacturer Requirements and Approvals i. Manufacturers supplying products to this specification shall have a minimum of 13 years' experience manufacturing LED traffic signals with high flux LEDs used in North American. ii. Manufacturers supplying products to this specification must be a registered participant and have long -life module part numbers to be provided certified and listed on the Intertek-ETL LED Traffic Signal Modules Certification Program approved products website prior to bid opening. iii. Manufacturers supplying products to this specification shall manufacture and assemble products on an Intertek-ETL audited line located in the United States. iv. Unique part numbers shall be listed on manufacturers label proving differences between standard modules and long -life modules. v. If requested, documentation shall be provided by the manufacturer demonstrating changes made to their product that allows for ITE specification compliance over 15 -year warranty period. B. Physical and Mechanical Requirements — General i. Tinted or Non -Tinted Lens. Unless designated otherwise the standard lens color shall be tinted with a color meeting the colors required in paragraph 4.2 of the ITE Specification. The products shall be available with non -tinted lenses as an option. ii. LED module shall utilize high -flux LEDs rated at 1 watt or higher and have an incandescent, non-pixilated appearance when illuminated. The use of low power LEDS, for example 5mm LEDs, is not permitted in the design and production of long -life arrow products. iii. The external lens shall have a smooth outer surface to prevent the build-up of dirt/dust and shall be designed to minimize the potential for sun phantom signals. Page 120 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 4 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES iv. All LEDS used to illuminate circular signal modules shall be LEDs that have been manufactured using materials with industry acceptance as being suitable for use in outdoor applications. At no time is the use of LEDs that utilize AlGaAs technology acceptable. v. The thermal management system used in the traffic ball must be self-contained and internal to the traffic module. At no time shall the thermal management system used for the power supply or LEDs form any part of the external surface of the LED module. vi. All plastic components shall be molded and assembled in the United States. This includes back housing, spreading lens and front lens. Certificate of manufacturing location must be available and supplied at time of bid requested. vii. Lenses shall be hard coated in the United States. Certificate of manufacturing location must be available and supplied at time of bid if requested. Reflectors shall be metalized in the USA. Certificate of manufacturing location must be available and supplied at time of bid requested. C. Module Identification In addition to the required ITE labeling, all modules must be delivered with an ETL Verification label. This label designates the compliance and listing with the Intertek-ETL Traffic Signal Certification Program. D. Electrical — General i. The following color scheme shall be used for all module AC power leads: White for common, Red for the red ball signal, Yellow for the yellow ball signal and Brown for the green ball signal. ii. The AC power leads shall exit the module via a rubber -grommet strain relief and shall be terminated with insulated female quick connect terminals with spade/tab adaptors. The leads shall be separate at the point at which they leave the module. iii. All external wiring used in the LED traffic signal module shall be anti -capillary type wire to prevent the wicking of moisture to the interior of the module. iv. LED module and power supply shall be designed for ITE-compliance over a 15 -year life. v. To minimize the temperature exposure of the power supply, all power supplies shall be located at the bottom of the module when the arrow is facing left. vi. For additional protection from moisture, all power supplies shall be conformal coated for additional protection. E. Electrical Transient Voltage Protection In addition to the transient test requirements defined in the Design Qualification Testing section of the ITE Vehicle Traffic Control Signal Heads (VTCSH) specifications all power supplies used in the circular signals supplied to this specification shall be capable of passing an additional ring - wave surge testing in accordance with the IEEE Recommended Practice on Characterization of Surges in Low -Voltage (1000V and less) AC Power Circuits. ANSI/IEEE C62.41.2-2002, 6KV, 100kHz ring -wave with an output impedance of 30 ohms. The short circuit current shall be 200 Amps. F. Electrical — Power i. Typical wattages at 25° C for the 12" circular LED Traffic Signal Modules shall be: Red — 8 watts; Yellow —13 watts; and Green - 8 watts. ii. Typical wattages at 25° C for the 8" circular LED Traffic Signal Modules shall not exceed: Red —8 watts; Yellow —10 watts; and Green — 8 watts. Page 121 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 5 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES G. Quality Assurance i. Upon request, the supplier must provide an Intertek-ETL test report for the base model being supplied to this specification. ii. The base products must be listed in the Intertek Directory of LED Traffic Signal Modules Certified Products listing at the time of bid. Upon request, the supplier must provide a copy of the listing in the bid package. H. Warranty Requirements. Manufacturers shall provide a detailed written warranty issued by the factory of module origin with the following minimum provisions. i. Modules shall, at the manufacturer's option, be repaired or replaced if the module fails to function as intended due to workmanship or materials defects within the first 15 years from date of delivery. ii. Modules shall, at manufacturer's option, be repaired or replaced if the module exhibits luminous intensities less than the minimum specified values within the first 15 years from date of delivery. iii. Upon request, the LED lamp module manufacturer shall provide written documentation of its ability to satisfy a worst -case, catastrophic warranty claim. iv. A current corporate annual report duly certified by an independent auditing firm, containing financial statements illustrating enough cash on hand and net worth to satisfy a worst -case, catastrophic warranty claim is an example of suitable documentation. v. The documentation shall clearly disclose: 1] country in which the factory of module origin is located; and 2] name of the company/organization owning the factory of module origin including any/all of its parent companies and/or organizations, and their respective country of corporate citizenship. vi. For firms with business and/or corporate citizenship in the United States of less than fifteen (15) years, the process by which the end-users/owners of the modules will be able to obtain worst -case, catastrophic warranty service in the event of a bankruptcy or cessation of operations by the firm supplying the modules within North America, or in the event of bankruptcy or cessation of operations by the owner of the factory of origin shall be clearly disclosed. Subsection 614.09 shall include the following: Any work to facilitate the Contractor's methods of installation, such as removal of guardrail and/or any other installed feature for vehicle placement or any Contractor purpose, shall be included at no cost to the project and shall be subject to approval of the Engineer. If any feature is to be temporarily removed to facilitate the Contractor's methods, the feature shall be fully restored before the end of each working day. New overhead signals shall be mounted using a SkyBracket over the center of each designated approach lane. Holes used to mount traffic signal heads to the side of the poles shall be drilled and tapped. Regardless of pole -mount or overhead installation, if the proposed new signal head is to be installed in the same location as an existing head, the same mounting bracket may be re -used if compatible with the head to be installed and not damaged. If the head is new; is to be installed in a new location on the same mast arm; or if the previous mounting hardware is damaged; a new mounting bracket including all fasteners and attachments shall be provided by the Contractor. Page 122 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 6 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Yellow polycarbonate signal cap (ball cap design) visors, and louvered black backplates with a 2 -inch yellow reflective border shall be furnished and included in the unit cost of the item for Traffic Signal Face and will not be measured and paid separately. Throughout installation, Contractor shall coordinate as required with the Engineer and CDOT to schedule work activities including traffic control, determine delivery and/or pick-up of materials as may be required, and to facilitate efficient construction to the extent possible. Subsection 614.10(a) shall include the following: Contractor shall pick up pole, arms and associated equipment from the County and transport these items to the project site. Times, dates, and locations for pick up shall be scheduled at least 48 hours prior to the time the equipment is needed. All scheduling for the pick-up shall be coordinated with the Engineer. Procedure for Field Touch -Up: The Contractor shall furnish extra paint, both primer and color coat, to satisfy the needs of field touch-up requirements, in the event of minor physical damage to the coating from handling or transit. Damaged areas must be clean and dry before repair application. Field touch-up will be at the direction of the Engineer. Signal heads shall be bagged with "Out of Service" bags until read for operation as determined by the Engineer. Baggins shall cover any backplate border. Bags shall be black in color. Contractor shall adhere to the following requirements regarding Traffic Signal construction and maintenance personnel. Current Certificates showing qualifications shall be submitted at the preconstruction meeting. (1) For any work inside the traffic signal cabinet, a master electrician with IMSA Level II certification is required. This includes the completion of training in construction, corrective maintenance, and signal turn -on. (2) For all work external to the signal cabinet, a licensed journeyman with a minimum IMSA Level I is required. A maximum ratio of four licensed journeyman IMSA Level Ito one master electrician IMSA Level II will be allowed for work external to the signal cabinet. The United States Department of Labor — Bureau of Apprenticeship and Training may be substituted for the IMSA Level I Traffic Signal Electrician requirement. Subsection 614.10(b) shall include the following: Electrical disconnect boxes shall be provided at the connection point of each power source or point of service. Boxes shall be weatherproof, NEMA type circuit breaker enclosures, and lockable. Subsection 614.10(e) shall include the following: The cabinet foundation shall have a concrete pad/walkway on all sides per Standard S-614-22. Subsection 614.10(i) shall include the following: The Contractor shall have 1 hour to respond to traffic signal maintenance. The Contractor shall provide an on -call contact name and phone number to the Engineer. Page 123 of 262 Project # SHO CO30-083 Subaccount # 23901 May 19, 2021 6 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Subsection 614.13 shall include the following: The pay item for Traffic Signal Face shall include all labor and materials required to install the new signal head. LED signal lenses, v sors, backplates, and mounting brackets (where required) shall be included in the unit cost of the item for Traffic Signal Face and will not be measured and paid separately. Installation of traffic signal -light poles shall be measured and paid by the number of poles physically installed. All labor and materials required to install the pole and arms at the required mounting heights are considered included. Bagging will not be measured and paid for separately but shall be included in the cost of the work. Costs incurred by the Contactor to pick-up poles, arms or mounting hardware and transport same to the project site are included in the unit cost for this item and will not be measured and paid for separately. The cabinet foundation and concrete pad/walkway shall be included in the cost of the cabinet. Foundations, traffic control devices and luminaire installation items are tabulated and paid separately under the appropriate Secions. Subsection 614.14 shall iiclude the following: Pay Item Pay Unit Signal Head Backplates (Reflective)(Special) Each Traffic Signal. Face (12-12-12)(Special) Each Traffic Signal Face (12-12-12) (Flashing Yellow Arrow)(Special) Each Traffic Signal Controller, Cabinet, & Foundation (Special) Each Fire Preemption Unit and Timer (Install Only) Each Flashing Beacon Assembly (Solar Powered)(Special) Each Intersection Detection System (Camera) (Special) Each Miscellaneous Traffic Signal Equipment(Special) Each Traffic Signal -Light Pole Steel (1-30 Foot Mast Arm)(Install Only) Each Traffic Signal -Light Pole Steel (1-45 Foot Mast Arm)(Install Only) Each END OF SECTION Page 124 of 262 Project # SHO CO30-083 Subaccount # 23901 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIAL PROVISIONS Date Page Required Contract Provisions — Federal Aid Construction Contracts (July 1, 2020) 126-142 Wage Determination (January 1, 2021) 143-149 Affirmative Action Requirements — Equal Employment Opportunity (October 1, 2019) 150-159 Revision of Section 101 — Holidays (September 17, 2020) 160 Revision of Section 101 — Record Set (January 20, 2021) 161 Revision of Section 102 — Interpretation of Plans and Specifications (December 28, 2020) 162 Revision of Section 103 — Award and Execution of Contract (September 18, 2020) 163 Revision of Section 104 — Scope of Work (January 20, 2021) 164 Revision of Section 105 — Control of Work (January 20, 2021) 165-167 Revision of Section 105 — Control of Work (December 28, 2020) 168-169 Revision of Section 106 — Control of Material (January 20, 2021) 170 Revision of Section 107 — Legal Responsibility to Public (January 20, 2021) 171 Revision of Section 107 — Project Safety Plan (April 30, 2020) 172 Revision of Section 107 — Water Quality Control (December 29, 2020) 173-178 Revision of Section 109 — Prompt Payment (Local Agency) (October 1, 2019) 179-180 Revision of Section 207 — Topsoil (July 9, 2020) 181-186 Revision of Section 208 — Erosion Control (December 29, 2020) 187-210 Revision of Section 212 - Soil Amendments, Seeding, and Sodding (July 7, 2019) 211-227 Revision of Section 503 — Drilled Shafts (January 20, 2021) 228 Revision of Section 601— Structural Concrete (January 20, 2021) 229-247 Revision of Section 602 — Reinforcing Steel (September 3, 2020) 248-251 Revision of Section 625 — Construction Surveying (October 1, 2019) 252 Revision of Section 625 — Construction Surveying (January 20, 2021) 253 Revision of Section 715 — Lighting and Electrical Materials (September 18, 2020) 254-262 Page 125 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: For TAP (Transportation Alternatives Program) funded Recreational Trails projects, Section I (4) regarding convict labor and all of Section IV of the FHWA 1273 do not apply. Except for Local Agency projects not using LCPTracker for reporting, the Contractor and all subcontractors who are subject to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPTracker, utilizing the following web link: httos://prod.lcptracker.net/WebForms/loain.aspx The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within the LCPTracker system and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the project, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. Each construction subcontractor shall submit their payrolls directly into LCPTracker for approval by the Contractor. The Contractor shall submit and approve their own payrolls in LCPTracker. The Engineer will approve or reject weekly payrolls for the Contractor. Page 126 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement, or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor, or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor, or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. Page 127 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to Page 128 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: Page 129 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): Page 130 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 6 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. Ill. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. Davis -Bacon and Related Act Provisions This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such Page 131 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 7 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. a. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for frnge benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. Page 132 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 8 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. Page 133 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 9 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (2) Each payroll submitted shal be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must Page 134 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. Page 135 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 11 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for al hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. Page 136 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 12 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, Page 137 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 13 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to a8 Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, ar employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: Page 138 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 14 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower - tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers to any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. Page 139 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 15 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faits the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntary excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower ter participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). Page 140 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 16 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection Page 141 of 262 Project # SHO CO30-083 Subaccount # 23901 July 30, 2020 17 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS with this Federal contract, grail, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertrent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of tie contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. Page 142 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 1 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 Decision Nos. CO20210014 dated January 1, 2021 supersedes Decision Nos. CO20200014 dated January 3, 2020. Modifications ID MOD Date Page Number Numbers) When work within a project is located in two or more counties and the minimum wages and fringe benefits are different for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project. General Decision No. CO20210014 applies to the following counties: Larimer, Mesa, and Weld counties. General Decision No. CO20210014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR: Drill Rig Caisson 1714 Smaller than Watson 2500 and similar 28.25 10.70 1715 Watson 2500 similar or larger 28.57 10.70 Oiler 1716 Weld 27.49 10.70 General Decision No. CO20210014 The wage and fringe benefits listed below do not reflect collectively bargained rates. CARPENTER: 1717 Excludes Form Work 20.72 5.34 Form Work Only 1718 Larimer, Mesa 18.79 3.67 1719 Weld 16.54 3.90 CEMENT MASON/CONCRETE FINISHER: 1720 Larimer 16.05 3.00 1721 Mesa 17.53 3.00 1722 Weld 17.48 3.00 ELECTRICIAN: Excludes Traffic Signalization 1723 Weld 33.45 7.58 Traffic Signalization 1724 Weld 25.84 6.66 Page 143 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 2 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 General Decision No. CO20210014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod FENCE ERECTOR: 1714 Weld 17.46 3.47 GUARDRAIL INSTALLER: 1715 Larimer, Weld 12.89 3.39 HIGHWAY/PARKING LOT STRIPING: Painter 1716 Larimer 14.79 3.98 1717 Mesa 14.75 3.21 1718 Weld 14.66 3.21 IRONWORKER: Reinforcing (Excludes Guardrail Installation) 1719 Larimer, Weld 16.69 5.45 Structural (Excludes Guardrail Installation) 1720 Larimer, Weld 18.22 6.01 LABORER: Asphalt Raker 1721 Larimer 18.66 4.66 1722 Weld 16.72 4.25 1723 Asphalt Shoveler 21.21 4.25 1724 Asphalt Spreader 18.58 4.65 1725 Common or General 16.29 4.25 1726 Concrete Saw (Handheld) 16.29 6.14 1727 Landscape and Irrigation 12.26 3.16 1728 Mason Tender - Cement/Concrete 16.29 4.25 Pipelayer 1729 Larimer 17.27 3.83 1730 Mesa, Weld 16.23 3.36 1731 Traffic Control (Flagger) 9.55 3.05 Page 144 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 3 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 General Decision No. CO20210014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod LABORER (con't): Traffic Control (Sets Up/Moves Barrels, Cones, Installs signs, Arrow Boards and Place Stationary Flags), (Excludes Flaggers) 1714 Larimer, Weld 12.43 3.22 1715 PAINTER (Spray Only) 16.99 2.87 POWER EQUIPMENT OPERATOR: Asphalt Laydown 1716 Larimer 26.75 5.39 1717 Mesa, Weld 23.93 7.72 1718 Asphalt Paver 21.50 3.50 Asphalt Roller 1719 Larimer 23.57 3.50 1720 Mesa 24.25 3.50 1721 Weld 27.23 3.50 Asphalt Spreader 1722 Larimer 25.88 6.80 1723 Mesa, Weld 23.66 7.36 Backhoe/Trackhoe 1724 Larimer 21.46 4.85 1725 Mesa 19.81 6.34 1726 Weld 20.98 6.33 Bobcat/Skid Loader 1727 Larimer 17.13 4.46 1728 Mesa, Weld 15.37 4.28 1729 Boom 22.67 8.72 Broom/Sweeper 1730 Larimer 23.55 6.20 1731 Mesa 23.38 6.58 1732 Weld 23.23 6.89 Page 145 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 4 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 General Decision No. CO20210014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR (con't): Bulldozer 1714 Larimer, Weld 22.05 6.23 1715 Mesa 22.67 8.72 1716 Crane 26.75 6.16 Drill 1717 Larimer, Weld 31.39 0.00 1718 Mesa 35.06 0.00 1719 Forklift 15.91 4.68 Grader/Blade 1720 Larimer 24.82 5.75 1721 Mesa 23.42 9.22 1722 Weld 24.53 6.15 1723 Guardrail/Post Driver 16.07 4.41 1724 Loader (Front End) 1725 Larimer 20.45 3.50 1726 Mesa 22.44 9.22 1727 Weld 23.92 6.67 Mechanic 1728 Larimer 27.68 4.57 1729 Mesa 25.50 5.38 1730 Weld 24.67 5.68 Oiler 1731 Larimer 24.16 8.35 1732 Mesa 23.93 9.22 Roller/Compactor (Dirt and Grade Compaction) 1733 Larimer 23.67 8.22 1734 Mesa, Weld 21.33 6.99 Page 146 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 5 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 General Decision No. CO20210014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR (con't.): Rotomill 1714 Larimer 18.59 4.41 1715 Weld 16.22 4.41 Scraper 1716 Larimer 21.33 3.50 1717 Mesa 24.06 4.13 1718 Weld 30.14 1.40 Screed 1719 Larimer 27.20 5.52 1720 Mesa 27.24 5.04 1721 Weld 27.95 3.50 1722 Tractor 13.13 2.95 TRAFFIC SIGNALIZATION: Groundsman 1723 Larimer 11.44 2.84 1724 Mesa 16.00 5.85 1725 Weld 16.93 3.58 TRUCK DRIVER: Distributor 1726 Larimer 19.28 4.89 1727 Mesa 19.17 4.84 1728 Weld 20.61 5.27 Dump Truck 1729 Larimer 18.86 3.50 1730 Mesa 15.27 4.28 1731 Weld 15.27 5.27 Page 147 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 6 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 General Decision No. CO20210014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod TRUCK DRIVER (cori't.): Lowboy Truck 1714 Larimer 18.96 5.30 1715 Mesa, Weld 18.84 5.17 1716 Mechanic 26.48 3.50 Multi -Purpose Specialty & Hoisting Truck 1717 Larimer, Mesa 16.65 5.46 1718 Weld 16.87 5.56 1719 Pickup and Pilot Car 13.93 3.68 1720 Semi/Trailer Truck 18.39 4.13 1721 Truck Mounted Attenustor 12.43 3.22 Water Truck 1722 Larimer 19.14 4.99 1723 Mesa 15.96 5.27 1724 Weld 19.28 5.04 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. Page 148 of 262 Project # SHO CO30-083 Subaccount # 23901 DATE: January 1, 2021 7 U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO20210014 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination • a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION NO. CO20210014 Page 149 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 1 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY A. AFFIRMATIVE ACTION REQUIREMENTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area are as follows: Goals and Timetable for Minority Utilization Timetable - Until Further Notice Economic Area Standard Metropolitan Statistical Area (SMSA) Counties Involved Goal 157 (Denver) 2080 Denver -Boulder Adams, Arapahoe, Boulder, Denver, Douglas, Gilpin, Jefferson 13.8% 2670 Fort Collins Larimer 6.9% 3060 Greeley Weld 13.1% Non SMSA Counties Cheyenne, Clear Creek, Elbert, Grand, Kit Carson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washington & Yuma 12.8% 158 (Colo. Spgs. - Pueblo) 1720 Colorado Springs El Paso, Teller '10.9% 6560 Pueblo Pueblo 27.5% Non SMSA Counties Alamosa, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, Huerfano, Kiowa, Lake, Las Animas, Lincoln, Mineral, Otero, Prowers, Rio Grande, Saguache 19.0% 159 (Grand Junction) Non SMSA Archuleta, Delta, Dolores, Eagle, Garfield, Gunnison, Hinsdale, La Plata, Mesa, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Routt, San Juan, San Miguel 10.2% 156 (Cheyenne - Casper WY) Non SMSA Jackson County, Colorado 7.5% GOALS AND TIMETABLES FOR FEMALE UTILIZATION Until Further Notice 6.9% -- Statewide These goals are appicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non -federally involved construction. Page 150 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 2 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" is the county or counties shown on the Invitation for Bids and on the plans. In cases where the work is in two or more counties covered by differing percentage goals, the highest percentage will govern. B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these Specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes; (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. Page 151 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 3 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 3. If the Contractor is paricipating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and tainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contactor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its onion have employment opportunities available, and maintain a record of the organization's responses. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source of Page 152 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 4 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY community organization and of what action was taken with respect to each individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. c. Provide immediate written notification to the Director when the union with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when he Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. d. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. e. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the Contractor's EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. f. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. g. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business. h. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. i. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. J• Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. k. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. such opportunities. Page 153 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 5 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY I. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. m. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single - user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. n. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. o. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligation. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor - union contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation makes a good faith effort to meet its individual goal and timetables and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized'. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Page 154 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 6 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract provisions. b. The Contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specific requirement activities of equal employment opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway Program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The Contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program; It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training. Page 155 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 7 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway agency contracting officers and equal employment opportunity officer (herein after referred to as the EEO Officer) who will have the responsibility for an must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum; (1) Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2) All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the Contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the Contractor. (3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group emp oyees. b. In order to make the contractor's equal employment opportunity policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor will take the following actions: (1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2) The Contractor's equal employment opportunity policy and the procedures to implement such policy will be broug''it to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 2. Recruitment. a. When advertising for employees, the Contractor will include in all advertisements for employees the notation; "An Equal Opportunity Employer." All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the Contractor will, through his EEO Officer, Page 156 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 8 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY identify sources of potential minority group employees and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed; a. The Contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his avenues of appeal. 7. Training and Promotion. a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the- job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Page 157 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 9 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women with the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within he time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority -owned construction firms from State highway agency personnel. b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10. Records and Reports. a. The Contractor will keep such records as are necessary to determine compliance with the Contractor's equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The Progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force). Page 158 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 10 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The Contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR 1391. END OF SECTION Page 159 of 262 Project # SHO CO30-083 Subaccount # 23901 September 17, 2020 1 REVISION OF SECTION 101 HOLIDAYS Section 101 of the Standard Specifications is hereby revised for this project. Delete Subsection 101.36 and replace with the following: 101.36 Holidays. Holidays recognized by the State of Colorado are: New Year's Day Dr. Martin Luther King, Jr. Day President's Day Cesar Chavez Day Memorial Day Independence Day Labor Day Frances Xavier Cabrini Day (Cabrini Day) Veterans Day Thanksgiving Day Christmas Day When New Year's Day, Cesar Chavez Day, Independence Day, or Christmas Day falls on a Sunday, the following Monday shall be considered a holiday. When one of these days falls on a Saturday, the preceding Friday shall be considered a holiday. Page 160 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTION 101 RECORD SET Section 101 of the Standard Specifications is hereby revised for this project. Delete Subsection 101.57 and replace with the following: 101.57 Record Set. A reproduction of a drawing or set of drawings, design calculations, or other record of engineering work required to be performed by the Contractor's engineer, which is electronically sealed by the Contractor's engineer using Adobe Sign software and in accordance with the Bylaws and Rules of the State Board of Licensure for Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. Page 161 of 262 Project # SHO CO30-083 Subaccount # 23901 December 28, 2020 1 REVISION OF SECTION 102 INTERPRETATION OF PLANS AND SPECIFICATIONS Section 102 of the Standard Specifications is hereby revised with the following: 102.04 Interpretation of Plans and Specifications. Any changes to proposal forms, plans, or specifications prior to the opening of proposals wil be issued by the Department through posting of the changes on the Department's Schedule Bid Openings web page, Business Management System (B2G), and the Electronic Bid System. Certain individuals are named in the project specifications who have authority to provide information, clarification or interpretation to bidders prior to opening of proposals. Information obtained from persons other than those named individuals is invalid and shall not be used for bidding purposes. Page 162 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 1 REVISION OF SECTION 103 AWARD AND EXECUTION OF CONTRACT Section 103 of the Standard Specifications is hereby revised for this project. Delete Subsection 103.03 and replace with the following: 103.03 Requirement of Contract Bonds. At the time of the execution of the Contract, the successful bidder shall furnish a Contract Payment Bond and a Contract Performance Bond. Each bond shall be in a penal sum equal to the nearest integral one hundred dollars in excess of the sum of the original bid items plus all force account items specified in the project special provisions to be included in the payment and performance bonds. The Contract Payment Bond and the Contract Performance Bond shall remain in full force and effect for the term of the Contract. The bonds and the security shall be acceptable to the Department. Page 163 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 104.07(b)(3) and replace it with the following: (3) A complete set of plans and specifications showing the proposed revisions relative to the original Contract. This portion of the submittal shall include design notes and construction details. The Contractor's Engineer shall electronically seal the proposed plans and specifications. Delete Subsection 104.07(d)(3) and replace it with the following: 3. At the completion of the VECP design work, the Contractor shall furnish CDOT any additional documentation such as surveys, geotechnical reports, documentation, or calculations and shop drawings required to complete the work. At the completion of the project, the Contractor shall furnish CDOT with Professional Engineer electronically sealed Record sets, and As -Constructed plans showing the VECP work. Page 164 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project. Delete Subsection 105.02(b) and replace with the following: (b) Shop drawings, Working Drawings, and Other Submittals - General. All work shall be performed in accordance with the plans, reviewed shop drawings, working drawings, or other submittals. Specific requirements for the required shop drawings, working drawings, and other submittals for this project are contained in the specifications. The Contractor shall be responsible for the accuracy of all dimensions and quantities shown on the shop drawings, working drawings, and other submittals. The Contractor shall correlate all information in the Contract, in the submittals, and in all revisions at the project site to insure that there are no conflicts and that the work can be constructed as shown. The Contractor shall be responsible for all information that pertains to the fabrication processes and methods of construction. Shop drawings, working drawings, and other submittals shall be delivered to the Engineer. The Contractor shall notify the Engineer, in writing, at the time of submittal of shop drawings, working drawings, and other submittals, of any information submitted that deviates from the requirements of the plans and specifications. In addition, specific notation of the deviations or changes from the plans and specifications shall be placed on the shop drawing, working drawing, or other submittal. As defined in Table 105-1, the first sheet or page of each set of shop drawings, working drawings, and other submittals shall be stamped "Approved for Construction" and signed or electronically sealed by the Contractor. Submittals shall be made in complete packages which will allow the Engineer to properly review them for general compliance with the Contract and to effectively evaluate the proposed methods of construction. The allowed time for review shall not begin until such submittals are complete. The format of the shop drawings, working drawings, and other submittals shall be as follows: 1. Electronic shop drawings and working drawings are preferred. Computer drafted 11 -inch by 17 -inch drawings may be submitted. 2. All manually drafted shop drawings and working drawings shall be 34 inches long by 22 inches wide overall. There shall be a 2 -inch margin on the left side of the sheet and a'/ -inch margin on the other three sides. A blank space, 6 inches long by 3 inches wide, shall be left available near the lower right-hand corner of shop drawings, for the Engineer's review stamp or seal. 3. There shall be a title block in the lower right-hand corner of each sheet. The title block shall show the project number, structure number, the location of the structure, the contents of the sheet, designer/engineer, sheet number, and revision number. 4. Design notes, calculations, lists, reports, descriptions, catalog cuts, and other non -drawing submittals shall be submitted on 8'/ -inch by 11 -inch sheets. 5. Unless otherwise specified, seven sets of shop drawings, and other submittals shall be submitted to the Engineer. One additional set of shop drawings shall be submitted for each railroad company. 6. Unless otherwise specified, two sets of working drawings shall be submitted to the Engineer. The Contractor's Engineer, shall electronically seal the shop drawings, working drawings, other submittals and all revisions when required by the specifications. CDOT will not accept nor return submittals without the required seal. Table 105-1 at the end of subsection 105.02, summarizes the minimum required submittals in one location for information and clarifies the type of submittal and whether the Contractor's Engineer shall electronically seal the submittal. Table 105-1 may not be all inclusive. The Contractor shall provide all submittals required by the Contract, including those not listed in the table. Page 165 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 2 REVISION OF SECTION 105 CONTROL OF WORK Delete Table 105-1 and replace with the following: Table 105-1 SUMMARY OF CONTRACTOR SUBMITTALS Section Description Type Contractor P.E. Seal 504 MSE Walls (Contractor Alternative) Shop Drawing Yes 504 MSE Walls (Default Design) Shop Drawing No 508 limber Structures Shop Drawing No 509 Steel Structures Shop Drawing No 512 Bearing Devices Type II Shop Drawing No 512 Bearing Devices Type Ill Shop Drawing Yes 514 Pedestrian and Bikeway Railing Working Drawing No 518 Expansion Devices: 0-4" Working Drawing No 518 Expansion Devices: 0-6", 9", 12". Shop Drawing Yes 601 & 618 Precast Panel Deck Forms Working Drawing No 601 Permanent Steel Bridge Deck Forms Working Drawing Yes 601 Falsework Working Drawing Yes 602 Reinforcing Steel Working Drawing No 606 Bridge Railing Working Drawing No 607 Sound Barriers (Alternative) Shop Drawing Yes 607 Sound Barriers (Default Design) Working Drawing No 613 Light Standards (Low Mast) Working Drawing Yes 613 Light Standards (High Mast) Working Drawing Yes 614 Overhead Sign Structures Shop Drawing Yes* 614 Variable Message Signs (Cabinet and tilting Working Drawing Yes 614 Traffic Signal Pole (Mast Arm) Shop Drawing No 614 Traffic Signal Pedestal Pole Working Drawing Yes 614 Traffic Signal Equipment Working Drawing No 618 Prestressed Concrete (Pre -tensioned) Shop Drawing Yes* 618 Prestressed Concrete (Post -tensioned) Shop Drawing Yes* 618 Steel Diaphragms between Prestressed Working Drawing No 628 Pre -fabricated Pedestrian Bridges Shop Drawing Yes *An electronic P.E. seal is required where the Contractor has provided the design for the item or performed engineering to modify the details shown on the plans. The P.E. seal is not required where complete details are provided on the plans. Delete subsection 105.08 and replace with the following: 105.08 Document Management and Professional Engineer and Professional Land Surveyor Electronic Seals. Where the specifications require the Contractor to submit or return documents either in writing or the format is not specified, an electronic file is preferred. The Contractor shall submit the schedule native file, video recordings, photographs, image files, and other media formats in their native file formats. When the document format is not specified, the contactor shall submit electronic documents in PDF. When a submittal requires multiple copies, one electronic document shall satisfy the requirement. Page 166 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 3 REVISION OF SECTION 105 CONTROL OF WORK Where a signature is needed, an electronic signature is acceptable. An original signature is a signature signed in ink. Where original signatures or original documents are required a scanned shall satisfy the requirement. The Department and Contractor shall use Adobe Sign software to route and sign Contract Modification Orders and change orders for signature. An electronic seal is when a Contractor's Engineer, a Professional Engineer or a Professional Land Surveyor affix their electronic signature and seal to plans or documents prepared under their responsible charge or control. Adobe Sign software shall be used for electronic seals on documents and electronic seals shall comply with the requirements of the Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. The Contractor shall submit as built plans using the template provided by the Project Engineer. Page 167 of 262 Project # SHO CO30-083 Subaccount # 23901 December 28, 2020 1 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised: Subsection 105.02 (f) shall include the following: The Contractor shall provide pile and caisson tip elevations and provide all refusal & restrike information, driving records and PDA information to the Engineer prior to proceeding with further construction for permanent archiving. Section 105.03 Conformity to the Contract, 5"' paragraph below the "Multiplier for HMA Price Reductions" table shall be revised to include the following: The Contractor will not have the option of accepting a price reduction in lieu of producing specification material. Continued production of non -specification material will not be permitted. Material which is obviously defective may be isolated and rejected without regard to sampling sequence or location within a lot. (a) Retroreflectivity of High Budd Acrylic Waterborne Paint and Modified Epoxy Pavement Marking. Retroreflectivity of High Buld Acrylic Waterborne Paint and Modified Epoxy Pavement Marking shall be tested as follows: 1. The Contractor shall take retroreflectivity readings on all high build acrylic waterborne paint and modified epoxy pavement marking lines for each day of roadway striping work completed on the project. A test section is defined as each continuous line type (lane lines, centerlines, edge lines, channelizing lines, and others) 500 feet in length at a location that is selected by the Engineer using a Random Number Generator, which will be the representation of the work that has been completed in a single day. The Contractor shall use a Contractor -furnished retroreflectometer conforming to ASTM E1710 or AASHTO TP111. The retrorefleclor meter shall be calibrated, tested and operated in accordance with manufacturer recommendations. The Contractor shall take 10 retroreflectivity readings within the test section for each stripe. These 10 readings shall be taken approximately 40 feet apart and shall be averaged to determine the retroreflectivity of that test section of striping. In cases where striping is less than 500 feet long, 10 reacings shall be taken in 10 equal intervals. 2. The calibration for the retroreflector meter shall be witnessed and verified by the Engineer every day, prior to the readings being taken. The retroreflectivity readings shall be taken in the presence of the Engineer no sooner than 3 days and no later than 21 days after the marking is tack free. All scheduled readings within this timeline or beyond resulting in a reduced reading and/or failure will be at the risk of the Contractor. Initial minimum retroreflectivity reading (mcd/m2/lux) in the representative test section of pavement marking paint shall be according to the following table. The pay factor for High Build Acrylic Waterborne Paint and Modified Epoxy Pavement Marking which is allowed to remain in place at a reduced price, shall be according to the following table and shall be applied to the unit bid price for Item 627, High Build Acrylic Waterborne Paint and Modified Epoxy Pavement Marking, and applied to the work completed in the respective day. 3. Prior to taking retroreflectivity readings, the Contractor shall remove at the retroreflectivity reading locations any excess beads placed during marking application. Page 168 of 262 Project # SHO CO30-083 Subaccount # 23901 December 28, 2020 2 REVISION OF SECTION 105 CONTROL OF WORK Color Retroreflectivity Reading (R) in the representative test section (mcd/m2/lux) Pay Factor %) .. ... Modified Epoxy High Build'Aeryliie Waterborne Paint R > 350 R ≥ 300 100 White 300≤R<350 250≤R<300 75 R < 300 R < 250 Remove and replace R > 200 R ≥ 150 100 Yellow 150 ≤ R < 200 100 ≤ R < 150 75 <,150 R 100 Remove and replace 4. Retroreflectivity readings may be altered by chip seals, rumble strips, wet surfaces, ice treatment, snow conditions, or abnormal pavement conditions. If the Engineer determines that accurate reading cannot be taken within the specified timeline in accordance with the manufacturer's recommendations, through no fault of the Contractor, the Engineer may waive the requirements for testing and pay reduction. 5. Any and all work, including traffic control required for retroreflectivity readings, shall be included in the cost of the unit bid price for Item 627. Page 169 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard SpecifEations is hereby revised for this project as follows: Delete Subsection 106.02 (b) and replace with the following: (b) Contractor Source. Sources of sand, gravel, or borrow other than available sources will be known as contractor sources. The contractor source will be tested by the Department and approved by the Engineer prior to incorporation of the material into the project. If the submitted materials do not meet the contract specifications it will become the Contractor's responsibility to re -sample and test the material. The Contractor shall supply the Department with passing test results from an AASHTO accredited laboratory electronically sealed by a Professional Engineer. If requested by the Engineer, the Department will then re -sample and re -test the material for compliance to the contract specifications. The Contractor shall produce material which meets contract specifications throughout construction of the project. The cost of sampling, testing, and corrective action by the Contractor will not be paid for separately but shall be included in the work. The Contractor shall obtan all permits and agreements necessary to explore and remove material from a contractor source. The Contractor shall also be responsible for any costs or delays associated with obtaining these permits and agreements. For each source of imported embankment or topsoil the Contractor shall provide the following certification. The Contractor shall assure and certify that unacceptable levels of hazardous waste and substances; including but not limited to those defined in the Code of Federal Regulations, 40 CFR Part 261 Subparts C and D, and the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Section 101(14) as amended; are not incorporated into the project as a result of importing embankment or topsoil materials. For each contractor source outside of the project limits, the Contractor shall submit such certification to the Engineer, signed by either a Certified Industrial Hygienist (CIH), Certified Hazardous Materials Manager (CHMM), Certified Safety Professional (CSP), or Registered Environmental Manager (REM) or electronically sealed by a registered Professional Engineer (PE). If contractor source material for embankment or topsoil, originating outside of the project limits, is placed on the project and is at any time found to be contaminated with unacceptable levels of hazardous waste or substances, the Contractor shall remove the contaminated material from the Department's right of way, dispose of it in accordance with applicable laws and regulations, and make necessary restoration. The cost of complying with these requirements, including sampling, testing, and corrective action by the Contractor, shall be included in the work. Page 170 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 107.15 (a)(4)(2) and replace with the following: (2) The Contractor's Engineer shall electronically seal plans, specifications, and submittals including but not limited to: (i) Shop drawings and working drawings as described in subsection 105.02. (ii) Mix Designs. (iii) Contractor performed design work as required by the plans and specifications. (iv) Change Orders. (v) Approved Value Engineering Change Proposals. Page 171 of 262 Project # SHO CO30-083 Subaccount # 23901 April 13, 2020 1 REVISION OF SECTION 107 PROJECT SAFETY MANAGEMENT PLAN Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06a shall include the following: (13) The safety plan should address issues including, but not limited to the following: Protocols for requiring symptomatic individuals to stay away from the project site. Protocols for identifying and protectiig vulnerable individuals. Protocols on reporting of potential and confirmed infections to project and CDOT staff. Cleaning and sanitizing of devices and materials brought to the site for installation. Cleaning and sanitizing practices fcr equipment, workspaces, and sanitation facilities both for everyday situations and for a situation where a worker is found to have been infected by the pandemic virus. Provisions and protocols for washing hands or other means of hand sanitizing. The planned use of shift work to minimize interpersonal contact between crews. Task specific protocols that ensure people minimize contact and maximize social distancing while performing particular jobs. For example, rules for laborers to follow when forced to work in close quarters like tying steel on a structure, or installing pipe in a trench, or other similar operations. Protocols to ensure materials testers, inspectors and other project staff can perform their work while maintaining proper social distancing from contractor staff. This includes the exchange of necessary documents like load tickets, COCs, payroll information etc. Meeting arrangements, including techniques for remote meetings, and maintaining 6 feet minimum spacing if face-to-face meetings are unavoidable, and when trying to verbally communicate around loud machinery and operations. Protocol and plan for enforcement on who may access Field office and Material testing trailers to ensure social distancing is maintained. Protocols to ensure staff maintain social distancing while taking breaks from work activities, including the use of temporary lodging on remote jobs. Supplemental PPE to be used during the pandemic. Page 172 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 1 REVISION OF SECTIONS 107 WATER QUALITY CONTROL Section 107 of the Standard Specifications is hereby revised for this project as follows: Section 107.25 of the Standard Specifications is hereby deleted and replaced as follows: 107.25 Water Quality Control. The project work shall be performed using practices (including but not limited to those listed below) that minimize the pollution of any State waters, including wetlands. (a) Definitions. (1) Areas of Disturbance (AD). Locations where any activity has altered the existing soil cover or topography, including vegetative and non -vegetative activities during construction. (2) Construction Site Boundary/Limits of Construction (LOC). The project area defined by the Environmental Clearance document. (3) Discharge of Pollutants. One or more pollutants leaving the Limits of Construction (LOC) or entering State waters or other conveyances. (4) Limits of Disturbed Area (LDA). Proposed limits of ground disturbance as shown on the Plans. (5) Pollutant. Dredged spoil, dirt, slurry, solid waste, incinerator residue, sewage, sewage sludge, garbage, trash, chemical waste, biological nutrient, biological material, radioactive material, heat, wrecked or discarded equipment, rock, sand, or any industrial, municipal, or agricultural waste, as defined in the Colorado Code of Regulations (CCR) [5 CCR 1002-61, 2(76)]. (6) Pollution. Man-made, man -induced, or natural alteration of the physical, chemical, biological, and radiological integrity of water. [25-8-103 (16), CRS] (7) State waters. Defined in Section 101. (b) Construction Requirements The Contractor shall comply with the "Colorado Water Quality Control Act" (Title 25, article 8, CRS), the "Protection of Fishing Streams" (Title 33, Article 5, CRS), the "Clean Water Act" (33 USC 1344), regulations promulgated, certifications or permits issued, and to the requirements listed below. In the event of conflicts between these requirements and water quality control laws, rules, or regulations of other Federal, or State agencies, the more restrictive laws, rules, or regulations shall apply. If the Contractor determines construction of the project will result in a change to the activities or LDA, the Contractor shall detail the changes in a written report to the Engineer. Upon receipt of the report, the Engineer will coordinate with the Region Planning and Environmental Manager (RPEM) regarding the change. The Engineer, within five days after receipt of the report, will approve or reject in writing the request for change. If approved, the Engineer will detail a course of action including revision of existing permits or obtaining new permits. If construction activities result in noncompliance of any permit requirement, the project will be suspended and the permitting agency notified, if required. The project will remain suspended until the Engineer receives written approval by the permitting agency. The Contractor is legally required to obtain all permits associated with project specific water quality activities within, or off the Right of Way, such as borrow pits, concrete or asphalt plant sites, waste disposal sites, or other facilities. It is the Contractor's responsibility to obtain these permits. The Contractor shall consult with the Engineer and contact the Colorado Department of Public Health and Page 173 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 2 REVISION OF SECTIONS 107 WATER QUALITY CONTROL Environment (CDPHE) or other appropriate federal, state, or local agency to determine the need for any permit. The Contractor shall conduct thework in a manner that prevents pollution of any adjacent State waters, as defined in section 101. Erosion control work shall be performed in accordance with Section 208, this subsection, and all other applicable parts of the Contract. Prior to construction, the Stormwater Management Plan (SWMP) Administrator, identified in Section 208, shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated with construction activities. The list of potential pollutants shall be continuously updated during construction. At a minimum, each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges and ident lied in the SWMP, as described in Section 208: (1) All exposed and stored soils. (2) Vehicle tracking of sediments. (3) Management of contarrinated soils. (4) Vehicle and equipment maintenance and fueling. (5) Outdoor storage activities (building materials, fertilizers, chemicals, etc.). (6) Significant dust or particle generating processes. (7) Routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc. (8) On -site waste managemert practices (waste piles, dumpsters, etc.). (9) Dedicated asphalt and concrete batch plants. (10) Concrete truck and equipment washing, including the concrete truck chute and associated fixtures and equipment. (11) Concrete placement and finishing tool cleaning. (12) Non -industrial was sources that may be significant, such as worker trash and portable toilets. (13) Loading and unloading operations. (14) Other areas or procedures where spills could occur. The SWMP Administrator shall record the location of potential pollutants on the site map, if applicable. Descriptions of the potential pollutants shall be added to the SWMP. Prior to construction the Contractor shall submit a Spill Response Plan for any petroleum products, chemicals, solvents, or otter hazardous materials in use, or in storage, at the work site. See Section 208 for Spill Response Plan requirements. Work shall not be started until the plan has been submitted to and approved by the Engineer. Page 174 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 3 REVISION OF SECTIONS 107 WATER QUALITY CONTROL On site above ground bulk storage containers with a cumulative storage shell capacity greater than 1,320 U.S. gallons, or storage containers having a "reasonable expectation of an oil discharge" to State waters, are subject to the Spill Prevention, Control and Countermeasure Plan (SPCC) Rule. Oil of any type and in any form is covered, including, but not limited to petroleum; fuel oil; sludge; oil refuse; oil mixed with wastes other than dredged spoil. EPA Region 8 is responsible for administering and enforcing the SPCC plan requirements in Colorado. Prior to start of work, the Contractor shall submit a SPCC Form, if applicable, which has been approved by the EPA for the project. The Contractor shall obtain a Construction Dewatering (CDW) permit from CDPHE anytime uncontaminated groundwater, including groundwater that is commingled with stormwater or surface water, is encountered during construction activities and the groundwater or commingled water needs to be discharged to State waters. If contaminated groundwater is encountered, a Remediation permit may be needed from CDPHE in accordance with Section 250. Water from dewatering operations shall not be directly discharged into any State waters, unless allowed by a permit. Water from dewatering shall not be discharged into a ditch unless: (1) Written permission is obtained from the owner of the ditch. (2) It is covered in the approved CDW or Remediation Permit that allows the discharge. (3) A copy of this approval is submitted to the Engineer. A copy of the Permit shall be submitted to the Engineer prior to dewatering operations commencing. Construction Dewatering may be discharged to the ground on projects where CDPHE's Low Risk Guidance Document for Discharges of Uncontaminated Groundwater to Land are met. The conditions of this guidance are: 1. The source of the discharge is solely uncontaminated groundwater or uncontaminated groundwater combined with stormwater and does not contain pollutants in concentrations that exceed water quality standards for groundwater referenced above. 2. Discharges from vaults or similar structures shall not be contaminated. Potential sources of contamination include process materials used, stored, or conveyed in the structures, or introduced surface water runoff from outside environments that may contain oil, grease, and corrosives. 3. The groundwater discharge does not leave the project boundary limits where construction is occurring. 4. Land application is conducted at a rate and location that does not allow for any runoff into State waters or other drainage conveyance systems, including but not limited to streets, curb and gutter, inlets, borrow ditches, open channels, etc. 5. Land application is conducted at a rate that does not allow for any ponding of the groundwater on the surface, unless the ponding is a result of implementing control measures that are designed to reduce velocity flow. If the control measures used result in ponding, the land application shall be done in an area with a constructed containment, such as an excavation or berm area with no outfall. The constructed containment shall prevent the discharge of the ponding water offsite as runoff. 6. A visible sheen is not evident in the discharge. 7. Control measures are implemented to prevent any sediment deposited during land application from being transported by stormwater runoff to surface waters or other conveyances. Page 175 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 4 REVISION OF SECTIONS 107 WATER QUALITY CONTROL 8. All control measures used shall be selected, installed, implemented, and maintained according to good engineering, hydrologic, and pollution control practices. The selected control measures shall provide control for all potential pollutant sources associated with the discharge of uncontaminated groundwater to land. The discharge shall be routed in such a way that it will not cause erosion to land surface. Energy dissipation devices designed to protect downstream areas from erosion by reducing the velocity of flow (such as hose attachments, sediment and erosion controls) shall be used when necessary to prevent erosion. All dewatering operations shall be recorded in the SWMP as follows: 1. The source is identified in the SWMP and updated by the Contractor. 2. The SWMP describes and locates the practices implemented at the site to control stormwater pollution from the dewatering of groundwater or stormwater. 3. The SWMP describes and locates the practices to be used that will ensure that no groundwater from construction dewatering is discharged from the LOC as surface runoff or to surface waters or storm sewers. 4. Groundwater and groundwater combined with stormwater do not contain pollutants in concentrations exceeding the State groundwater standards in Regulations 5 CCR 1002-41 and 42. If surface waters are diverted around a construction area and no pollutants are introduced during the diversion, a CDW Permit is not required. If the diverted water enters the construction area and contacts pollutant sources (e.g. disturbed soil, concrete washout, etc.), the Contractor shall obtain a CDW permit for the discharge of this water to State waters or to the ground. At least 15 days prior to ®mmencing dredging or fill operations in a watercourse, the Contractor shall provide written notification to owners or operators of domestic or public water supply intakes or diversion facilities if these facilities are within 20 miles downstream from the dredging or fill operations. Notification shall also be given to Owners or operators of other intakes or diversions that are located within five miles downstream from the site of the project. Identities of downstream owners and operators can be obtained from Colorado Division of Water Resources, Office of the State Engineer. Temporary fill into wetlands or streams shall not be allowed, except as specified in the Contract and permits. If such work is allowed, upon completion of the work all temporary fills shall be removed in their entirety and disposed of in an upland location outside of flood plains unless otherwise specified in the Contract. Construction operations in waters of the United States as defined in 33 CFR Part 328.3, including wetlands, shall be restricted to areas and activities authorized by the U.S. Army Corps of Engineers as shown in the Contract. Fording waters shall be allowed only as authorized by the U.S. Army Corps of Engineers 404 Permit. Wetland areas outside of the permitted limits of disturbance shall not be used for storage, parking, waste disposal, access, borrow material, or any other construction support activity. Pollutant byproducts of highway construction, such as concrete, asphalt, solids, sludges, pollutants removed in the course of treatment of wastewater, excavation or excess fill material, and material from sediment traps shall be handled, stockpiled, and disposed of in a manner that prevents entry into State waters, including wetlands. Removal of concrete waste and washout water from mixer trucks, concrete finishing tools, concrete saw, and all concrete material removed in the course of construction operations or cleaning shall be performed in a manner that prevents waste material from entering State waters and shall not leave the site as surface runoff. Page 176 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 5 REVISION OF SECTIONS 107 WATER QUALITY CONTROL A minimum of ten days prior to the start of the construction activity, the Contractor shall submit in writing a Method Statement for Containing Pollutant Byproducts to the Engineer for approval. The use of chemicals such as soil stabilizers, dust palliatives, herbicides, growth inhibitors, fertilizers, deicing salts, etc., shall be in accordance with the manufacturer's recommended application rates, frequency, and instructions. All materials stored on -site shall be stored in a neat, orderly manner, in their original containers, with the original manufacturer's label. Materials shall not be stored in a location where they may be carried into State waters at any time. Spill prevention and containment measures conforming to Section 208 shall be used at storage, and equipment fueling and servicing areas to prevent the pollution of any State waters, including wetlands. All spills shall be cleaned up immediately after discovery or contained until appropriate cleanup methods can be employed. Manufacturer's recommended methods for spill cleanup shall be followed, along with proper disposal methods. When required by the Colorado Water Quality Control Act, Regulation 5 CCR 1002-61, spills shall be reported to the Engineer and CDPHE in writing. The Contractor shall prevent construction activities from causing grass or brush fires. The construction activities shall not impair Indian tribal rights, including, but not limited to, water rights, and treaty fishing and hunting rights. Prior to start of work, the Contractor shall certify in writing to the Engineer that construction equipment has been cleaned prior to initial site arrival. Vehicles and equipment shall be free of soil and debris capable of transporting noxious weed seeds or invasive species onto the site. Additional equipment required for construction shall also be certified prior to being brought onto the project site. Vehicles which have been certified by the Contractor as having been cleaned prior to arrival on site may be cleaned on site at an approved area where wash water can be properly contained. Vehicles leaving and reentering the project site shall be recertified. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers. All construction site wastes shall be properly managed to prevent potential pollution of State waters. Construction waste that is considered a pollutant or contaminant shall be collected and disposed of in appropriate containers. This material may be stockpiled on the project when it is contained or protected by an appropriate control measure. Discharges from the project area shall not cause, have the reasonable potential to cause, or measurably contribute to an exceedance of any applicable water quality standard, including narrative standards for water quality. Stormwater Construction Permit. A Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) is not required for this project. A CDPS-SCP will be obtained from CDPHE if any of the following activities apply: (1) Construction sites that will disturb one acre or more; or (2) Construction sites that are part of a common plan of development or sale; or Page 177 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 6 REVISION OF SECTIONS 107 WATER QUALITY CONTROL (3) It is specified in the contract; or (4) Stormwater dischaFges that are designated by the division as needing a stormwater permit because the discharge: 1. Contributes to a violation of a water quality standard; or 2. is a significant contributor of pollutants to State waters. Dewatering, erosion control for dewatering, and disposal of water resulting from dewatering operations, including all costs for permits, will not be measured and paid for separately, but shall be included in the work. The Contractor shall be liable for any penalty (including monetary fines) applied to the Department caused by the Contractor's noncompliance with any water quality permit or certification. Monetary fines shall be deducted from any money due to the Contractor. If the monetary fine is in excess of all the money due to the Contractor, then the Contractor shall pay to the Department the amount of such excess. The Contractor shall not receive additional compensation, or time extensions, for any disruption of work or loss of time caused by any actions brought against the Contractor for failure to comply with good Engineering, hydrologic and pollution control practices. If a spill occurs as a direct result of the Contractor's actions or negligence, the cleanup of such spill shall be performed by the Contractor at the Contractor's expense. Areas exposed to erosion by fire resulting from the Contractor's operations shall be stabilized in accordance with Section 208 by the Contractor, at the Contractor's expense. Page 178 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 1 REVISION OF SECTIONS 109 PROMPT PAYMENT (LOCAL AGENCY) Section 109 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 109.06(e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant subcontractor until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors. Delete subsection 109.06(f)5 and replace with the following: 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower - tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. Delete subsection 109.06(f)8 and replace with the following: 8. If additional quantities of a particular item of work are required at a later date after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. Delete subsection 109.06(f)9 and replace with the following: 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection 105.21(a), the Contractor shall release all subcontractors' retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor's retainage on work that has been partially accepted in accordance with subsection 105.21(a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor's retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. Delete subsection 109.06(g) and replace with the following: Page 179 of 262 Project # SHO CO30-083 Subaccount # 23901 October 1, 2019 2 REVISION OF SECTIONS 109 PROMPT PAYMENT (LOCAL AGENCY) (g) Good Cause Exception. If the Contractor has "good cause" to delay or withhold a subcontractor's progress payment, the Contractor shell notify the LPA and the subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. "Good cause" shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Delete subsection 109.06(h) and repbce with the following: (h) Monthly Reporting. On a monthly basis, the Contractor shall submit the Form 1418, Monthly Payment Report, to the Engineer along with the project schedule updates, in accordance with subsections 108.03(g). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage from the Contracior. Page 180 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 1 REVISION OF SECTIONS 207 TOPSOIL Section 207 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 207.01 This work consists of salvaging topsoil from onsite locations, stockpiling, maintaining, and preparing the subsoils for the placement of the topsoil at locations shown on the plans. It also includes creating seeding media by amending subsoils and importing offsite topsoil when shown on the plans. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Region or Headquarters Landscape Architect. MATERIALS 207.02 General. Topsoil shall be salvaged onsite, imported, or produced as shown on the plans. Topsoil shall be free of refuse and litter along with noxious weed seed and reproductive plant parts, as listed in current State of Colorado A and B Noxious Weed List and local agency weed lists. Topsoil shall not include heavy clay, hard clods, toxic substances, pathogens, or other material, which would be detrimental to growing native vegetation. All required amendments shall be thoroughly incorporated to parent material, onsite. All amendments shall conform to Section 212. Topsoil and parent material shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all material used within the designed clear zone for the project. Topsoil outside of the clear zone may contain rock larger than 4 inches in any dimension. For slopes with no structures being used to protect areas from falling rocks the Contractor shall remove or secure any rocks deemed unstable and could pose a safety hazard. Topsoil shall be generated from one or more of the following as shown on the plans: (a) Topsoil (Onsite). Topsoil shall consist of the upper 6 -inch layer of the A horizon, as defined by the Soil Science Society of America, or at the depths and locations shown on the Stormwater Management Plan (SWMP). It shall consist of loose friable soil, salvaged from onsite and stockpiled or windrowed. Litter and duff (layer of partially decomposed plant material) shall be collected as part of the salvaging of topsoil unless specified to be removed and hauled offsite on the plans. (b) Topsoil (Wetland). Wetland topsoil shall consist of moist, organic soil obtained from delineated wetlands, including any existing wetland vegetation and seeds. Wetland topsoil shall be extracted from the project site at locations shown on the plans or as directed, to a minimum depth of 12 inches or at the depths as shown on the plans. (c) Seeding Media. Seeding Media shall consist of one or all of the following approved materials: sub -soil, overburden, or material generated from rock. Contractor shall select onsite or offsite locations to generate material that meet the requirements of Table 207-1. The Contractor shall provide a Certified Test Report (CTR) in accordance with subsection 106.13, excluding lot, heat, and batch confirming that the excavated material conforms to Table 207-1. (d) Topsoil (Offsite). The Contractor shall submit a CTR for Topsoil (Offsite) for approval a minimum of 60 days prior to import in accordance with subsection 106.13. The Contractor shall include with the CTR a complete Soil Nutrient Analysis for the properties listed in Table 207-2 from an independent laboratory that participates in the National Association for Proficiency Testing (NAPT). If topsoil nutrient analysis is deficient, an Amendment Protocol shall be submitted by the Contractor for approval. The Amendment Protocol shall contain a complete list of amendments and associated quantities to produce topsoil that conforms to Table 207-2. Page 181 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 2 REVISION OF SECTIONS 207 TOPSOIL The Contractor shall submit a Certificate of Compliance (COC) for Topsoil (Offsite) for approval a minimum of 60 days prior to import that the source has controlled noxious weeds in accordance with the State of Colorado Noxious Weed Act 35-5.5-115. Table 207-1 PHYSICAL PROPERTIES OF SEEDING MEDIA Property Range Test Soil pH (s.u.) 5.6 — 7.5 ASA Mono. #9, Part 2, Method 10-3.2 or TMECC 04.11-A Soil Electrical Conductivity (EC) (mmhos/cm or ds/m) < 5 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 Rock Content (%) < 25 — USDA NRCS Rock Fragment Modifier Usage Trace Contaminants TMECC 04.06 or Arsenic, Cadmium, CoerMercu ( pp , ry' Meets US EPA, 40 CFR' 503 Regulations EPA6020/ASA (American Selenium, Zinc, Nickel, and Lead) Society of Agronomy) Rock Content (%) greater than 3" diameter < 25 — USDA NRCS Rock Fragment Modifier Usage USDA Soil Texture No more than 70% clay, silt, and sand by percentage volume of ASA Monograph #9, Part 1, Method 15-4 or topsoil. ASA 1 43-5 All Particle Sizes < 6 Inches Physical contaminants (man-made inerts) 1 TMECC 03.08-C C:N ratio <20 TMECC 05.02-A * Fines % when manufacturing material from rock >25% material passing through #4 sieve ASTM D6913 Amendments to the base imported material shall have the quantities of material verified onsite prior to incorporation into parent material, either at the stockpiles or after placement of parent material. Topsoil amended at the stockpiles shall be distributed to the site within seven days. * Substitute this requirement for USDA Soil Texture requirement when project are approved to use material manufactured from native rock material on site. Page 182 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 3 REVISION OF SECTIONS 207 TOPSOIL Table 207-2 TOPSOIL (OFFSITE) PROPERTIES Property Range Test Methods ASA Mono. #9, Part 2, Soil pH (s.u) 5.6 — 7.5 Method 10-3.2 or TMECC 04.11-A Salt by Electrical Conductivity (EC) (mmhos/cm or ds/m) < 2 0 ASA Mono. #9, Part 2, Method 10-3.3 Soil SAR (s.u.) 0 —'1O 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. Chemical Methods. Soil N (NO3-n, ppm) 20.0 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° diameter < 25 — USDA NRCS Rock Fragment Modifier Usage Bioassay (seedling emergence and relative vigor) ° > 80% of control TMECC 05.05-A or Approved Germination Test No more than 70% Soil Texture clay, silt and sand by percentage volume of topsoil ASA Mono. #9, Part 1, Method 15-4 Physical contaminants (man-made inerts) (%) < 1 TMECC 03.08-C Trace Contaminants Meets US EPA, 40 TMECC 04.06 or (Arsenic, Cadmium, Copper, Mercury, Selenium, Zinc, Nickel, and Lead) CFR 503 Regulations EPA6020/ASA (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. Page 183 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 4 REVISION OF SECTIONS 207 TOPSOIL CONSTRUCTION REQUIREMENTS 207.03 Site Pre -vegetation Conference. Prior to the start of the initial Subgrade Soil Preparation for the project, the Contractor shall request a Site Pre -vegetation Conference. The Engineer will set up the conference and will include: the Engineer or designated representative, the Superintendent or designated representative, the sub- contractor(s) performing the subgrade soil preparation and soil amendments, and the CDOT Landscape Architect representing the Region. Only one meeting is required for the project unless a new sub -contractor is brought on that did not attend the previous meeting. The Agenda of the Pre -vegetation Conference can be found in Appendix A of the Construction Manual and includes the following: (1) Final review of the Topsoil (Offsite) Amendment Protocol (2) Review of the Method Statement detailing the equipment which will be used for the subgrade soil preparation operations (3) Review of rod penetrometer which will be used to determine subgrade soil preparation of topsoil (4) Permanent Stabilization Phasing Plan (identify strategies and site management measures to protect de - compacted, topsoil amended, seeded, and blanketed areas from foot, vehicle loads, and other disturbances). (5) Seeding. See subsection 212.03 for submittal requirements. (6) Meeting attendee sign -in log 207.04 Topsoil Stockpiling. Stockpiles of topsoil shall be created as shown on the plans or as approved by the Engineer. All Stockpiles of topsoil which are scheduled to remain in place for 14 days or more shall receive interim stabilization in accordance with subsection 208.04. All topsoil stockpiles shall be identified using white pin flags with "TOPSOIL" printed in black letters and shall have their locations shown on the SWMP Plans. Each individual stockpile shall require at least one flag, and one additional flag for each 10 cubic yards of salvaged topsoil. The contractor shall provide only perimeter flags for stockpile larger than 100 cubic yards with a minimum spacing of 25 feet. Topsoil may be placed in stockpiles or windrowed at the edge of the disturbance. Windrowed topsoil shall not be used as perimeter erosion control or extensively compacted. When topsoil is windrowed, all stockpile requirements still apply. (1) Upland Topsoil. If included on the plans, stockpiles shall be treated with herbicide, in accordance with Section 217, or as directed. (2) Wetland Topsoil. Wetland stockpiles shall not be treated with herbicide. Weeds shall be hand pulled. Wetland topsoil shall be placed within 24 hours from excavation, unless otherwise approved by the Engineer. Wetland topsoil shall not be stockpiled for more than six months. 207.05 Subgrade Soil Preparation. Before placement of topsoil, the subgrade shall be ripped to a minimum depth of 14 inches. Subgrade shall be mostly dry and friable. Subgrade shall crumble without sticking together, yet not be so dry and hard that it does not break apart easily. Underground utilities shall be located prior to soil preparation. Page 184 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 5 REVISION OF SECTIONS 207 TOPSOIL Subgrade soil preparation equipment shall meet the requirements for either winged tip or parabolic shanks. Operation shall be performed to fracture the soil uniformly without lifting or furrowing the surface excessively. The Contractor shall submit a method statement for subgrade soil preparation other equipment will be considered. 1. Winged tip shanks (dozer equipment) shall be a minimum of 6 inches wide and have 2 inches of vertical profile change on the blade with a 40 - 60 -degree sweep angle. The Contractor shall calibrate the subgrade soil preparation equipment using a minimum 30 linear feet of the initial pass. The Contractor shall utilize the rod penetrometer to verify that that de -compaction was successfully done. The Contractor shall take penetration measurements every 6 inches across a transect perpendicular to the direction of the tractor and spanning the width of the subgrade soil preparation. Depths of penetration shall confirm that a minimum of 12 inches can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). Existing subgrade shall be de -compacted to a depth of 14 inches. If multiple passes are needed, the subsequent passes shall be positioned so that the ripping equipment (subsoilers) from the previous pass are split by the subsequent pass. Following ripping, the Contractor shall remove all sticks, stones, debris, clods, and all other substances greater than 6 inches in diameter. The Contractor shall restrict motorized vehicle and foot traffic from passing over the ripped area since this would recompact the areas that received subgrade soil preparation. The first 4 feet from the edge of pavement shall be ripped to a depth of 6 inches. If the project is going to use aggregate base course or recycled asphalt as a shouldering technique, those areas will not require subgrade soil preparation. Depth of soil ripping for the subgrade soil preparation shall be checked with the rod penetrometer. The Contractor shall verify adequate de -compaction of the entire area to have topsoil placed using a rod penetrometer in the presence of the Engineer. Tests shall be performed at a minimum of ten random locations per each acre as selected by the Engineer. The Test shall verify that a depth of 12 inches of penetration into the soil can be achieved without reaching 300 psi on the rod penetrometer pressure gage (approximately 30 pounds of pressure on the T -handle). If this depth cannot be achieved for 80 percent of the penetrations, the Contractor shall re -rip the area at no additional cost to the Department. 207.06 Placement of Topsoil and Seeding Media. Topsoil and Seeding Media shall be hauled and placed at the locations disturbed and will be re -vegetated or as shown on the plans. The contractor shall place a minimum thickness of 6 inches and should only be handled when it is dry enough to work without damaging soil structure. Topsoil and Seeding Media shall be placed a minimum depth of twelve (12) inches when placed over riprap as required on the plans. No Topsoil or Seeding Media shall be placed below ordinary high-water mark except as otherwise specified in bio-stabilization bank treatments. Salvaged topsoil placement deeper than 6 inches is allowed if additional approved material is on -site. Contractor shall place topsoil in a method that does not re -compact subgrade material using low ground -contact pressure equipment, or by excavators and/or backhoes operating adjacent to it. The final grade shall be free of all materials greater than 4 inches in diameter within the designed clear zone for the project. Equipment not required for revegetation work will not be permitted in the areas of placed topsoil. Soil amendments, seedbed preparation, and permanent stabilization mulching shall be accomplished within four working days of placing the topsoil on the de -compacted civil subgrades. If placed topsoil is not mulched with permanent stabilization mulch within four working days, the Contractor shall complete interim stabilization methods in accordance with subsection 208.04(e), at no additional cost to the Department. Time to perform the work may be extended for delays due to weather. METHOD OF MEASUREMENT Page 185 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 6 REVISION OF SECTIONS 207 TOPSOIL 207.07 Topsoil material will be measured by the actual number of cubic yards of topsoil placed and accepted. Subgrade soil preparation will be measured by the square yards of subgrade which is ripped and accepted for adequate de -compaction. BASIS OF PAYMENT 207.08 The accepted quantities measured will be paid for at the Contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Topsoil (Onsite) Cubic Yard Seeding Media Cubic Yard Topsoil (Offsite) Cubic Yard Topsoil (Wetland) Cubic Yard Subgrade Soil Preparation Square Yard Amendments for Topsoil (Onsite) and Seeding Media will be measured and paid for in accordance with Section 212. Amendments for Topsoil (Offsite) will not be measured and paid for separately but shall be included in the work. Noxious Weed Management will be measured and paid for in accordance with Section 217. Stockpiling or windrowing of topsoil will not be measured and paid for separately but shall be included in the work. Testing of Seeding Medial and Topsoil (Offsite) will not be measured and paid for separately but shall be included in the work. Rod penetrometer and associated verification testing of random locations will not be measured and paid for separately but shall be included in the work. The Site Pre -vegetation Conference will not be paid for separately but shall be included in the work. Additional passes with the ripping equipment to achieve the desired de -compaction will not be measured and paid for separately, but shall be included in the work. Removing of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension for all topsoil and Seeding Media used within the designed clear zone for the project will not be measured and paid for separely, but shall be included in the work. Page 186 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 1 REVISION OF SECTIONS 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby deleted and replaced with the following: DESCRIPTION 208.01 This work consists of constructing, installing, maintaining, and removing when required, control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any State waters as defined Section 101. Stormwater runoff from all disturbed areas and soil storage areas for which permanent or interim stabilization is not implemented, must flow to at least one control measure to minimize sediment in the discharge. This shall be accomplished through filtering, settling, or straining. The control measure shall be selected, designed, installed, and adequately sized in accordance with good engineering, hydrologic, and pollution control practices. The control measures shall contain or filter flows in order to prevent the bypass of flows without treatment and shall be appropriate for stormwater runoff from disturbed areas and for the expected flow rate, duration, and flow conditions (i.e., sheet or concentrated flow). The Contractor shall coordinate the construction of temporary control measures with the construction of permanent control measures to assure economical, effective, and continuous erosion and sediment control throughout the construction period. When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin affecting completion of the action and pursue it to completion in a manner acceptable to the Engineer. MATERIALS 208.02 Erosion control materials are subject to acceptance in accordance with Section 106. Erosion control materials shall be subject to the following approval process: , Erosion Bales (Weed Free) II t Fence L. Silt Berm Erosion Log (Type 1'; Type 2 and Type_ Silt Dikes Pre -fabricated Concrete Washout iruutures (have ground) Pre -fabricated Vehicle Tracking Pad Aggregate Bag. Storm Drain Inlet Protection (Type I, II, and Ill) Certificate of Compliance; pproved Product List Notes: The Contractor shall provide a transit certificate number or a copy of the transit certificate as supplied from the producer. oval Process COC COC APL COC The material for control measures shall conform to the following: Page 187 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 2 REVISION OF SECTIONS 208 EROSION CONTROL (a) Erosion Bales. Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall be identified by blue and orange twine binding the bales. The Contractor shall not place certified weed free erosion bales or remove their identifying twine until the Engineer has inspected than. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the: Colorado Department of Agriculture, Weed Free Forage Program, 305 Interlocken Pkwy, Broomfield, CO 80021 Contact the Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.qov/aq/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 1.5 inch by 1.5 inch by 30 inch actual. (b) Silt Fence. Silt fence posts shall be wood with a minimum length of 46 inches. Wood posts shall be 1.5 -inch width by 1.5 -inch thickness actual dimensions with 1/8 -inch tolerance. Geotextile shall be attached to wood posts with three or more staples per past. Silt fence geotextile shall conform to the following requirements: 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 0.095 -inch minimum wall thickness. Wire fabric reinforcement for the silt fence geotextile shall be a minimum of 14 gauge with a maximum mesh spacing of 6 inches. Geotextile shall be attached to welded wire fabric with ties or nylon cable ties at 12 inches on center at top, middle and bottom wire. Welded wire fabric shall be attached to the post with a minimum three 12 -gauge wire ties per post. Vinyl or rubber safety caps shall be installed on all T -post. (c) Temporary Berms. Tempoory berms shall be constructed out of compacted embankment (subsoil) and not out of salvaged topsoil. (d) Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half round pipe, metal or plastic pipe, wood flume, flexible rubber, or other materials suitable to carry accumulated water down the slopes. Outlet protection riprap shall conform to Section 506. Erosion control geotextile shall be a minimum Class 2, conforming to Section 712. (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 Page 188 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 3 REVISION OF SECTIONS 208 EROSION CONTROL system shall be installed on a Turf Reinforcement Mat or Soil Retention Blanket in accordance with Section 216. The segment shall be secured to the ground with either metal or wood stakes. Minimum requirements for securing stakes shall be in accordance with the plans. Dimensions of individual segments shall meet the following criteria: i t 6 1 i he Height 6 - 10 inches >t Percent Open Area 20 - 50% (f) (g) Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the requirements of Section 506. Sediment Trap. In constructing an excavated sediment trap, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of Section 203. Outlet protection riprap shall be the size specified in the Contract and shall conform to Section 506. Erosion control geotextile shall be a minimum Class 1, conforming to Section 712. (h) Erosion Logs. Erosion logs shall be one of the following types unless otherwise shown on the plans: (1) Erosion Log (Type 1) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photo - degradable tube netting. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. (2) Erosion Log (Type 2) shall consist of cylinder casings filled with Erosion Log (Type 2) Compost in accordance with Section 212. The compost -wood chip blend may be pneumatically shot into a geotextile cylindrical casing or be pre -manufactured. The geotextile casing shall consist of high -density polyethylene (HDPE) or polypropylene mesh (knitted, not extruded) with openings of % to % inch and contain the compost -wood chip material while not limiting water infiltration. (3) Erosion Log (Type 3) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, 100 percent natural fiber cylinder netting (compostable) and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log shown on the plans. Netting shall be a woven cotton or cellulose base mesh that has an approval to compost certification with a maximum mesh size of 0.075 inches and index values as shown in Table 208-2. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. Natural compostable fiber netting shall not contain any synthetic material woven into the netting such as polypropylene, nylon, polyethylene, or polyester dyes. Oxo-degradable or oxo-biodegradable petrochemical -based fiber shall not be part of the netting material. Burlap netting material shall not be used for Erosion Log (Type 3). Erosion Log (Type 1, Type 2, and Type 3) shall have minimum dimensions as shown in Table 208-1, based on the specified diameter of the log. Page 189 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 4 REVISION OF SECTIONS 208 EROSION CONTROL Table 208-1 Dimensions of Erosion Logs (i) Diameter Type 1 & 3 (Inches Diameter Type 2 Inches Length (feet) Min. Max. Weight (minimum) (pounds/foot) Wood stake acceptable tolerance +/- 1/8 inch. Stake Dimensions (Inches) 1.5 thickness by 1.25 width by 24 1.5:thickness Table 208-2 Index Values for Natural Fiber Netting Property Biodegradable Requirement 100% ASTM D5988 Stakes to secure erosion logs shall consist of pinewood or hardwood. Silt Dikes. Silt dikes shall be pre -manufactured flexible sediment barrier that will fully rebound when driven over by heavy equipment. Material shall consist of outer geotextile fabric covering closed cell urethane or polyethylene foam core. The geotextile fabric aprons shall extend beyond the foam core a minimum of 8 inches on both sides. Table 208-3 Geotextile Requirements Property Requirement Test Method lons,per r ins Grab Breaking Load 200 lbs minimum in each direction ASTM D4632 Ultraviolet` 7egr t® .,. ° fori inal i expose gr brea i (dad=aver. Each silt dike segment shall have the following dimensions: Dimension Vertical height after installation Geotextile sleeve section to inter'6c segr Length >5 inches Silt dike segments shall be anchored down using the minimum requirements shown in Table 208-4. Table 208-4 Silt Dike Segment Requirements Surface Nail Washers Hard Surface 1 -inch concrete nails no more than 4 feet O.C. 1 -inch washers and solvent -free adhesive Page 190 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 5 REVISION OF SECTIONS 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, provided that this material meets the requirements of Section 203 for embankment. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5. Table 208-5 Impermeable Synthetic Liner Requirements Tested Property Test Method Units Value Thickness ASTM D5199 mil >30 +/- 1.5 Tear Strength ASTM D1004 lbs. >8 Low Temperature Impact ASTM D1790 °F Pass at -20 (k) Pre -Fabricated Concrete Washout Structure. Pre -Fabricated Concrete Washout Structures shall be one of the following types unless otherwise shown on the plans: (1) Pre -Fabricated Concrete Washout Structure (Type 1). Type 1 portable bins shall be used only when specified in the Contract. It shall consist of a watertight multi -use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. Minimum capacity including freeboard shall be 440 gallons. (2) Pre -Fabricated Concrete Washout Structure (Type 2). Type 2 portable bins shall be used only when specified in the Contract. It shall consist of a watertight one-time use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. The structure shall have a system to secure to the ground. Minimum capacity including freeboard shall be 50 gallons. (I) Vehicle Tracking Pad (VTP). Aggregate for the vehicle tracking pad shall be crushed natural aggregate with at least two fractured faces that meets the following gradation requirements: Sieve size 75 mm (3 Ind 50 mm (2 inch) 19.0 mm (% inch) Percent by weight Passing Square Mesh Sieves 100 0-25 0-15 Pre -Fabricated or manufactured vehicle tracking pads shall only be used if specified in the Contract. Multi- use pads shall consist of industrial grade materials and shall be designed to minimize sediment leaving the project. Minimum dimensions of the modular systems shall be: Width 12 feet Length of pad 35 feet Page 191 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 6 REVISION OF SECTIONS 208 EROSION CONTROL Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads. Erosion control geotextile shall be a minimum Class 2, conforming to Section 712. To accommodate construction traffic turning radii between the tracking pad and a stabilized surface, additional flared sections of approved pads or aggregate in accordance with this specification shall be used at no additional cost to CDOT. Weight (min.) (lbs./sq. ft.) Crush strength (min.) (psi) 8 400 If pads weigh less than 8 pounds per square foot, an anchoring system approved by the manufacturer shall be used for pads placed on soil and hard surfaces. A thin layer of stone, geotextile, or other stable surface may be required to stop rutting under the pad or area where the vehicles mount or dismount the manufactured trackout control device. (m) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Diameter inches 12 Wei' ht minimum 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: Property Requirement Test Method Grab Tensile Stngth 90 lbs. min. ASTM D4632 Trapezoid Tear Strength 25 lbs. min. ASTM D4533 Mullen Burst 300 psi ASTM D3786 Ultraviolet Resistance 70% ASTM D4355 (n) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: Storm Drain Inlet Protection Properties Protection Types Type I' Type Ile Type1113 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. Page 192 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 7 REVISION OF SECTIONS 208 EROSION CONTROL The Storm Drain Inlet Protection (Type I, II and III) shall consist of a woven geotextile fabric with the following properties: Property `. " Test Method Unit Requirement minimum 150X200 Grab tensile strength ASTM D4632 lbs. Mullen Burst Strength. ASTM, D3786 lbs. 400 Trapezoid Tear Strength ASTM D4533 lbs. minimum 60X60 Per nt`Op n Are . COE 22125 86 ° °f© ;" ≥20 Water Flow Rate ASTM D4491 gal./min./sq. ft. ≥100 Ultraviolet Resistance ASTM D4355 °!a ≥70 Curb roll for Storm Drain Inlet Protection (Type I and II) shall have a weight >4 pounds per linear foot of device. The device shall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming Table 703-1 for Coarse Aggregate No. 6. CONSTRUCTION REQUIREMENTS 208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction the Contractor shall implement control measures in accordance with the approved project schedule as described in this section. At the Pre -Construction Conference, the attendees shall discuss the Stormwater Management Plan (SWMP), maintaining water quality standards, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. Prior to beginning construction, the Contractor shall evaluate the project site for storm water draining into or through the site. When such drainage is identified, control measures shall be used if possible, to divert stormwater from running on -site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate control measures shall be employed. The SWMP Administrator shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, control measures shall be used to protect off -site water from becoming contaminated with sediment or other pollutants. The SWMP Administrator shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented control measure added to the SWMP site map. Prior to construction, the Contractor shall implement appropriate control measures for protection of wetlands, sensitive habitat, and existing vegetation from ground disturbance and other pollutant sources, in accordance with the approved project schedule as described in Section 208. When additional control measures are required and approved by the Engineer, the Contractor shall implement the additional control measures and the SWMP Administrator shall record and describe them on the SWMP site map. The approved control measures will be measured and paid for in accordance with Section 208. (a) Project Review. The Contractor shall submit modifications to the Contractor's control measures or SWMP in a written proposal to the Engineer. The written proposal shall include the following information: (1) Reasons for changing the control measures. Page 193 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 8 REVISION OF SECTIONS 208 EROSION CONTROL (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 certifications caused by the proposed changes. The Engineer will approve or reject the written proposal in writing within seven days after receipt of the submittal. The Engineer may require additional control measures prior to approving the proposed modifications. Additional modifications and additional control measures will be paid for at the Contract Unit Price for the specific items involved. If no items exist, they will be paid for as extra work in accordance with Section 109. (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, 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 Contractor 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 (ECM). Erosion Control Management for this project shall consist of SWMP Administration and Erosion Control Inspection. All ECM staff shall have working knowledge and experience in construction and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training (TECS) as provided by the Department. The Superintendent may be permitted to serve in an ECM role, unless otherwise specified in the contract. 1. SWMP Administration. The SWMP shall be maintained by a SWMP Administrator. The name of the SWMP Administrator shall be recorded on the SWMP. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify all critical action items needed to maintain water quality standards: (1) Complete the SWMP as described in Section 208. (2) Participate in the Pre -Construction Conference. (3) Attend erosion and sediment control meetings. (4) Implement necessary actions to reduce erosion or water quality problems, anticipated or presently existing, resulting from construction activities. (5) Ensure that all labor, material, and equipment needed to install, maintain, and remove control measures are available as needed. (6) During construction, the SWMP site map shall be updated to reflect current field conditions and include, at a minimum, the following if applicable: (i) Limits of Construction (LOC). (ii) Areas of disturbance (AD), including areas of borrow and fill. Page 194 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 9 REVISION OF SECTIONS 208 EROSION CONTROL (iii) Limits of Disturbance (LDA). (iv) Areas used for storage of construction materials, equipment, soils, or wastes. (v) Location of dedicated asphalt, concrete batch plants, and masonry mixing stations. (vi) Location of construction offices and staging areas. (vii) Location of work access routes during construction. (viii) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (ix) Location of temporary, interim and permanent stabilization. (x) Location of outfalls. (xi) Flow arrows that depict stormwater flow directions on -site and runoff direction. (xii) Location of structural and non-structural control measures. (xiii) Location of springs, streams, wetlands, and other State waters, including areas that require pre-existing vegetation be maintained within 50 horizontal feet of a receiving water, unless infeasible. (xiv) Location of stream crossings located within the construction site boundary. (7) Start a new site map before the current one becomes illegible. All site maps shall remain as part of the SWMP. (8) Install control measures according to Standard Plans M-208-1, M-216-1, and M-615-1. (9) Record in the SWMP, the approved Method Statement for Containing Pollutant Byproducts. (10)Update the Potential Pollutants list in the SWMP and Spill Response Plan throughout construction. 2. Erosion Control Inspector (ECI). The SWMP Administrator shall complete the duties of the ECI. (1) ECI duties shall be as follows: (i) Inspect initial placement and adherence to approved SWMP and SWMP site plan control measures (ii) Assess the adequacy of control measures at the site to identify areas requiring new or modified control measures to minimize pollutant discharges. (iii) Identify all areas of concern that may impact water quality and, if necessary, implement corrective actions. Page 195 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 10 REVISION OF SECTIONS 208 EROSION CONTROL (iv) Ensure all other agency Stormwater and inspection requirements are followed unless a waiver or other agreement has been made. (2) The ECI shall immediately report to the Contractor and Engineer the following instances: (i) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (ii) Spills or discharges which exceeds any water quality standards. (iii) Upset conditions which cause an exceedance of any water quality standards. (3) Document spils, leaks, or overflows that result in the discharge of pollutants. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated. (d) Documentation Available on the Project. The following Contract documents and references shall be made available for reference at the CDOT field office during construction: 1. SWMP. The Engineer will provide an approved SWMP design (includes items (1) through (4) as listed below) at the Pre -construction Conference, which is and shall remain the property of CDOT. The following Contract documents and reports shall be included or kept maintained, (as applicable), and updated in the SWMP under the appropriate items by the SWMP Administrator: (1) SWMP Plan Sheets — Notes, tabulation, site description, sequence of major activities, area of disturbance, existing soil data, existing vegetation percent cover, potential pollutant sources, receiving water, non-stormwater discharges and environmental impacts. (2) SWMP Site Maps and Project Plan Title Sheet, if included in the original contract. (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 — project specific non-standard details. (6) All Water Quality Audit Reports and Form 105(s) relating to Water Quality, if applicable. (7) Spill Response Plan — Reports of reportable spills submitted to CDPHE. (8) List and Evaluation of Potential Pollutants — List of potential pollutants as described in Section 107 and approved Method Statement for Containing Pollutant Byproducts. (9) Other Correspondence including agreements with other Municipal Separate Storm Sewer System (MS4s), approved deferral request, CDPHE audit documentation. (10) TECS Certifications of the SWMP Administrator, kept current through the life of the project. (11) Pre -construction Conference — Conference agenda with a certification of understanding for maintaining water quality standards and SWMP. The certification shall be signed by all attendees. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Pre -construction Conference has been held, if applicable. Page 196 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 11 REVISION OF SECTIONS 208 EROSION CONTROL (12) All Project Environmental Permits — All project environmental permits and associated applications and certifications, including, water quality standards, Senate Bill 40, USACE 404, temporary stream crossings, dewatering, biological opinions, and all other permits applicable to the project, including any separate permits obtained by the Contractor for staging area on private property, asphalt or concrete batch plant, etc. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. 2. Reference Materials. The following Reference materials shall be used: (1) CDOT Erosion Control and Stormwater Quality Guide. (2) CDOT Erosion Control and Stormwater Quality Field Guide. (e) Weekly Meetings: If applicable, the Contractor shall conduct a weekly meeting with the Engineer and subcontractors to discuss construction activities that could adversely affect water quality, including the following: (1) Unresolved issues from observations. (2) Requirements of the SWMP. (3) Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. (4) Control measures that are to be installed, removed, modified, or maintained, and associated SWMP modifications. (5) Planned activities that will affect stormwater in order to proactively phase control measures. 208.04 Control Measures for Stormwater. The SWMP Administrator shall modify the SWMP to clearly describe and locate all control measures implemented at the site to control potential sediment discharges. Vehicle tracking pads shall be used at all vehicle and equipment exit points from the site to prevent sediment exiting the limits of construction (LOC) of the project site. Access shall be provided only at locations approved by the Engineer. The SWMP Administrator shall record vehicle tracking pad locations on the SWMP site map. New inlets and culverts shall be protected during their construction. Appropriate protection of each culvert and inlet shall be installed immediately. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours of completion of each pipe. The Contractor shall remove sediment, millings, debris, and other pollutants from within the newly constructed drainage system, prior to use, at the Contractor's expense. All removed sediment shall be disposed of outside the project limits in accordance with all applicable regulations. Concrete products wasted on the ground during construction including, but not limited to, excess concrete removed from forms, spills, slop, and all other unused concrete are potential pollutants that shall be removed from the site or contained at a pre -approved containment area that has been identified in the SWMP. The concrete shall be picked up and recycled in accordance with 6 CCR 1007-2 (CDPHE Regulations Pertaining to Solid Waste Sites and Facilities) at regular intervals, as needed, or as directed by the Engineer. (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 Department's Erosion Control and Stormwater Quality Guide shall be used as a Page 197 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 12 REVISION OF SECTIONS 208 EROSION CONTROL reference document for the purpose of designing erosion and sediment control measures. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation. (b) Other Agencies. If CDPHE, US Army Corps of Engineers (USACE), the Environmental Protection Agency (EPA), or a Local Agency reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect the neighboring MS4, including installing additional measures. Implementation of these additional measures will be paid for at contract unit prices. (c) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside CDOT ROW and outside easements acquired by CDOT for construction, are the responsibility of the Contractor. (d) Construction Implementation. The Contractor shall incorporate control measures into the project as outlined in the accepted schedule. (e) Stabilization. Once earthwork has started, the Contractor shall maintain erosion control measures until permanent stabilization of the a -ea has been completed and accepted. Clearing, grubbing and slope stabilization measures shall be performed regularly to ensure final stabilization. Failure to properly maintain erosion control and stabilization methods, either through improper phasing or sequencing will require the Contractor to repair or replace sections of earthwork at the Contractor's expense. The Contractor shall schedule and implement the following stabilization measures during the course of the project: 1. Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation or underlying soil of a site, such as clearing, grading, roadbed preparation, soil compaction, and movement and stockpiling of sediment and materials. Designated topsoil distributed on the surface or in stockpiles shall not receive temporary stabilization. Other stabilization measures may be implemented, as approved. 2. Interim Stabilization. As sopn as it is known with reasonable certainty that work will be temporarily halted for 14 days or more, sediment and material stockpiles and disturbed areas shall be stabilized using one or more of the specified following methods: (1) Application of 1.5 tons per acres of mechanically crimped certified weed free hay or straw in combination with an approved organic mulch tackifier. (2) Placement of bonded fiber matrix in accordance with Section 213. (3) Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, in accordance with Section 213. (4) Application of spray -on mulch blanket in accordance with Section 213. Magnesium Chloride, Potassium Chloride and Sodium Chloride, or other salt products, shall not be used as a stabilization method. (5) Topsoil stockpiles shall receive interim stabilization in accordance with Section 207, unless specified 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 will riot be permitted. As soon as the Contractor knows shutdown is to occur, Page 198 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 13 REVISION OF SECTIONS 208 EROSION CONTROL 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 riprap, road shouldering, etc., or a combination thereof as required by the Contract. Other permanent stabilization techniques may be proposed by the Contractor, in writing, and shall be used when approved in writing by the Engineer. All permanent stabilization requirements shown on the plans shall be completed within four working days of the placement of the topsoil in accordance with Section 207. 5. Final Stabilization. Final stabilization is achieved when all ground disturbing activities at the site have been completed, and uniform vegetative cover has been established with an individual plant density of at least 70 percent of pre -disturbance levels, or equivalent permanent physical erosion reduction methods have been employed. Maintenance. Erosion and sediment control practices and other protective measures identified in the SWMP as control measures for stormwater pollution prevention shall be maintained in effective operating condition until final acceptance of the project. Control measures shall be continuously maintained in accordance with good engineering, hydrologic, and pollution control practices, including removal of collected sediment when silt depth is 50 percent or more of the effective height of the erosion control device. When possible, the Contractor shall use equipment with an operator rather than labor alone to remove the sediment. Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain control measures shall be repaired at the Contractor's expense. Site assessments shall be performed 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 in accordance with this section. Devices damaged due to the Contractor's negligence shall be replaced at the Contractor's expense. From the time seeding and mulching work begins until project acceptance the Contractor shall maintain all seeded areas. Damage to seeded areas or to mulch materials shall be immediately restored. If damage is due to Contractor negligence, it shall be 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 prior to final acceptance of the project, as determined by the Engineer. 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. Maintenance shall be notified of the locations of any control measures left in place. If the Contractor fails to complete construction within the approved contract time, the Contractor shall continue erosion and sediment control operations at its expense until acceptance of the work. Sediment removed during maintenance of control measures and material from street sweeping may be used in or on embankment, provided it meets the requirements of Section 203 and is distributed evenly across the embankment. Page 199 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 14 REVISION OF SECTIONS 208 EROSION CONTROL Whenever sediment collects on the paved surface, the surface shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Sweeping with a kick broom will not be allowed. Material from pavement saw cutting operations shall be cleaned from the roadway surface during operations using a vacuum. A control measure, such as a berm, shall be placed to contain slurry from joint flushing operations until the residue can be removed from the soil surface. Aggregate bags, erosion logs or other permeable control measures shall not be used. Residue shall not flow into driving lanes. It shall be removed and disposed of in accordance with Section 107. Material containment and removal will not be paid for separately but shall be included in the work. 208.05 Construction of Control Measures. Control measures shall be constructed in accordance with Standard Plans M-208-1 and M-216-1, and with the following: (a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket installation shall be performed in accordance with Sections 212, 213, and 216. (b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes. Erosion Bales shall be entrenched 4 inches minimum into the soil, tightly abutted with no gaps, staked, and backfilled around the entire outside perimeter. Erosion Bales cannot be used for Check Dams. (c) Silt Fence. Silt fence shall be installed in locations as per M standard plans 208-1 and as specified in the Contract. (d) Temporary Berms. Berms shall be constructed to the dimensions as per M 208-1 standard plans and as shown in the Contract, and sufficiently compacted to prevent erosion or failure. If the berm erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. Berms must be at least 18 inches tall or high enough to prevent overtopping. Berms must have a minimum of 4 to 6 -foot base. Gradient of all receiving area above berm must be less than 2:1, or flatter. Outlets of anticipated flow from captured water behind berms must be designed with additional control measures suitable to control concentrated flow. Maximum drainage area for each outlet must be limited to 2 acres. (e) Temporary Diversion. Diversions shall be constructed to the dimensions as per M standard plans 208-1 and as shown in the Contract and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. If the diversion erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. (f) Temporary Slope Drains. Temporary slope drains shall be installed prior to installation of permanent facilities or growth of adequate ground cover on the slopes. All temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion. Ensure drainage area for every slope drain is smaller than 5 acres. Ensure pipe or channel is properly sized, and for drainage areas larger than 1 acre the pipe size must be designed by an Engineer to ensure the drainage structure can accommodate the runoff resulting from a 2 -year, 24 -hour storm event. The use of prefabricated flared inlet sections is recommended. (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. See M standard 208-1 for details. Silt berms shall be secured with spikes. The Contractor shall install the silt berm in a manner that will prevent water from going around or under the silt berm. Silt berms shall be installed on top of soil retention blanket or turf reinforcement blanket. Page 200 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 15 REVISION OF SECTIONS 208 EROSION CONTROL (h) Rock Check Dam. Rock shall be installed at locations shown on the plans. Rock check dams shall conform to the dimensions shown on the plans. The Geotextile Erosion Control shall be Class 2 and conform to the requirements of Section 712 and shall extend up % of the riprap height with 6inch minimum cover over geotextile. Rock Check Dam shall be installed within a ditch sub excavated 6 inches below the flow line. The ends of the rip rap check dam shall be a minimum of 6 inches higher than the center of the check dam. Stone shall meet the requirements of Section 506. Larger rocks with larger void spaces should be used on top. See M standard 208-1 for details. (i) (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 in accordance with Section 506 and as shown on the plans. Storm Drain Inlet Protection. Prior to installation, the Contractor shall sweep the surface of the area in which the storm drain inlet protection devices are to be installed such that the pavement is free of sediment and debris. The ends of the inlet protection Type 1 and Type 2 shall extend a minimum of 1 foot past each end of the inlet. The Contractor shall remove all accumulated sediment and debris from the surface surrounding all storm drain inlet protection devices after each rain event or as directed. The Contractor shall remove accumulated sediment from each Type II and ill containment area when it is more than one third full of sediment, or as directed. The Contractor shall protect storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. (k) Sediment Trap. Sediment traps shall be installed to collect sediment laden water and to minimize the potential of pollutants leaving the project site. Locations shall be in accordance with M standard 208-1 and as shown on the plans or as directed. (I) Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed areas can be diverted into the trap. The area under the embankment shall be cleared, grubbed, and stripped of any vegetation and roots. Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material. Sediment shall be removed from the trap when it has accumulated to one half of the wet storage depth of the trap and shall be disposed of in accordance with Section 208. Erosion Logs. Erosion logs shall be embedded 2 inches into the soil. Stakes shall be embedded so that the top of the stake does not extend past the top erosion log more than 2 inches, at the discretion of the Engineer, a shallower stake depth may be permitted if adverse site conditions are encountered, e.g. rock or frozen ground. The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs. See M standard 208-1 for details. (m) Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the silt dikes are to be installed such that they are free of materials greater than two inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. Page 201 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 16 REVISION OF SECTIONS 208 EROSION CONTROL (n) Concrete Washout Structure. The concrete washout structure shall meet or exceed the dimensions shown on the plans. Work on this structure shall not begin until written acceptance of location is provided by the Engineer. See M standard 208-1 for details. Control measures designed for concrete washout waste shall be implemented. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5 or use a prefabricated washout. The following requirements shall be met: (1) The structure shall contain all washout water. (2) Stormwater shall not carry wastes from washout and disposal locations. (3) The site shall be located a minimum of 50 horizontal feet away from State waters and shall meet all requirements for containment and disposal as defined in Section 107. (4) The site shall be signed as "Concrete Washout". (5) The site shall be accessible to appropriate vehicles. (6) Freeboard capacity shall be included in the structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. (7) The Contractor shall prevent tracking of washout material out of the washout structure. (8) Solvents, flocculants, and acid shall not be added to wash water. (9) The structure shall be surrounded on three sides by a compacted berm. (10) The structure shall be fenced with orange plastic construction fencing conforming to Section 607, 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. (12) A concrete washout sign shall have letters at least 3 inches high and conform to Section 630. (o) Pm -fabricated concrete washout structures (Type 1 and Type 2). Structures and sites shall meet the following requirements: (1) Structure shall contain all washout water. If bins are determined to be leaking, the Contractor shall replace the bin on -site and clean up the spilled material and dispose of it properly. (2) Structure shall be located a minimum of 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be as approved by the Engineer. The pre -fabricated structure shall be signed as "Concrete Washout". Sign can be on portable bin. (3) The site shall be accessible to appropriate vehicles. (4) Washout bins shall be covered with a tarp tied down to the structure or staked to the ground when a storm event is anticipated. (5) Solvents, flocculants, and acid shall not be added to wash water. Page 202 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 17 REVISION OF SECTIONS 208 EROSION CONTROL (6) Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. (7) Prefabricated structures cannot be moved when they contain liquid, unless otherwise approved. (8) The concrete washout structure shall be installed and ready for use prior to concrete placement operations. (9) Washout areas shall be checked and maintained as required. On -site permanent disposal of concrete washout waste is not allowed. 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) Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area. The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance and will be paid for under Pay Item, Maintenance Aggregate (Vehicle Tracking Pad). Detention Pond. Permanent detention ponds shown on the construction plans may be used as temporary control measures if all the following conditions are met: (1) The pond is designated as a construction control measure in the SWMP. (2) The pond outfall and outlet are designed and implemented for use as a control measure during construction in accordance with good engineering, hydrologic, and pollution control practices. The stormwater discharges from the outfall shall not cause degradation or pollution of State waters, and shall have control measures, as appropriate. (3) All silt shall be removed, and the pond returned to the design grade and contour prior to project acceptance. (r) Aggregate Bag. Aggregate bags shall be placed on a stable surface, consisting of hardscape or compacted gravel. If approved by the Engineer, the aggregate bag may be placed on compacted dirt areas, where bags conform to the surface and can effectively minimize sediment transport. Aggregate bags can be used on frozen ground when other control measures cannot be trenched or staked, but only until the ground is capable of being trenched and staked. Aggregate bags shall not be placed in concentrated flow areas, other than gutter pans. Aggregate bags shall be placed to conform to the surface without gaps to ensure that discharge water does not cause erosion. See M standard 208-1 for details. (s) Surface roughening. Surface roughening creates horizontal grooves along the contour of the slope. Roughening may be accomplished by furrowing, scarifying, ripping, or disking the soil surface to create a 2 to 4 -inch minimum variation in soil surface. Page 203 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 18 REVISION OF SECTIONS 208 EROSION CONTROL (t) Vertical Tracking. Vertical tracking involves driving a tracked vehicle up and down the soil surface and creating horizontal grooves and ridges along the contour of the slope. Sandy soils or soils that are primarily rock need not be tracked. 208.06 Materials Handling and Spill Prevention. The SWMP Administrator shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in place as specified in Section 107 or Section 208. Construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any State waters or more if the Contractor determines necessary. Equipment fueling and servicing shall occur only within approved designated areas. (a) Bulk storage structures. Bulk storage structures for petroleum products and other chemicals shall have impervious secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering State waters. Secondary containment shall be capable of containing the combined volume of all the storage containers plus at least 10 percent freeboard. For secondary containment that is used and may result in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of all accumulated stormwater which is deemed to be contaminated (e.g., has an unusual odor or sheen). (b) Lubricant Leaks. The Contractor shall inspect equipment, vehicles, and repair areas daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shal have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. The Contractor shall inform all Spill Response Coordinators in accordance with the Spill Response Plan if unforeseen leakage is encountered. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. Control, cleanup, and removal of by-products resulting from POL leaks shall be performed at the Contractor's expense. (c) Spill Response Plan. A Spill Response Plan shall be developed and implemented to establish operating procedures for handling potential pollutants and preventing spills. The Response Plan shall contain the following information: (1) Identification and contact information of each Spill Response Coordinators. (2) Locations of areas on the project site where equipment fueling, and servicing operations are permitted. (3) Location of cleanup kits. (4) Quantities of chemicals and locations stored on site. (5) Label system for chemicals and Safety Data Sheets (SDS) for products. (6) Clean up procedures to be implemented in the event of a spill that does not enter State waters or ground water. (7) Procedures for spills of any size that enter surface waters or ground water 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. Page 204 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 19 REVISION OF SECTIONS 208 EROSION CONTROL Information in items (1) through (8) shall be updated in the SWMP when they change. 208.07 Stockpile Management. Material stockpiles shall be located 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained with acceptable control measures at the toe (or within 20 feet of the toe) throughout construction. Control measures shall be approved by the Engineer. The SWMP Administrator shall describe, detail, and record the sediment control devices on the SWMP. 208.08 Limits of Disturbance. The Contractor shall limit construction activities to those areas within the limits of disturbance shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and all other activities which would disturb existing soil conditions. Staging areas within the LDA shall be as approved by the Engineer. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor's expense. The SWMP Administrator shall tabulate additional disturbances not identified in the SWMP. If the disturbance at any time exceeds 1 acre (including as part of a common plan of development), the Contractor will need to apply for a Colorado Discharge Permit System- Stormwater Construction Permit (CDPS-SCP) and comply with all of CDOT's over one acre specifications. The Contractor shall pursue stabilization of all disturbances to completion. 208.09 Regulatory Mechanism for Water Quality. Failure to implement the Stormwater Management Plan is a violation of the Colorado Water Quality Control Act. Penalties may be assessed to the Contractor by the appropriate agencies. All fines assessed to the Department for the Contractor's failure to implement the SWMP will be deducted from monies due the Contractor. The Contractor shall be subject to liquidated damages for incidents of failure to perform erosion control as required by the Contract. Liquidated damages will be applied for failure to comply with these specifications, including the following: (1) Failure of the Contractor to implement necessary actions required by the Engineer as required by this section. (2) Failure to construct or implement erosion control or spill containment measures required by the Contract, or failure to construct or implement them in accordance with the Contractor's schedule. (3) Failure to stabilize disturbed areas as required by this section. (4) Failure to replace or perform maintenance on an erosion control feature after notice from the Engineer to replace or perform maintenance as required by this section. (5) Failure to remove and dispose of sediment from control measures as required. (6) Failure to install and properly utilize a concrete washout structure for containing washout from concrete placement operations. (7) Failure to perform permanent stabilization as required by this section. (8) Failure to prevent discharges not composed entirely of stormwater from leaving the construction site. (9) Failure to provide the survey of Permanent Water Quality features when required on the project in accordance with this section. The Engineer will immediately notify the Contractor of each incident of failure to perform erosion control in accordance with any water quality standards, specifications, including items (1) through (9) above by issuing a Form 105. Correction shall be made as soon as possible, immediately in most cases, but no later than 48 hours from the date of notification to correct the failure. The Contractor will be charged liquidated damages in the amount of $970 for each day after the 48 -hour period has expired that one or more of the incidents of failure to perform the requirements for each Form 105 remains uncorrected. Liquidated damages will begin at Midnight of the date on which the 48 hours has expired. Page 205 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 20 REVISION OF SECTIONS 208 EROSION CONTROL This deduction will not be considered a penalty but will be considered liquidated damages based on estimated additional construction engineering costs. The liquidated damages will accumulate, for each cumulative day that one or more of the incidents remain uncorrected. The number of days for which liquidated damages are assessed will be cumulative for the duration of the project; that is: the damages for a particular day will be added to the total number of days for which liquidated damages are accumulated on the project. The liquidated damages will be deducted from any monies due the Contractor. If all other failures are not corrected within 48 hours after liquidated damages have begun to be assessed, the Engineer will issue a Stop Work Order in accordance with Section 105. Work shall not resume until the Engineer has approved a written corrective action plan submitted by the Contractor that includes measures to prevent future violations and a schedule for implementation. If the Contractor requires more than 96 hours to perform the corrective work from the date on the Form 105, the Contractor shall submit a request for deferment. The deferment request shall be in writing and shall include the specific failure, temporary measures until final correction is made, the methodology which will be employed to make the correction, and interim milestones to completing the work. The Region Water Pollution Control Manager (RWPCM), Engineer, the SWMP Administrator, and the Contractor shall concur on this deferral and set a proposed date of completion. If approved, the Contractor shall complete the corrective measures by Midnight of the proposed completion date. If corrective work is not corrected by the completion date the Engineer will issue a Stop Work Order. Liquidated Damages will apply retroactively back to the 48 hours after the Form 105 date of notification. Liquidated Damages will be assessed until the corrective work has been completed and accepted. Deferment of work to correct failures to perform erosion control will not affect the Contractor's other contractual responsibilities, notifications for other non-compliance, nor the final completion date of the project. Liquidated Damages for other non-compliance notifications will continue to apply during the deferment period in addition to liquidated damages associated with the deferment. Based on the submittal date of the approved deferment, Liquated Damages and a Stop Work Order may not be mandated to the Contractor. Disagreements regarding the suggested corrective action for a control measure compliance issue between the Project Engineer, SWMP Administrator, and Superintendent, shall be discussed with the Resident Engineer and Region Water Pollution Control Manager. If after the discussions, the Project Engineer and the Contractor are still in disagreement and the Contractor believes that additional compensation is owed, the Contractor shall follow the decision of the Project Engineer, keep track of the costs and negotiate further with the Project Engineer. If after pursuing the issue, the Contractor is unable to reach an agreement with the Project Engineer, then the Contractor can follow the dispute process outlined in Section 105. If the Contractor's corrective action plan and schedule are not submitted and approved within 96 hours of the initial notice, the Engineer will issue a Stop Work Order and have an on -site meeting with the Superintendent, SWMP Administrator, and the Superintendent's supervisor. This meeting will also be attended by the Resident Engineer, the Region Water Pollution Control Manager, and the Region Program Engineer. This meeting will identify and document needed corrective actions and a schedule for completion. If after the meeting, the unacceptable work is not remedied within the schedule as agreed to in the meeting, the Engineer will take action to effect compliance with the Contract and these specifications by utilizing CDOT Maintenance personnel or other non -Contractor forces and deduct the cost from any monies due or to become due to the Contractor pursuant to Section 105. Delays due to these Stop Work Orders shall be considered non- excusable. The Stop Work Order shall be in place until the project is in compliance. If the Contractor remains non -responsive to requirements of the on -site meeting, the Engineer will start default or Contract termination procedures in accordance with Section 108. CDOT will proceed with corrective or Page 206 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 21 REVISION OF SECTIONS 208 EROSION CONTROL disciplinary action in accordance with the Rules for Prequalification, Debarment, Bidding and Work on Transportation, Road, Highway and Bridge Public Projects. When a failure meets any one of the following conditions, the Engineer will immediately issue a Stop Work Order in accordance with Section 105 irrespective of any other available remedy: (1) It may endanger health or the environment. (2) It consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the state. (3) It consists of a discharge which may cause a violation of water quality standards. 208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work. (a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in accordance with this section at the Contractor's expense. (b) Survey. When Permanent Water Quality (PWQ) control measures are required on the project and once built, the Contractor shall survey the control measures to confirm that the PWQ control measures conform to the configuration, grade, and volume shown on the plans. The survey shall conform to Section 625. The results of the survey shall be submitted in accordance with 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. 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, CDOT Hydraulics Engineer for the region, Headquarters Permanent Water Quality Manager, and Headquarters Maintenance staff will perform a walkthrough of the PWQ control measures to confirm conformance to material requirements, locations, and dimensions. Before the walkthrough, the Contractor shall provide the corrected survey to the Engineer, Regional, and Headquarters Permanent Water Quality Managers. (c) Locations of Temporary Control Measures. The Engineer will identify locations where modification, cleaning, or removal of temporary control measures are required and will provide these in writing to the Contractor. Upon completion of work required, the SWMP Administrator shall modify the SWMP to provide an accurate depiction of control measures to remain on the project site. All punch list and walkthrough items shall be completed and approved by the Engineer and Maintenance. METHOD OF MEASUREMENT 208.11 Erosion Control Management on projects having less than one acre of total disturbed area will not be measured and paid for separately but shall be included in the work, unless otherwise specified in the contract (bid schedule). If contracted, ECM work will be measured as the actual number of days of ECM work performed, regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and the preparation of the SWMP. 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 four hours in a day, the work will be measured as one day. Total combined hours of ECM work exceeding eight hours in a day will still be paid as one day. Page 207 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 22 REVISION OF SECTIONS 208 EROSION CONTROL 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 recuired overlap. Concrete washout structure will be measured by the actual number of structures that are installed and accepted. Pre -fabricated concrete washout structures will be measured by the actual number of structures delivered to the site. It shall not include structures moved on -site. 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 required for maintaining vehicle tracking pads will be measured as the actual number of cubic yards installed and accepted. Pre -fabricated vehicle tracking pads will be measured by the actual number of pads delivered to the site and set up to the minimum dimensions. It shall not include pads moved on -site. BASIS OF PAYMENT 208.12 Control measures will be paid for at the Contract unit price for each of the items listed below that appear in the contract. Erosion Control management (ECM) duties on projects having less than one acre of total disturbed area will not be measured and paid for separately but shall be included in the work, unless otherwise specified in the contract. Payment will be made under: Pay Item Pay Unit Aggregate Bag Linear Foot Concrete Washout Structure Each Erosion Bales (Weed Free) Each Erosion Control Management Day (If in the contract) Erosion Log (Type 1) ( Inch) Linear Foot Erosion Log (Type 2) ( Inch) Linear Foot Erosion Log (Type 3) (Inch) Linear Foot Pre -Fabricated Concrete Washout Structure (Type 1) Each Pre -Fabricated Concrete Washout Structure (Type 2) Each Pre -Fabricated Vehicle Tracking Pad Each Maintenance Aggregate (Vehicle Tracking Pad) Cubic Yard Removal and Disposal of Sediment (Equipment) Hour Page 208 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 23 REVISION OF SECTIONS 208 EROSION CONTROL Removal and Disposal of Sediment (Labor) Removal of Trash Rock Check Dam Sediment Basin Sediment Trap Silt Berm Silt Dike Silt Fence Silt Fence (Reinforced) Storm Drain Inlet Protection (Type_) Storm Drain Inlet Protection (Type Sweeping (Sediment Removal) Temporary Berm Temporary Diversion Temporary Slope Drain Vehicle Tracking Pad Hour Hour Each Each Each Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Each Hour Linear Foot Linear Foot Linear Foot Each Modifications to the SWMP due to construction errors or survey errors by the Contractor shall be made at the Contractor's expense. Surface roughening and vertical tracking (temporary stabilization) will not be measured and paid for separately but shall be included in the work. Payment for each control measure item will be full compensation for all work and materials required to furnish, install, maintain, and remove the control measure when directed. Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, including the operator. Payment for Removal and Disposal of Sediment (Labor) will be full compensation for use of the labor. Payment for concrete washout structure, whether constructed or prefabricated, will be full compensation for all work and materials required to install, maintain, and remove the item. Maintenance and relocation, as required, of these structures throughout the duration of the project will not be measured and paid for separately but shall be included in the work. Silt berm spikes and wood spikes will not be measured and paid for separately but shall be included in the work. When required, soil retention blankets will be measured and paid for in accordance with Section 216. Compost and wood stakes for Erosion Log (Type 2) will not be measured and paid for separately but shall be included in the work. Spray -on mulch blankets required by the Contract, including those used in both interim and final stabilization, will be measured and paid for in accordance with Section 213. Payment for storm drain inlet protection will be full compensation for all work, materials, and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of the work. Aggregate will not be measured and paid for separately but shall be included in the work. Sweeping, when used as a control measure as shown in the Contract, will be measured by the number of hours that a pickup broom or equipment capable of collecting sediment, authorized by the Engineer, is used to remove sediment from the roadway or other paved surfaces. Each week the Contractor shall submit to the Engineer a statement detailing the type of sweeping equipment used and the number of hours it was used to pick up sediment. The operator will not be measured and paid for separately but shall be included in the work. Page 209 of 262 Project # SHO CO30-083 Subaccount # 23901 December 29, 2020 24 REVISION OF SECTIONS 208 EROSION CONTROL 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 be measured by the cubic yard in accordance with Section 304 and will be paid for under this Section as Maintenance Aggregate (Vehicle Tracking Pad). Seeding, sod, mulching, soil retention blanket, and riprap will be measured and paid for in accordance with Sections 212, 213, 216, and 508. All work and materials required to perform the permanent control measure survey and furnish the electronic files shall be included in the original unit price bid for surveying. Surveying will be measured and paid for in accordance with Section 625. Payment will be made for control measures replaced as approved by the Engineer. Temporary erosion and sediment control measures required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor's expense. If the Contractor fails to complete construction within the contract time, payment will not be made for Section 208 pay items for the period of time after expiration of the contract time. These items shall be provided at the Contractor's expense. Page 210 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 1 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Section 212 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 212.01 This work consists of application of fertilizer, soil amendments, seedbed preparation, and placing seed and sod. Substitutions from this specification will not be allowed unless submitted in writing to the Engineer and approved by the Region or Headquarters Landscape Architect. MATERIALS 212.02 Seed, Fertilizers, Soil Conditioners, Mycorrhizae, Elemental Sulfur, and Sod. (a) Seed. Seed shall be delivered to the project site in sealed bags tagged by a registered seed supplier conforming to the requirements of the Colorado Seed Act, CRS 35-27-111(1). Seed used on the project shall not be in the Contractor's possession for more than 30 days from the date of pickup or delivery on the seed vendors packing slip. Bags which have been opened or damaged prior to Engineer inspection will be rejected. The State required legal tags shall remain on the bag until opened and the seed is placed in either the drill or hydraulic seeders in the presence of the Engineer. The Engineer shall remove all tags after seed has been planted. Each seed tag shall clearly show the following: (1) Name and address of the supplier (2) Botanical and common name for each species (3) Lot numbers (4) Percent by weight of inert ingredients (5) Guaranteed percentage of purity and germination (6) Pounds of Pure Live Seed (PLS) of each seed species (7) Total net weight in pounds of PLS in the sealed bag (8) Calendar month and year of test date Seeds shall be free from all noxious weed seeds in accordance with Colorado Seed Act (CRS 35-17) prohibited noxious weed seed list. Weed seed content shall not exceed the requirements in part 7.2 of the Colorado Department of Agriculture's Seed Act Rules and Regulations. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. Seed and seed labels shall conform to all current State regulations and to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. Page 211 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 2 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING The Contractor shall store seed under dry conditions, at temperatures between 35 °F to 90 °F, under low humidity and out of direct sunlight. The Contractor shall provide the location of where seed is stored and access to stored seed locations to the Engineer. Seed stored by the Contractor for longer than 30 days will be rejected. (b) Organic Fertilizer. Fertilizer derived directly from plant or animal sources shall conform to Colorado Revised Fertilizer Rules I!; CCR 1202-4. Fertilizer shall be uniform in composition and shall be delivered to the site in the original, uropened containers, each bearing the manufacturer's name, address, and nutrient analysis. Fertilizer bags (containers) which arrive at the project site opened, damaged, or lacking a label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacturer's original label and sealed at the manufacturing facility. Fertilizer which becomes caked or damaged will not be accepted. Fertilizer shall be stored according to manufacturer's recommendations in a dry area where the fertilizer will not be damaged. Organic fertilizer formulation being submitted for use must be registered with the Colorado Department of Agriculture. Verification tests may be conducted by CDOT on grab samples of organic fertilizer delivered to the site to determine the reliability of bag label analysis and for ingredients which are injurious to plants. If a product of any supplier is found to consistently deviate from the bag level analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the Colorado State Board of Agriculture for appropriate action under the "Colorado Fertilizer Law". Fertilizer shall be supplied in one of the following physical forms: (1) A dry free -flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. (2) A homogeneous pellet, suitable for application by agricultural fertilizer spreader. Pellet size shall be 2-3 mm. Smaller may be allowed when Seeding (Native) Hydraulic is shown on the plans. A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. The application rate of fie organic fertilizer shall be either as high or low nitrogen (N) fertilizer as shown on the plans. High N organic fertilizer chemical analysis shall conform to Table 212-1. (3) Table 212-1 Chemical Analysis for High N Fertilizer Ingredient Range Test Method Nitrogen (N) (°k} g _ 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 fertilizerchemical analysis shall conform to Table 212-2. Page 212 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 3 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Table 212-2 Chemical Analysis for Low N Fertilizer Ingredient Range Test Method Nitrogen (N) (%) 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). Compost shall be suitable for use in Erosion Log (Type 2) and permanent seeding applications. Compost shall not contain visible refuse, other physical contaminants, or substances considered harmful to plant growth. Compost shall be used in accordance with all applicable EPA 40 CFR 503 standards for Class A biosolids including the time and temperature standards. Materials that have been treated with chemical preservatives as a compost feedstock will not be permitted. The Contractor shall provide material that has been aerobically composted in a commercial facility. Compost shall be from a producer that participates in the United States Composting Council's (USCC) Seal of Testing Assurance (STA) program. The Department will only accept STA approved compost that is tested in accordance with the USCC Test Methods for Examining of Composting and Compost (TMECC) manual. Verification tests may be conducted by CDOT on grab samples of compost delivered to the site to determine the gradation and physical properties. Testing may be done for indication of ingredients which are injurious to plants. Sampling procedures will follow the STA 02.01 Field Sampling of Compost Materials and 02.01-B Selection of Sampling Locations for Windrows and Piles. If a product is found to consistently deviate from the gradation and property analysis, the acceptance of that product will be discontinued. Copies of the failing test reports will be furnished to the USCC. 1. Compost for permanent seeding soil conditioner locations onsite and application rates shall be as shown on the plans. Organic matter in compost shall be no more than 2 inches in length. Compost (Mechanically Applied) for permanent seeding shall meet the gradation and physical properties as shown in Table 212-4 and Table 212-5. The Contractor shall provide a written explanation for compost tested parameters not within the acceptable requirements for review and consideration. The Contractor shall provide documentation from the composting facility confirming that the material has been tested in accordance with USCC TMECC. Page 213 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 4 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING 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. Table 212-5 Properties for Permanent Seeding Compost Compost Parameters Reported as Requirements Test Method pH pH units 6.0 - 8.5 TMECC 04.11-A Soluble Salts (Electrical 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 20% - 50% TMECC 05.07-A pounds per cubic yard >240 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 (respirorrretry) mg COrC per TS per day mg COrC 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. 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) > 80% Relative Seedling Vigor %, (average) > 80% Use the STA Lab bulk density lb/cu ft as received, multiplied by organic tter % as received, multiplied by 27 to calculate pounds per cubic yard of manic matter. (d) Compost for Erosion Log (Type 2) shall meet the gradation and physical properties as shown in Table 212-6 and Table 212-7. Page 214 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 5 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING 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 Aggregate Size Classification" 25.0 mm (1") 90 100 9.5 mm (3/8") 10 50 Note: Organic matter for erosion log compost shall be no more than 4 inches in length. Compost shall be from a producer that participates in the USCC STA program. Table 212-7 Properties for Erosion Log (Type 2) Compost Compost Parameters Reported as Requirements Test Method pH pH units 6.0 - 8.5 TMECC 04.11-A Soluble Salts (Electrical 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 COs -C per g TS per day mg COs -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). Soil amendments shall be a combination of natural fibers, growth stimulants, and other biologically active material designed to improve seed germination and vegetation establishment as shown in Table 212-8. Biotic soil amendments shall be pre-packaged in ultraviolet and weather resistant packaging and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking a label will be rejected. Bulk shipments such as tote bags will be rejected. Biotic soil amendments shall be stored in locations not exceeding 80 °F. Acceptance of material shall be subject to the requirements of the Department's Approved Product List (APL). The application rate of the biotic soil amendments shall be in accordance with the rates shown on the plans. Page 215 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 6 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Use of mulch tackifier (Plantago Insularis or pre -gelatinized corn starch polymer) shall be in accordance with Section 213. It shall be used as a wetting agent at a rate of 30 pounds per acre. Biotic soil amendments shall provide a continuous and uniform cover and shall consist of one of the components in Table 212-8 and all of the performance and physical properties in Table 212-9. Table 212-8 Required Percentage Ranges of Biotic Soil Amendments Components Units Requirement Professional grade sphagnum peat moss, professional grade reed sedge peat moss or compost that meets the Seal of Testing Assurance Program of the US Composting Council %, dry weight basis > 41°!° Mechanically processed straw consisting of weed free agricultural straw, flexible flax fiber or rice hulls %, dry weight basis < 57% Table 212-9 Performance and Physical Requirements of Biotic Soil Amendments Parameters Reported as Requirement Test Method pH pH units 5.0 - 7.5 ASTM D1293 Moisture content %, wet weight basis 10% - 50% ASTM D 2974 Organic matter content %, dry weight basis > 85% ASTM D586 Carbon Nitrogen Ratio Ratio C:N < 38:1 ASTM E1508 Man-made inert contamination % dry weight basis < 1.0% Acute Toxicity (Pass/Fail) Pass (non-toxic) ASTM E729- 96(2014) or EPA Method 2021.0 or EPA Method 2002.0 Vegetative Minimum > 400% ASTM 7322 The Contractor shall provide a CTR with independent laboratory analysis for the required parameters in accordance with subsection 106.13. (e) Humate. The Contractor shall provide a screened dry granular form of organic humic and fulvic acid substance. Humate shall be pre-packaged and labeled from the manufacturer. Bags (containers) which arrive at the project site opened, damaged, or lacking label will be rejected. The Contractor shall only use bulk shipments such as tote bags or super sacks that have a manufacture's original label and sealed at the manufacturing facility. Humate shall be stored in locations not exceeding 80 °F. Humate shall be provided in accordance with the rates shown on the plans. Product shall conform to the parameters in Table 212-10 and Table 212-11. Table 212-10 Screened Size Requirements for Humate Seeding Method Reported as Requirement Seeding (Native) Drill, Hydraulic and Broadcast inches < 1/4 Page 216 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 7 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Table 212-11 Performance and Physical Requirements of Humate Parameters Reported as Requirement Test Method Organic Matter %, dry weight basis >70% Fines (material that is finer than the No. 200 (75-µm) 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°k Heavy Metal / Ash Content %, dry weight basis < 15% The Contractor shall provide a CTR with independent laboratory analysis for the required parameters in accordance with subsection 106.13. (l Mycorrhizae. Mycorrhizae shall arrive onsite in original and undamaged packaging. Handling of this material shall follow manufacturer's safety recommendations. Mycorrhizae shall be stored onsite in such a way as to avoid exposure to direct sunlight for more than four hours and to prevent package temperatures to rise above 85 °F. The endo mycorrhizal inoculum shall provide at least 60,000 propagules per pound and shall contain all of the following species and conform to the parameters in Table 212-12: (1) Glomus intraradices (a.k.a. Rhizophagus intraradices) (2) Glomus mosseae (a.k.a. Funneliformis mosseae) (3) Glomus aggregatum (a.k.a. rhizophagus aggregatus) (4) Glomus etunicatum (a.k.a. Claroideoglomus etunicatum) Table 212-12 Physical Requirements of Endo Mycorrhizae Parameters 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 in accordance with subsection 106.13. The following rates shall be used for Seeding Methods: (1) For Seeding (Native) Drill, the mycorrhizae product shall be provided as a dry free -flowing granular material, suitable for application by agricultural drill seeder. Application rate shall be 8 pounds per acre. (2) For Seeding (Native) Hydraulic, the mycorrhizae product shall be provided as a fine granular (< 2 mm) or powdered form (particle size less than 300 microns) that will permit complete suspension and used with hydro -seeder equipment. Application rate shall be 20 pounds per acre. Page 217 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 8 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING (3) For Seeding (Native) Broadcast, the mycorrhizae product shall be provided as a dry free -flowing granular material, suitable for application by fertilizer spreader. Application rate shall be 20 pounds per acre. (g) Elemental Sulfur. The Contractor shall provide a free -flowing granular material consistent in size suitable for application by agricultural spreader and conform to the parameters in Table 212-13. Elemental sulfur shall arrive onsite in original and undamaged packaging. Table 212-13 Physical Requirements of Elemental Sulfur Parameters Reported as Requirement Guaranteed Analysis of Elemental Sulfur (S) % > 90 Bulk Density Lbs per cu. ft. > 75 (h) Sod. Sod shall be nursery grown and 99 percent weed free. Species shall be as shown on the plans. The 1 percent allowable weeds shall not include undesirable perennial or annual grasses or plants defined as noxious by current State statute or county noxious weed list. Soil thickness of sod cuts shall not be less than ' inch or more than 1 inch. Sod shall be cut in uniform strips with minimum dimensions of 18 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod proposed for use, which shall serve as a standard if approved. Sod furnished, whether in place or not, that is not up to the standard of the sample will be rejected. CDOT will reject all sod that was cut more than 72 hours prior to installation. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod and the date and time of cutting. The Contractor shall submit the certificate to the Engineer prior to application of the sod. Only sod that is accompanied by the certificate from the grower will be accepted and paid for. CONSTRUCTION REQUIREMENTS 212.03 Submittals. The Contractor shall provide the name and contact information of the seeding contractor 30 days prior to start of seeding work. The Contractor shall provide two copies of items (1) - (14) listed below to the Pre -vegetation Conference in accordance with Section 207. When the Contractor provides resubmittals to meet Contract requirements, the Region or Headquarters Landscape Architect shall be copied on all correspondence. (1) Written confirmation from the registered seed supplier, on the Contractor's letterhead, that the Contract specified seed has been secured. No substitutions of the contract specified seed will be permitted unless evidence is submitted, from one of the registered seed suppliers that the Contract specified seed is not available and will not become available during the anticipated construction period. (2) Seed vendor's "seed dealer" endorsement. (3) A copy of each seed species germination report of analysis that verifies the lot has been tested by a recognized laboratory for seed testing within 13 months prior to the date of seeding. (4) A copy of each seed species purity laboratory report of analysis that verifies that the lot has been tested by a recognized laboratory for seed testing. The report shall list all identified species, seed count, and date of test. (5) Manufacturer's documentation stating that the fertilizer meets the Contract requirements. (6) Organic fertilizer documentation showing manufacturer and chemical analysis. Page 218 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 9 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING (7) Permit issued from CDPHE confirming that the vendor can produce or sell compost in accordance with House Bill (HB) 1181. (8) Documentation from the compost manufacturer that it is a participating member of in the U.S. Composting Council's Seal of Testing Assurance Program (STA). (9) Results of compost testing on an STA Compost Technical Data Sheet confirming all required test methods are met using the STA Program. (10) Sample of physical compost (at least one cubic foot of material). (11) Manufacturer's documentation confirming that biotic soil amendment meets the required physical and performance criteria based on independent testing by the manufacturer. (12) Manufacturer's documentation confirming that humate meets the required physical and performance criteria based on independent testing by the manufacture. (13) Manufacturer's documentation confirming that mycorrhizae meets the physical criteria based on independent testing and that the minimum required species is provided. (14) Pictures and descriptions of seeding equipment proposed to be used on the project. Based on the seeding methods required at a minimum this should include the drill seeder, hydraulic seeder, cultipacker or seed bed roller implements. (15) Instructions and documentation on how seeders will be calibrated onsite, in accordance with subsection 212.05(a). 212.04 Seeding Seasons. Seeding in areas that are unirrigated shall be restricted according to the parameters in Table 212-14. Table 212-14 Seeding Seasons Zone Spring Seeding Fall Seeding Areas other than the Western Slope Below 6000' Spring thaw to June 1 September 15 until consistent ground freeze 6000' - 7000' Spring thaw to June 1 September 1 until consistent ground freeze 7000' - 8000' Spring thaw to July 15 August 1 until consistent ground freeze Above 8000' Spring thaw to consistent ground freeze Western Slope Below 6000' Spring thaw to May 1 August 1 until consistent ground freeze 6000' - 7000' Spring thaw to June 15 September 1 until consistent ground freeze Above 7000' Spring thaw to consistent ground freeze (1) "Spring thaw" is the earliest date in a new calendar year in which seed can be buried'/ inch into the surface soil (topsoil) through normal drill seeding methods. (2) "Consistent ground freeze" is the time during the fall months in which the surface soil (topsoil), due to freeze conditions, prevents burying the seed'/ inch through normal drill seeding operations. Seed shall not be sown, drilled, or planted when the surface soil or topsoil is in a frozen or crusted state. Page 219 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 10 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Seeding accomplished outside the time periods listed above will be allowed only when the Contractor's request is approved by the Engineer in writing, with coordination from the Region Landscape Architect. If requested by the Contractor, the Contractor must agree to perform the following work at no cost to the Department: reseed, remulch, and repair areas which fail to produce species indicated in the Contract. If seeding is ordered by the Engineer outside the time periods listed above, the cost to repair areas that fail to produce species will be paid for by the Department. 212.05 Native Seeding Methods. Areas to be seeded shall be installed in accordance with SWMP Permanent Stabilization Plan. All amendments and seeding shall be applied based on the seeding method and rates specified on the plans. The Contractor shall complete the Amendments Verification Prerequisite for each of the seeding methods described herein. This shall be done by completing a Seed and Amendment Quantities Worksheet for each work area. This worksheet shall have a list of all amendments and the seed labels for each of the areas to be worked on. The State required legal tags shall remain on the bag until opened and the seed placed in either the drill or hydraulic seeders in the presence of the Engineer. Seeding work shall not begin until written approval of the worksheet has been received from the Engineer. In determining the weight of seed required for each work area, the Contractor shall use the Pure Live Seed (PLS) weight shown on each bag of seed. Calculations based on net weight will not be accepted. The Contractor shall submit a proposed Permanent Stabilization Phasing Plan to the Engineer prior to the Pre- revegetation Conference for approval showing how the SWMP Permanent Stabilization Plans will be implemented to minimize traffic loading damage to subgrade soil prepared and seeded areas. The proposed sequencing shall consider and identify strategies and site management control measures to protect seeded areas from foot, vehicle, and other disturbances. The strategic planning of the permanent seeding and mulch shall consider all other phasing of construction activities including traffic management and utility work. Areas damaged due to the Contractor's failing to protect the seeded areas shall be repaired at no cost to the Department. Seeded areas damaged due to circumstances beyond the Contractor's control shall be repaired and reseeded as ordered. Payment for corrective work, when ordered, shall be at the Contract prices shown and in accordance with subsection 109.04. The following seeding application methods shall not be implemented during winds which are consistently higher than 20 MPH, or when the ground is frozen, excessively wet, or otherwise untillable. The Engineer may test to see if the moisture level in the soil is acceptable to work the soil by performing a Soil Plasticity Test as described in the Construction Manual. Multiple seeding operations shall be anticipated, based on acceptable seeding conditions. The seeding methods to be implemented shall be one or more of the following, as shown on the plans: (a) Seeding (Native) Drill. (i) Fertilizer, Compost, Humates and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the topsoil using an agricultural spreader at the rate of application specified on the plans. All competitive, non-native vegetation shall be uprooted and hauled offsite prior to spreading amendments. Prior to starting incorporation of compost and elemental sulfur, the Contractor shall receive written acceptance from the Engineer on the Seed and Amendment Quantities Worksheet. Verification Prerequisite for this method also requires documentation on the Permanent Stabilization SWMP Site Maps with the approved areas outlined, signed, and dated by the Engineer to track progress. If SWMP Site Maps are not included in the Contract, the Contractor shall use the Contract grading or roadway plan sheets. Page 220 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 11 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Once the Quantities Verification Prerequisite is completed for an area, the Contractor shall homogenously incorporate the compost and elemental sulfur into the top 6 inches of topsoil. Tillage of the amendments shall be completed using a disc and harrow, field cultivator, vibra-shank, or other method suitable to site conditions. For small areas tillage shall be completed using rotary tillers. No measurable depth of organic amendment shall be present on the surface. The shanks on the back of a grader or dozer shall not be used for tillage. Tillage may take multiple passes to achieve the desired harmonious incorporation. If multiple passes are required, the Contractor shall cross till the soil with the second pass occurring at a 30 -degree angle to the first pass. On slope areas, all tillage shall be parallel to the contour. For project that will utilize aggregate or recycled asphalt shouldering material amendments, tillage is not required under shouldering material. Projects seeding up to the edge of pavement, tillage is not required for first 12" from the edge of pavement. Once incorporation of compost and elemental sulfur is approved, the Contractor shall uniformly apply fertilizer and humates on the surface of the topsoil using an agricultural spreader, as shown in the Contract documents. (ii) Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using cultipacker or seed bed roller implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension in accordance with Section 207. Areas shall be left in a rough and uncompacted condition with a surface variance of 2 to 4 inches. (iii) Seed and Mycorrhizae. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be done within two days of seedbed preparation efforts (tilling or scarifying). If a rain event occurs that compacts or erodes the seedbed prior to performing seeding, the seedbed shall be re -prepared as directed by the Engineer. Areas shall be seeded by mechanical power drawn drills suitable for area soils, topography, and size followed by packer wheels. Mechanical power drawn drills shall have furrow openers and depth bands set to maintain a planting depth of at least % inch and not more than 1/2 inch and shall be set to space the rows not more than 8 inches apart. Seeding equipment shall have a double disk opener, seed box agitator, and seed metering device. The seeder shall be calibrated by collecting seed from a single drop tube in the presence of the Engineer based on the following procedure. The Contractor shall provide the tape measure, scale, collection cup, and seed bag with complete label from the supplier. The Contractor may submit an alternative method for approval at the site Pre -vegetation Conference. (1) Measure the total width (W) of the drill seeder in feet. (2) Count the number of drill rows (N) on the seeder. (3) On drill seeders that the tire drives the seeding mechanism, measure the tire circumference (C) in feet. (4) Calculate the number of rotations the tire will complete per acre using the following equation: A = one acre or 43,560 square feet (SF) A /W = feet (F) the drill seeder needs to travel for each acre Page 221 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 12 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING F/C = number of rotations (R) of the tire per acre (5) Reduce the amount of tire rotations by one tenth. .90R = # Tire rotations to calibrate seeder (RCS) (6) Find the seeding rate (LBS PLS / Acre) on the Stormwater Management Plan. (7) Using the information from the seed tag, convert the PLS seed rate to a bulk seeding rate using the following equations: % PLS = (% purity (in decimal form) from seed label) x (% germination (in decimal form) from seed label) (LBS PLS / Acre) from the SWMP / % PLS = Required bulk seed per acre in LBS (8) Reduce the required bulk seed per acre based on the number of seeder tubes. Required bulk seed per acre / N = Weight in LBS of bulk seed from one tube (9) Reduce the required bulk seed rate from the tube by one tenth. 0.90 x Weight of bulk seed from one tube = Collected bulk seed weight (CBS) in LBS (10)Set the drill seeder to the correct seeding rate using the manufacturer's recommendation. (11)With the collection cup under one tube and the driving wheel jacked up, rotate the tire the RCS amount of times. Use the value stem to count the rotations. (12)Using the scale, weigh the seed in the collection cup. (13)Adjust the drill calibration until the weight of bulk seed in the collection cup equals the CBS in LBS. 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 seedng actions are initiated. The Contractor shall continuously monitor equipment to ensure that it is providing a uniform seed application. If mycorrhizae is called for on the plans, the granules shall be included with the seed in the drill seeder such that the mycorrhizae is placed at or below the seed. The distance between furrows produced using the drill shall not be more than 8 inches. If rows on the drill exceed 8 inches, the Contractor shall drill the areas twice (if achievable at 30 -degree angles to each other) at no additional cost to the Department. After seeding, the furrows that were created by the drill shall be maintained in place. Construction traffic, other than what is needed to mulch the areas, shall not be permitted on the areas completed. Permanent stabilization mulching shall be accomplished within 24 hours of drill seeding. (b) Seeding (Native) Hydraulic. Page 222 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 13 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING This method utilizes water as the carrying agent and mixes biotic soil amendments, seed, organic fertilizer, humates, mycorrhizae and elemental sulfur into a single slurry for hydraulic application. The Contractor shall furnish and place combined slurry with a hydro -seeder that will maintain a continuous agitation and apply homogenous mixture through a spray nozzle. The pump shall produce enough pressure to maintain a continuous, non -fluctuating spray that will reach the extremities of the seeding area. Water tanks shall have a means of measuring volume in the tank. Seed shall be added to the slurry onsite, no more than 60 minutes before starting application. Slurry shall be applied from a minimum of two opposing directions to achieve complete soil coverage. The application of the single slurry shall be applied within four hours of adding Mycorrhizae. The Contractor shall prevent seed, fertilizer, and mulch from falling or drifting onto areas occupied by rock base, rock shoulders, plant beds, or other areas where grass is detrimental. The Contractor shall remove material that falls on plants, roadways, gravel shoulders, structures, and other surfaces where material is not specified. (i) Seedbed Preparation. All areas shall be loosened to at least 6 inches, leaving the surface in rough condition with a surface variance of 6 to 8 inches. On steep slopes, tillage shall be accomplished with appropriate equipment as the slope is constructed. Soil areas shall be tilled to produce loose and friable surfaces with crusted hard soils broken up. All slopes shall be free of clods, sticks, stones, debris, concrete, asphalt and all other materials in excess of 4 inches in any dimension. All competitive, non- native vegetation shall be uprooted and hauled offsite prior to spreading amendments. Under no circumstances shall the ground surface be smooth and compacted. (ii) Biotic Soil Amendment, Fertilizer, Humate, Mycorrhizae and Seed. The Contractor shall assemble all materials for proposed areas to hydro -seed and review quantities with area of coverage with the Engineer as the Quantities Verification Prerequisite for this method. Prior to mixing in the tank, the Contractor shall receive written acceptance from the Engineer on the Seed and Amendment Quantities Worksheet that the correct quantities are onsite. This quantities verification prerequisite also requires documentation on the Permanent Stabilization SWMP Site Maps with the approved areas outlined, signed, and dated by the Engineer to track progress. If SWMP Site Maps were not included in the Contract, grading or roadway plan sheets shall be used. For the verification process, the Contractor shall provide the Engineer with all documentation for materials in unopened packaging. After the Quantities Verification Prerequisite has been approved, the hydro -seeder shall be filled with water to 1/3 of its required volume. Following this, water and biotic soil amendments shall be added to the hydro -seeder at a consistent rate. The ratio of water to Biotic Soil Amendments shall be in accordance with manufacturer's recommendations. Fertilizer, humates and mycorrhizae shall then be added until the tank has reached 3/4 of its required volume. The tank shall then be filled with water to the required volume. Uniform slurries shall be agitated or mixed for a minimum of ten minutes after all water and materials are in the tank. Hydraulic seeding equipment shall include a pump capable of being operated at 100 gallons per minute and at 100 pounds per square inch pressure. The equipment shall have a nozzle adaptable to hydraulic seeding requirements. Storage tanks shall have a means of estimating the volume used or remaining in the tank. Seed shall be added to the slurry onsite no more than 60 minutes before starting application. The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) as shown on the plans by 1.5 times at no additional cost to the Department. The Contractor may be required to apply slurry using multiple hoses to ensure uniform application to all areas of the site. Coverage rates shall be based on the volume of material in the tank, as verified by the Engineer. Areas of lighter applications (covering more area than what is calculated) will require additional application, as directed. Page 223 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 14 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING An appropriate curing period shall be in accordance with manufacturer's recommendations, and shall consider forecasted weather conditions. Permanent stabilization mulching shall be accomplished within 24 hours of hydraulic application of native seed. (c) Seeding (Native) Broadcast. This method utilizes hand equipment to broadcast spread amendments and seed over prepared seedbeds. (i) Fertilizing, Compost, Humate and Elemental Sulfur. The Contractor shall uniformly apply compost and elemental sulfur on the surface of the placed topsoil using an agricultural spreader at the rate of application specified on the plans. All competitive non-native vegetation shall be uprooted and hauled offsite prior to spreading amendments. Prior to starting incorporation, the Contractor shall receive written acceptance from the Engineer on the Seed and Amendment Quantities Worksheet that the correct quantities will be applied. The Quantities Verification Prerequisite for this method also requires documentation on the Permanent Stabilization SWMP Site Maps with the approved areas outlined, signed, and dated by the Engineer to track progress. If SWMP Site Maps are not included in the Contract, the grading or roadway plan sheets shall be used. Once the Quantities Verification Prerequisite is completed for an area, the Contractor shall homogenously incorporate the Compost into the top 6 inches of soil. Tillage of the amendments shall be completed using appropriate tools depending on the size of the area to be worked. Contractor shall use hand tillers or approved small space implements. Once incorporation of compost and elemental sulfur is approved, the Contractor shall uniformly apply organic fertilizer and humates on the surface of the topsoil using an agricultural spreader. (ii) Seedbed Preparation. Amended topsoil shall be cultivated to a firm but friable seedbed using tractor implements. Crusted hard soils shall be broken up and all areas shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4 inches in any dimension in accordance with Section 207. Areas shall be left in a rough condition with a surface variance of 2 to 4 inches. Under no circumstances shall the ground surface be smooth and compacted. (iii) Seed and Mycorrhizae. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, drives and other structures. Seeding shall be accomplished within two days of seedbed preparation efforts (tilling or scarifying) to make additional seedbed preparation unnecessary. If a rain event occurs that compacts or erodes the seedbed prior to performing seeding, the seedbed shall be re -prepared as directed. Areas shall be seeded by broadcast -type seeders (cyclone or approved mechanical seeders). The Contractor shall increase the Seed Plan rates (LBS PLS / Acre) as shown on the plans by 1.5 times at no additional cost to the Department. After seeding, mycorrhizae shall be evenly hand -distributed across the area. Seed and mycorrhizae shall be covered by hand raking and covering with ''/< to % inch of topsoil. To ensure seeds have a firm contact with the soil the Contractor shall use a heavy roller as approved in the Site Pre -vegetation Conference. Mycorrhizae shall not be exposed to sunlight for more than four hours. Using equipment with continuous cleat tracks (cat -tracking) to cover seed is not permitted. Permanent stabilization mulching shall be accomplished within 24 hours of broadcast seed application of native seed. Page 224 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 15 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING 212.06 Seeding (Temporary). Areas of topsoil shall be seeded with annual grasses in accordance with SWMP Interim Site Maps or as directed by the Engineer. Seeding may take place at any time during the year as long as the ground is not covered in snow and topsoil is not frozen. Topsoil may be placed in a stockpile or distributed on -grade after receiving subgrade soil preparation. Interim stabilization for areas that receive temporary seeding shall be in accordance with subsection 208.04(e)2. Seed shall not be included with interim hydraulic mulch applications. The Contractor shall wait to amend topsoil until the area is ready for permanent seeding with native seed mix shown on the SWMP. The Contractor shall use either the drill, hydraulic, or broadcast method of seeding. Seeding rates (LBS PLS / Acre) shall be increased by 1.5 times for hydraulic and broadcast methods at no additional cost to the Department. Seed shall meet the requirements of 212.02(a) and shall be selected from Table 212-1 based on the application time. Table 212-1 Temporary Seed Mixes Common Name Botanical Name Application Time Seeding Rates ( LBS PLS / Acre) Planting Depth (inches) Oats Avena sativa October 1- May 1 35 1 - 2 Foxtail Millet Setaria italica May 2 - September 30 30 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 in accordance with subsection 212.03. (a) Fertilizing and Soil Conditioning. The first application of fertilizer, soil conditioner, or both shall be incorporated into the soil immediately prior to seeding, and shall consist of a soil conditioner, commercial fertilizer, or both as designated in the Contract. Fertilizer called for on the plans shall be worked into the top 4 inches of soil at the rate specified in the Contract. Biological nutrient, culture, or humate based material called for on the plans shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. The second application of fertilizer shall consist of a fertilizer having an available nutrient analysis of 20-10- 5 applied at the rate of 100 pounds per acre. It shall be uniformly broadcast over the seeded area three weeks after germination or emergence. The area shall then be thoroughly soaked with water to a depth of 1 inch. Fertilizer shall not be applied when the application will damage the new lawn. (b) Seedbed Preparation. In preparation of seeding lawn grass, irregularities in the ground surface, except the saucers for trees and shrubs, shall be removed. Measures shall be taken to prevent the formation of low places and pockets where water will stand. Immediately prior to seeding, the ground surface shall be tilled or hand worked into an even and loose seedbed to a depth of 6 inches, free of clods, sticks, stones, debris, concrete, and asphalt in excess of 2 inches in any dimension, and brought to the desired line and grade. Page 225 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 16 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING (c) Seeding. Seed shall be driled 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. 211.08 Sodding. (a) Fertilizing and Soil Conditioning. Prior to laying sod, the 4 inches of subsoil underlying the sod shall be treated by tilling in fertilizer, compost, or humates as specified on the plans. Amendments shall be applied uniformly over the soil surface and incorporated into the top 6 inches of soil. After laying the sod, it shall be fertilized with a fertilizer having a nutrient analysis of 20-10-5 at the rate of 200 pounds per acre. Fertilizer shall not be applied when the application will damage the sod. (b) Soil Preparation. Prior to sodding, the ground shall be tilled or hand worked into an even and loose sod bed to a depth of 6 inches, and irregularities in the ground surface shall be removed. Sticks, stones, debris, clods, asphalt, concrete, and other material more than 2 inches in any dimension shall be removed. Depressions or variances from a smooth grade shall be corrected. Areas to be sodded shall be smooth before sodding occurs. (c) Sodding. Sod shall be placed by staggering joints with all edges touching. On slopes, the sod shall run approximately parallel to the slope contours. Where the sod abuts a drop inlet, the subgrade shall be adjusted so that the sod shall be 1-% 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. Organic Fertilizer, Compost (Mechanically Applied), Humates, Mycorrhizae soil amendments for Seeding (Native) methods drill, hydraulic, and broadcast will be measured by the actual quantity of material applied and accepted. Measurement for acres will be by slope distances. BASIS OF PAYMENT 212.10 The accepted quantities of lawn seeding, native seeding, soil conditioning, and sod will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Rejected seed that has been stored longer than 30 days shall be re -ordered at the expense of the Contractor. Page 226 of 262 Project # SHO CO30-083 Subaccount # 23901 July 9, 2020 17 REVISION OF SECTIONS 212 SOIL AMENDMENTS, SEEDING, AND SODDING Payment will be made under: Pay Item Organic Fertilizer Compost (Mechanically Applied) Biotic Soil Amendments (Hydraulic Applied) Humate Pay Unit Po Cubic Yard Pound Pound Po Pound to Elemental Sulfur Vative)'C Seeding (Native) Hydraulic Seedilative) Broadcast` Seeding (Wetland) Drill Acre Ac Acre Ac Acre tlar Seeding (Wetland) Broadcast g ( emporarY) Seeding (Lawn) Sod Acre Square Foot Topsoil preparation including incorporating and applying amendments, seedbed preparation, water, and seed mix (LBS PLS /Acre) will not be measured and paid for separately but shall be included in the work. Calibrating, adjusting, or readjusting seeding or fertilizing equipment will not be measured and paid for separately but shall be included in the work. No additional cost will be accepted for approved substitution of specified seed mix. No payment will be made for areas seeded using one of the seeding methods without receiving signed Seed and Amendment Quantities Worksheet from the Engineer. Additional seedbed preparation prior to seeding to correct compaction or erosion from storm events will not be measured and paid for separately but shall be included in the work. Additional mobilizations as needed to complete seeding within allowed seeding seasons will not be measured and paid for separately but shall be included in the work. Removal of all competitive, non-native vegetation prior to spreading amendments will not be measured and paid for separately but shall be included in the work Page 227 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTIONS 503 DRILLED SHAFTS Section 503 of the Standard Specifications is hereby revised for this project. In the last paragraph of Subsection 503.19 revise the following: Drilled shaft excavations and completed drilled shafts not constructed within the required tolerances will be considered defective. The Contractor shall be responsible for correcting all defective drilled shafts to the satisfaction of the Engineer. Materials and work necessary, including engineering analysis and redesign, to complete corrections for out -of -tolerance drilled shafts shall be furnished without cost to the Owner or an extension of the completion date of the project. The Contractor shall submit redesign drawings electronically sealed by the Contractor's Engineer. In the 4th paragraph of Subsection 503.21 revise the following: Error! Hyperlink reference not valid.An electronically sealed report of load test results shall be submitted within five business days of the testing completion. Load testing results will be evaluated by the Engineer before installing any production drilled shafts, to allow for design modifications based on the load test results. Load test data as reported shall conform to the Drilled Shaft Foundation Testing (DSHAFT) and be available in electronic form at the project website (http://srg.cce.iastate.edu/shaft). (a) Static Load Tests. Static load tests shall be performed in accordance with the procedures specified in ASTM D1143. (b) Force Pulse (Rapid) Load Tests. Force pulse (rapid) load tests shall be performed in accordance with the procedures specified in AS —M D7383. Page 228 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 1 REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete subsections 601.01 thru 601.07 and replace with the following: 601.01 This work consists of furnishing and placing hydraulic cement concrete in accordance with these specifications and in conformity with the lines, grades and dimensions as shown on the plans or established. This work includes preparing concrete surfaces designated in the Contract and applying an approved colored Structural Concrete Coating to them. 601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in the Contract. Table 601-1 CONCRETE FIELD REQUIREMENTS Concrete Class Required Field Compressive Strength (psi) Air Content: % Range (Total) Slump2 Maximum Water/Cementitious Material Ratio: B 4500 at 28 days 5 - 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 BZ 4000 at 28 days N/A1 6" — 9" w/cm on Form 1373 D 4500 at 28 days 5 — 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 DT 4500 at 28 days 5 — 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 G 4500 at 28 days 5 — 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 PS (Girders) 8500 at 28 days N/A' 9" maximum 0.45 PS (Deck Panels) 6000 at 28 days N/A1 9" maximum 0.45 P 4500 at 28 days 4 - 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 S35 5000 at 28 days 5 — 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 S40 5800 at 28 days 5 — 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 S50 7250 at 28 days 5 — 8 +/- 2" of Form 1373 Slump w/cm on Form 1373 Shotcrete 4500 at 28 days 7-1O3 N/A 0.45 I 5 - 8% when specified 2 Slump shall be a maximum of 9.0 inches for all classes of concrete. Concrete may have a slump above 9.0 inches when designed as Self -Consolidating Concrete (SCC). The requirements for slump flow, blocking assessment, and segregation shall apply. 3 Prior to pumping for wet process. Class B concrete is an air entrained concrete for general use. Class D, G or P concrete may be substituted for Class B concrete. Additional requirements are: (1) The coarse aggregate shall have a nominal maximum size of 1% inches or smaller. (2) Class B Concrete for Slope and Ditch Paving shall be macro -fiber reinforced. Class BZ concrete is concrete for drilled shafts. Additional requirements are: (1) Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5 to 8 percent. Page 229 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE (2) Slump shall be a minimum of 6 inches and a maximum of 9 inches. A minimum slump of 6 inches shall be maintained during the anticipated pour period. The use of retarders and hydration stabilizers are allowed to extend the slump life of the concrete. When the Contractor elects to use SCC, the slump requirement for Class BZ Concrete does not apply. (3) The coarse aggregate size shall be AASHTO M43 size #8 unless otherwise approved by the Engineer. (4) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kU-cm at 28 days using AASHTO T358. (5) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. Class D concrete is a denser general use concrete. Class G may be substituted for Class D concrete. Additional requirements are: (1) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (2) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (3) The mix may use an optimized gradation (OG) with a nominal maximum aggregate size of at least' inch. (4) The mix shall have a nominal maximum aggregate size of at least' inch if an OG is not used. (5) When used in slip forming, an edge slump less than 6 mm (0.25 in.) and less than 30 percent surface voids (ranking of 2 or less) is required. The box test is described in CP 63. (6) Class D Concrete for sidewalks on bridge decks and bridge rail shall be macro -fiber reinforced. Class DT concrete is used for bridge deck resurfacing. Additional requirements are: (1) The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. (2) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (3) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. Class G concrete is a low shrinkage macro fiber -reinforced concrete. Additional requirements are: (1) The concrete mix shall include approved macro or hybrid polyolefin fibers at a minimum dosage of 4 Ibs/cy or the minimum dosage specified on the Department's Approved Product List (APL), whichever is greater. (2) Shrinkage reducing admixtures may be incorporated into the mix. (3) The unrestrained shrinkage shall not exceed 0.030 percent at 28 days when tested by CP-L 4103. Page 230 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE (4) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. (5) The mix may use an OG with a nominal maximum aggregate size of at least' inch. The mix shall have a nominal maximum aggregate size of inch if an OG is not used. (6) An expansive cement additive may be added to an ASTM C150 Type I/II cement and fly ash to produce an ASTM C845 Type K cement. The proportion of the expansive cement additive will be determined by testing the cementitious material blend in accordance with ASTM C806. The blended material shall have an expansion of 0.04 to 0.10 percent at 7 days when tested in accordance with ASTM C806. When an expansive cement is used, the w/cm ratio shall be 0.45 to 0.55 and the expansion of the laboratory trial mix shall be 0.05 to 0.09 percent at 7 days when tested in accordance with ASTM C878. Class P concrete is used in pavements. Additional requirements are: (1) The Required Field Flexural Strength shall be 650 psi. (2) The concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. (3) The mix may use an OG with a nominal maximum aggregate size of at least' inch. (4) ASTM C150 Type III cement may be used for early opening. (5) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. When concrete is to be placed using a paver, an edge slump less than 6 mm (0.25 in.) and less than 30 percent surface voids (ranking of 2 or less) is required. The box test is described in CP 63. (6) (7) (8) A minimum of 20 percent Class F fly ash or High Reactivity Pozzolan or30 percent Slag cement by weight shall be used to replace any ASTM C150 cement, or ASTM C595 Type IL cement. ASTM C595 Type IT(MS), IT(HS), IP(MS) or IP(HS) cements may be used without cement substitutions. Class C fly ash may be used if the calcium oxychloride is determined to be less than 15 g CaOXY/100 g cementitious paste as determined in accordance with AASHTO T 365 for Class 0 Sulfate Exposure. Class PS Class PS concrete is used for prestressed concrete members. Requirements for Class PS concrete are specified in subsection 618.11. ASTM C150 Type III cement may be used. Class S35, S40, and S50 concretes are dense high strength concretes. Additional requirements are: (1) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. (2) When placed in a bridge deck, the mix shall have a nominal maximum aggregate size of at least g inch. (3) The mixes may use an OG with a nominal maximum aggregate size of at least' inch. Page 231 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 4 REVISION OF SECTION 601 STRUCTURAL CONCRETE (4) For S35 and S40 concretes, the unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (5) For S50 concretes, the unrestrained shrinkage shall not exceed 0.040 percent at 28 days when tested by CP- L 4103. (6) For S35 and S40 concretes, the mix shall either have a permeability not exceeding 2,000 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 14 k) -cm at 28 days using AASHTO T358. (7) For S50 concrete, the mix shall either have a permeability not exceeding 1,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 18 kO-cm at 28 days using AASHTO T358. Class Shotcrete concrete is used for shotcrete applications. Additional requirements are: (1) The required air content prior to the pump for wet process applications shall be 7-10 percent. (2) Additional requirements are listed in subsection 641.02. The Contractor may design Class B, Class BZ, Class D, Class G, Class PS, Class S35, Class S40, and Class S50 concrete to be Self -Consolidating Concrete (SCC) with the following requirements: (1) SCC shall have a slump flow of 20 to 26 inches when tested in accordance with ASTM C1611 using an inverted slump cone. (2) SCC shall have a maximum blocking assessment of 2.0 inches when tested in accordance with ASTM C1621. (3) SCC shall have a maximum static segregation of 10 percent when tested in accordance with ASTM C1610. MATERIALS 601.03 Materials shall meet the requirements specified in the following subsections: Fine Aggregate 703.01 Coarse Aggregate 703.02 Portland Cement 701.01 Fly Ash 701.02 Silica Fume 701.03 Water 712.01 Air Entraining Admixtures 711.02 Pigments and Admixtures 711.03 Curing Materials 711.01 Preformed Joint Material 705.01 Reinforcing Steel 709.01 Bearing Materials 705.06 Epoxy 712.10 Structural Concrete Coating 708.08 High -reactivity Pozzolans 701.04 Slag Cement 701.05 Page 232 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 5 REVISION OF SECTION 601 STRUCTURAL CONCRETE Pozzolans shall consist of fly ash, silica fume, and high -reactivity pozzolan. Prestressing steel shall meet the requirements of subsection 714.01 except as noted on the plans. Calcium Chloride shall not be used in reinforced concrete. Calcium Chloride shall be used in non -reinforced concrete only when specified. Where Fiber -Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved polyolefin fibers. Unless otherwise specified, a minimum of 1.5 pounds or the manufacturer's recommended dose per cubic yard of polyolefin fiber reinforcement shall be evenly distributed into the mix. Mixing shall be as recommended by the manufacturer such that the fibers do not ball up. Polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. Where Macro Fiber -Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved macro or hybrid polyolefin fibers at a minimum dosage of 4 Ib/cy or the minimum dosage specified on the APL, whichever is greater. The dosage of the fiber may be reduced if trial mix data shows a minimum residual strength of 150 psi as determined in accordance with ASTM C1609 using a load support apparatus compliant with the requirements of ASTM C1812, "Standard Practice for Design of Journal Bearing Supports to be Used in Fiber Reinforced Concrete Beam Tests." Mixing shall be as recommended by the manufacturer such that the fibers are evenly distributed in the mix and do not ball up. Macro or hybrid polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured according to the requirements of the specified Sulfate Exposure Class. The sulfate exposure class for all concrete except Class PS shall be Class 2 unless otherwise specified on the plans. The sulfate exposure class for Class PS shall be Class 0. The requirements for a higher sulfate exposure class may be used for lower sulfate exposure classes. The Contractor may request to test the soil and water at a structure location to change the sulfate exposure class. Testing and sampling of the location shall be at a frequency approved by the Engineer, in consultation with the Region Materials Engineer. If the Contractor provided test reports that show another class of exposure exists at a structure location, the Engineer may accept a concrete mix for that location at the changed sulfate exposure class. Cementitious material requirements for each Sulfate Exposure Class are as follows: Class 0 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type I, II, Ill or V (2) ASTM C595 Type IL, IP, IP(MS), IP(HS) or IT Class 1 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type II or V (2) ASTM C595 Type IP(MS) or IP(HS) (3) ASTM C150 Type III. Type III shall have no more than 8 percent C3A. (4) ASTM C595 Type IL(MS), IL(HS), IT(MS) or (HS) Page 233 of 262 ASTM C150 Type II, Ill, or V plus High -Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (4) ASTM C595 Type IL(MS) or IT(MS) plus High -Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 ASTM C595 Type IP(HS), IL(HS), or IT(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High -Reactivity Pozzolan may be substituted for Type IL cement. (6) ASTM C595 Type IL with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 ASTM C150 Type I, II: Ill, or V or ASTM C595 Type IL plus a minimum of 20 percent Class F fly ash when the R factor of the fly ash is less than 0.75. R factor is determined using the following from the chemical composition of the fly ash: Error! Objects cannot be created from editing field codes. ASTM C150 Type III cements may only be used in Class P or PS Concrete when approved by the Engineer. Class C fly ash shall not be substituted for cement when Class 1, 2, or 3 sulfate resistance/exposure class is specified. Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 6 REVISION OF SECTION 601 STRUCTURAL CONCRETE Class 2 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight (2) ASTM C150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C452. (3) ASTM C150 Type II, Ill, or V plus High -Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (4) A blend of portland cement meeting ASTM C150 Type II or III with a minimum of 20 percent Class F fly ash or slag cement by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (5) ASTM C595 Type IP(HS), IL(HS) or IT(HS). Class F fly ash, slag cement, or High -Reactivity Pozzolan may be substituted for Type IL cement. (6) ASTM C595 Type IL(MS) or IT(MS) plus Class F fly ash, slag cement, or High -Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 Class 3 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.40 and one of the following: (1) A blend of portland cement meeting ASTM C150 Type II, Ill, or V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according b ASTM C1012 (2) (3) (5) (7) Page 234 of 262 January 20, 2021 Project # SHO CO30-083 Subaccount # 23901 7 REVISION OF SECTION 601 STRUCTURAL CONCRETE The maximum Water/Cementitious Material Ratio may be exceeded when an expansive cement additive is used. When fly ash or high -reactivity pozzolan is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, shall be the same source, and shall have a calcium oxide content no more than 2.0 percent greater than the fly ash or high -reactivity pozzolan tested according to ASTM C1012. ASTM C1012 test results are acceptable for up to two years from the completion date of the test. Table 601-2 Water -Soluble Sulfate (SO4) in Dry Soil, (%) Sulfate (SO4) in Water, ppm Sulfate Exposure Class 0.00 to 0.10 0 to 150 Class 0 0.11 to 0.20 151 to 1,500 Class 1 0.21 to 2.00 1,501 to 10,000 Class 2 2.01 or greater 10,001 or greater Class 3 Class C fly ash shall not be substituted for cement when Class 1, 2, or 3 sulfate resistance/exposure class is specified. The maximum Water/Cementitious Material Ratio may be exceeded when an expansive cement additive is used. When fly ash or high -reactivity pozzolan is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, shall be the same source, and shall have a calcium oxide content no more than 2.0 percent greater than the fly ash or high -reactivity pozzolan tested according to ASTM C1012. ASTM C1012 test results are acceptable for up to two years from the completion date of the test. Table 601-2 Water -Soluble Sulfate (SO4) in Dry Soil, (%) Sulfate (SO4) in Water, ppm Sulfate Exposure Class 0.00 to 0.10 0 to 150 Class 0 0.11 to 0.20 151 to 1,500 Class 1 0.21 to 2.00 1,501 to 10,000 Class 2 2.01 or greater 10,001 or greater Class 3 CONSTRUCTION REQUIREMENTS 601.05 Mix Design Submittal Requirements. The Contractor shall submit a Concrete mix design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete mix design has been approved by the Engineer. The Concrete mix design will be reviewed following the procedures of CP 62. The Concrete mix design will not be approved when the laboratory trial mix data or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all ingredients including cements, pozzolans, aggregates, fibers, pigments, water, additives and the water to cementitious material ratio (w/cm). When determining the w/cm, the weight of cementitious material (cm) shall be the sum of the weights of the cement, slag cement, fly ash, silica fume, and high -reactivity pozzolan. January 20, 2021 Page 235 of 262 Project # SHO CO30-083 Subaccount # 23901 8 REVISION OF SECTION 601 STRUCTURAL CONCRETE Water from dosages of admixtures greater than 10 ounces per 100 pounds of cementitious materials shall be included in the calculation of w/cm. The laboratory trial mix data shall include results of the following: (a) AASHTO T 119 (ASTM C143) Slump of Hydraulic Cement Concrete, except when the concrete is SCC (b) AASHTO T 121 (ASTM C138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete (c) AASHTO T 152 (ASTM C231) Air Content of Freshly Mixed Concrete by the Pressure Method (d) ASTM C39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. (e) Class P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. The lab trial mix shall produce a flexural strength at 28 days of at least 650 psi. (f) Concrete with an OG shall indicate the gradation of the blended aggregates. Optimized gradations shall be developed by an approved mix design technique such as Tarantula Curve, Shilstone, or KU mix. (g) SCC concrete shall include ASTM C1611 Standard Test Method for Slump Flow of Self -Consolidating Concrete. Slump flow shall be measured using an inverted slump cone. (h) SCC concrete shall include ASTM C1621 Standard Test Method for Passing Ability of Self -Consolidating Concrete by J -Ring. (i) SCC concrete shall include ASTM C1610 Standard Test Method for Static Segregation of Self - Consolidating Concrete Using Column Technique. (j) When concrete is to be placed using a paver, the edge slump and surface voids shall be reported in accordance with CP 63. Prior to placement of accelerated Class P Concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. Except for Class PS concrete, the laboratory trial mix must produce an average compressive strength of at least the required field compressive strength specified in Table 601-1. For Class PS concrete, the laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, the trial mix shall be run with the required air content. The laboratory trial mix shall hale a relative yield of 0.99 to 1.02. Aggregate data shall include the results of the following: (1) AASHTO T 11 (ASTM C117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing (2) AASHTO T 19 (ASTM C29) Link Weight and Voids in Aggregate January 20, 2021 Page 236 of 262 Project # SHO CO30-083 Subaccount # 23901 9 REVISION OF SECTION 601 STRUCTURAL CONCRETE (3) AASHTO T 21 (ASTM C40) Organic Impurities in Fine Aggregate for Concrete (4) AASHTO T 27 (ASTM C136) Sieve Analysis of Fine and Coarse Aggregates (5) AASHTO T 84 (ASTM C128) Specific Gravity and Absorption of Fine Aggregate (6) AASHTO T 85 (ASTM C127) Specific Gravity and Absorption of Coarse Aggregate (7) AASHTO T 96 (ASTM C131) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (8) AASHTO T 104 (ASTM C88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate (9) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test (10)ASTM C535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (11)ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results. (12)For air entrained concrete, the SAM number according to AASHTO TP118 Characterization of the Air -Void System of Freshly Mixed Concrete by the Sequential Pressure Method (Super Air Meter) shall be reported. The SAM meter readings for each step shall be included. In addition, two 4"x8" cylinders shall be cast from the same batch of concrete and submitted to the Engineer with the mix design. A SAM leak test shall be performed prior to the SAM testing. Results of the leak test shall be included in the SAM data. Aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates, cement and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. For all concrete mix designs with ASTM C150 and ASTM C595 Type IL cements, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS), or IT cements: fly ash or high -reactivity pozzolan shall not be substituted for cement. For all concrete mix designs with ASTM C595 IT cements, slag cement shall not be substituted for cement. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS) cements, when slag cement is substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. January 20, 2021 Page 237 of 262 Project # SHO CO30-083 Subaccount # 23901 10 REVISION OF SECTION 601 STRUCTURAL CONCRETE The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high -reactivity pozzolan, silica fume, or aggregate. Addition, removal, change of source, dosage change or type of fibers to an approved mix design shall require a new mix design. Adjustments to aggregate weights may be made to adjust yield if the combined gradation remains constant (+1-1 percent) or within the optimized band. The Engineer may permit the use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs when documentation includes the following: (1) The manufacturers recommended dosage of the admixture (2) A letter approving the changes to the existing mix design electronically sealed by the Concrete Mix Design Engineer. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. When Fiber -Reinforced Concrete is specified in the Contract, polyolefin fibers may be added to an approved mix design except when Macro Fiber -Reinforced Concrete is specified. If Macro Fiber -Reinforced Concrete is specified a new trial mix will be required. When polyolefin fibers are added to an approved concrete mix design, the Contractor shall submit a letter electronically sealed by the Concrete Mix Design Engineer approving the changes. The Engineer will approve the letter prior to use. The electronically sealed letter shall include the following: (1) The mix design number, both the CDOT mix ID number and the suppliers mix ID number. (2) The brand and type of polyolefin fibers. (3) The dosage of polyolefin fibers in pounds per cubic yard. (4) Adjustment to the fine aggregate batch weight. Review and approval of the concrete mix design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. 601.06 Batching Measuring and batching of materials shall be done in accordance with AASHTO M 157 (ASTM C94). The Contractor shall furnish a batch ticket (delivery ticket) with each load for all classes of concrete. Concrete delivered without a batch ticket containing complete information as specified shall be rejected. The Contractor shall collect and complete the batch ticket at the placement site and deliver all batch tickets to the Engineer on a daily basis. The Engineer shall have access to the batch tickets at any time during the placement. The following information shall be provided on each batch ticket: (1) Supplier's name and date (2) Truck number (3) CDOT Project number and location (4) Concrete class designation and item number (5) Cubic yards batched January 20, 2021 Page 238 of 262 Project # SHO CO30-083 Subaccount # 23901 11 REVISION OF SECTION 601 STRUCTURAL CONCRETE (6) Time batched (7) CDOT mix design number (8) Type, brand, and amount of each admixture and pigment (9) Type, brand, and amount of cement, slag cement, fly ash, and high -reactivity pozzolan (10)Weights of fine and coarse aggregates or combined weight when an OG is pre -blended (11)Moisture of fine and coarse aggregates or combined moisture when an OG is pre -blended (12)Gallons (Pounds) of batch water (including ice) (13)Weight of polyolefin fiber reinforcement The Contractor shall add the following information to the batch ticket at the placement site: (1) Gallons of water added by truck operator, the time the water was added, and the quantity of concrete in the truck each time water is added (2) Number of revolutions of drum at mixing speed (for truck mixed concrete) (3) Discharge time (4) Location of batch in placement (5) Water to cementitious material ratio Electronic tickets are allowed as long as CDOT has access to the batch ticket and the batch ticket can be downloaded and saved by the Engineer in PDF format before placement, at any time during placement, and until the project is accepted. (a) Hydraulic Cement, Fly Ash, High -Reactivity Pozzolan, Slag Cement and Silica Fume. All cementitious material shall be measured by mass. Supplementary cementitious materials may be weighed cumulatively with cement. Cement and other cementitious material shall be weighed on a scale and in a weigh hopper, which is separate and distinct from those used for other materials. When the quantity of cementitious material exceeds 30 percent of the full capacity of the scale, the quantity of cement and the cumulative quantity of cement plus supplementary cementitious material shall be within ±1 percent of the required mass. For small batches to a minimum of 1 cubic yard, the quantity of cement and the quantity of cement plus supplementary cementitious material used shall not be less than the required amount or more than 4 percent in excess. A fraction of a bag of cement shall not be used unless weighed. (b) Water. Mixing water shall consist of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures. The added water shall be measured by mass or volume to an accuracy of 1 percent of the required total mixing water. Added ice shall be measured by weight. In the case of truck mixers, wash water retained in the drum for use in the next batch of concrete shall be accurately measured or shall be discharged prior to loading the next batch of concrete. Total water (including any wash water) shall be measured or weighed to an accuracy of ±3 percent. (c) Aggregates. Aggregates from different sources and of different gradings shall not be stockpiled together. January 20, 2021 Page 239 of 262 Project # SHO CO30-083 Subaccount # 23901 12 REVISION OF SECTION 601 STRUCTURAL CONCRETE Aggregate shall be handled from stockpiles or other sources to the batching plant in such manner as to secure a uniform grading of the material. Aggregates that have become segregated, or mixed with earth or foreign material, shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipment requiring more than 12 hours wil be accepted as adequate binning only if the car bodies permit free drainage. In case the aggregates contain high or non -uniform moisture content, storage or stockpile period in excess of 12 hours may be required. Aggregate shall be measured by mass. The quantity of aggregate used in any batch of concrete as indicated by the scale shall be within ±2 percent of the required mass when weighed in individual weigh batchers. In a cumulative aggregate weigh batcher, the cumulative mass after each successive weighing shall be within ±1 percent of the required cumulative amount when the scale is used in excess of 30 percent of its capacity. For cumulative mass for less than 30 percent of scale capacity, the tolerance shall be ±0.3 percent of scale capacity or ±3 percent of the required cumulative mass, whichever is less. (d) Bins and Scales. The batcling plant may include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. A bin, hopper, and scale for cementitious material shall be included. A single weighing hopper with an accumulative scale will be permitted, provided a separate scale is used for weighing cementitious material. Scales shall meet the requirements of subsection 109.01. 601.07 Mixing. Mixing of materials shall be done in accordance with AASHTO M 157 (ASTM C94). Concrete shall be mixed in stationary mixers, in a central -mix plant, in truck mixers, or in self-contained mobile mixers. Mixing time shall be measured from the time all materials, except water, are in the drum. Admixtures listed in the mix design, or admixtures approved in accordance with subsection 601.04, and water may be added at the project. (a) Mixing General. Concrete shall be deposited in place within 90 minutes after batching when concrete is delivered in truck mixers or agitating trucks, and within 60 minutes when delivered in non -agitating trucks. The 90 minute time limit for mixer or agitating trucks may be extended to 120 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. The 90 minute time limit for mixer or agitating trucks may be extended to 180 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. (3) The approved concrete mix contains an approved retarding admixture. The 90 minute time limit for mixer or agitating trucks may be extended longer than 180 minutes if: (1) An Extended Set Control Admixture (ESCA) is added at the time of batching. Procedures and doses shall be in accordance with manufacturer's recommendations. The ESCA shall be on the approved products list. (2) The concrete temperature prior to placement is less than 90 °F. January 20, 2021 Page 240 of 262 Project # SHO CO30-083 Subaccount # 23901 13 REVISION OF SECTION 601 STRUCTURAL CONCRETE (3) Each load of concrete shall be sampled and tested by the Contractor for air content according to CP 61. (4) The Department will cast three additional acceptance cylinders. If the acceptance cylinders tested at 28 days do not meet design strength, the additional cylinders will be tested at 56 days for acceptance. (b) Central -Mixed Concrete. Concrete that is mixed completely in a stationary mixer and transported to the point of delivery either in a truck agitator or a truck mixer operating at agitating speed, or in non -agitating equipment approved by the Engineer, shall conform to the following: (1) The mixing time shall be counted from the time all the solid materials are in the drum. (2) The batch shall be so charged into the mixer so that some water will enter in advance of the cement and aggregate. (3) All water shall be in the drum by the end of the first one fourth of the specified mixing time. (4) The volume of concrete mixed per batch may exceed the mixer's nominal capacity, as shown on the manufacturer's standard rating plate on the mixer, by up to 10 percent provided concrete test data for strength, segregation, and uniform consistency are satisfactory, and provided spillage of concrete does not occur. (5) Where no mixer uniformity tests are made, the acceptable mixing time for mixers having capacities of 1 cubic yard or less shall be not less than 1 minute. For mixers of greater capacity, this minimum shall be increased 15 seconds for each cubic yard or fraction thereof of additional capacity. Uniformity testing shall be in accordance with AASHTO M157 (ASTM C94). (c) Truck Mixing. Truck mixed concrete shall conform with one of the following: (1) Concrete that is completely mixed in a truck mixer shall be mixed 70 to 100 revolutions at the mixing speed to produce uniform concrete. Concrete uniformity tests shall be made in accordance with AASHTO M157 (ASTM C94). Additional revolutions of the mixer beyond the number found to produce the required uniformity of concrete shall be at a designated agitating speed. (2) For concrete that is partially mixed in a stationary mixer, and then mixed completely in a truck mixer (shrink mixed concrete), the time of partial mixing shall be the minimum required to intermingle the ingredients. After transfer to a truck mixer, it shall be mixed at a speed to produce uniform concrete. Concrete uniformity tests shall be made in accordance with AASHTO M157 (ASTM C94). Additional revolutions of the mixer beyond the number found to produce the required uniformity of concrete shall be at a designated agitating speed. (3) Concrete mixed entirely in a stationary mixer and delivered to the job in a truck mixer shall be remixed for a minimum of 20 revolutions of the mixing drum at mixing speed at the job site prior to discharge. When water is added at the delivery site to control the consistency of the concrete, the concrete shall be mixed for at least 30 revolutions of the mixer drum at mixing speed for each addition of water before discharge. These revolutions are in addition to the minimum revolutions required for mixing at the delivery site. The added water shall not cause the w/cm ratio to exceed the approved mix design w/cm ratio. Water from all sources shall be documented by the Contractor on the delivery slip for each load of concrete. The Contractor shall provide a Concrete Truck Mixer Certification. This certification shall show the various pick-up and throw -over configurations and wear marks so that the wear on the blades can be checked. Blades shall be replaced when any part or section is worn 1 inch or more below the original height of the January 20, 2021 Page 241 of 262 Project # SHO CO30-083 Subaccount # 23901 14 REVISION OF SECTION 601 STRUCTURAL CONCRETE manufacturer's design. A copy of the manufacturer's design, showing the dimensions and arrangement of blades, shall be available to the Engineer at all times. The Contractor shall furnish a water -measuring device in good working condition, mounted on each transit mix truck, for measuring the water added to the mix after the truck has left the charging plant. Each measuring device shall be equipped with an easy -to -read gauge. Water shall be measured to an accuracy of ±3 percent. (d) Self -Contained Mobile Mixer. Proportioning and mixing equipment shall be of the self-contained, mobile, continuous mixing type in accordance with ASTM C685 and subject to the following: (1) The mixer shall be self-propelled and capable of carrying sufficient unmixed dry, bulk cementitious materials, fine aggregate, coarse aggregate, admixtures, and water to produce on the site at least 6 cubic yards of concrete. The mixer shall have one bin for each size aggregate. (2) The mixer shall be capable of positive measurement of cementitious materials being introduced into the mix. A recording meter visible at all times and equipped with a ticket printout shall indicate the quantity of total concrete mix. (3) The mixer shall provide positive control of the flow of water into the mixing chamber. Water flow shall be indicated by flow meter and be readily adjustable to provide for minor variations in the aggregate moisture. (4) The mixer shall be capable of calibration to automatically proportion and blend all components of indicated composition on a continuous or intermittent basis as required by the finishing operation, and shall discharge mboed material through a conventional chute directly in front of the finishing machine. (5) The Contractor shall perform calibration tests according to the equipment manufacturer's recommendations at the beginning of each project, and when there is a change in the mix design proportions or source of materials. The Engineer may require a calibration test or yield check when a change in the characteristics of the mixture is observed. The tolerances in proportioning the various ingredients shall be according to ASTM C685. Subsection 601.09(h) shall include the following: When ESCAs are used, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. Delete Subsection 601.10(c)(8) and replace it with the following: 8. The Contractor shall submit two sets of the fabricator's shop and erection drawings to the Engineer. The drawings shall be designed and electronically sealed by the Contractor's Engineer. The drawings will not be approved or returned to the Contractor. The drawings shall indicate the grade of steel, the physical and section properties of all permanent steel bridge deck form sheets, and attachment details. Delete Subsection 601.11 (a) and replace it with the following: (a) General. The Contractor shall be responsible for designing and constructing falsework. The Contractor's Engineer shall determine whether falsework is necessary. When the Contractor's Engineer determines falsework is unnecessary, the Contractor shall submit a written statement signed by the Contractor's Engineer so stating. The Contractor's Engineer shall prepare and electronically seal all falsework drawings including revisions, which shall meet the requirements of subsection 601.11. The Contractor shall stamp the January 20, 2021 Page 242 of 262 Project # SHO CO30-083 Subaccount # 23901 15 REVISION OF SECTION 601 STRUCTURAL CONCRETE drawings "Approved for Construction" and submit to the Engineer. The Engineer will not approve the drawings. In subsection 601.12(g) delete the fifth paragraph and replace with the following: When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yards of concrete shall be pumped and discarded to prime the pump. Water or admixtures shall not be added directly into the concrete pump hopper after placement has commenced. If water or admixtures are added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump shall be re -primed at the Contractor's expense. In subsection 601.15 delete the second paragraph and replace with the following: A Pre -placement Conference shall be held at a time mutually agreed upon before the initial placement of bridge deck concrete. Representatives of the ready mix producer and the Contractor shall meet with the Engineer to discuss the following topics: Delete subsection 601.15(a) and replace with the following: (a) Surface Preparation. Tops of girders, precast deck panels, pier caps, and abutments that will come into contact with bridge deck concrete shall be heated to raise the temperature above 35 °F prior to concrete placement. The proposed preheating method is subject to approval by the Engineer. Delete subsection 601.15(b). In subsection 601.15(c) delete paragraphs 3 through 8. In subsection 601.16 delete paragraphs 1 to 3 and replace with the following: The minimum curing period shall be 120 hours. The concrete surface shall be kept moist at all times by fogging with an approved atomizing nozzle or applying a monomolecular film coating to retard evaporation until the curing material is in place. Concrete bridge decks, including bridge curbs and bridge sidewalks, shall be cured as follows: Delete subsection 601.16(e). Delete subsection 601.17 and replace with the following: 601.17 Acceptance and Pay Factors. These provisions apply to all concrete. The Contractor shall sample concrete for both Process Control (PC) and Owner Acceptance (OA) in accordance with CP 61. The Engineer will witness the sampling and take possession of the OA samples at a mutually agreed upon location. The Contractor shall be responsible for Process Control (PC) testing for concrete. PC testing shall be performed at least once per day and then once per 50 cubic yards for concrete slump, unit weight, and concrete temperature. If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease, and the Contractor shall present a plan to correct the relative yield to the Engineer. January 20, 2021 Page 243 of 262 Project # SHO CO30-083 Subaccount # 23901 16 REVISION OF SECTION 601 STRUCTURAL CONCRETE When SCC is used, the Contractor shall test the first load of SCC prior to placement for Slump Flow (ASTM C1611) and Blocking Assessment (ASTM C1621). The Contractor shall take a sample from the first portion of the load and complete the slump flow and blocking assessment prior to depositing any portion of the load. The tests shall not be performed more than 15 minutes prior to placement. The slump flow shall be 20 to 26 inches. The blocking assessment shall be less than or equal to 2.0 inches. The Contractor will be allowed to make adjustments to the load with admixtures. After adjustments have been made, the slump flow and blocking assessment shall be retested. Each subsequent load of SCC shall be tested for Slump Flow. If the slump flow differs from the first load by more than 2.0 inches, the load shall be adjusted to have a slump flow within 2.0 inches of the first load, or the load may be tested for Blocking Assessment (ASTM C1621). If the load is tested for and meets the requirements for Blocking Assessment (ASTM C1621), the load's slump flow will be used for the acceptance of the following loads. When concrete placement is halted for more than 15 minutes, the slump flow and blocking assessment shall be retested prior to resuming placement. When the slump flow exceeds 26 inches, the concrete may be placed if the depth of penetration is less than 11 millimeters when tested using ASTM C1712 Test Method for Static Segregation Resistance of Self -Consolidating Concrete. If a load of concrete has a slump flow greater than 26 inches and a depth of penetration less than 11 millimeters, the next load shall be tested for slump flow and blocking assessment to establish a new slump flow target. When SCC is used, subsection 601.17(b) does not apply. When SCC is used, the test methods for fabricating specimens in accordance with subsections 601.17(a) and 601.17(c) acceptance shall be modified to use ASTM C1758, Practice for Fabricating Test Specimens with SCC, for filling the test specimens with concrete. (a) Air Content. The first three batches at the beginning of each day's production shall be tested by the Contractor's PC and CDOTs OA for air content. When the PC and OA air content measurements differ by more than 0.5 percent, both the PC and OA air meters shall be checked in accordance with ASTM C231. When air content is below the specified limit, it may be adjusted in accordance with subsection 601.08. Successive batches shall be tested by the Contractor's PC and witnessed by the Engineer until three consecutive batches are within specified limits. After the first three batches, CDOT will follow the random minimum testing schedule. After the first three batches, the Contractor shall perform PC testing at a frequency of one random sample per 50 cubic yards. Air content shall not be adjusted after a CDOT OA test. At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced price using Table 601-3. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to acceptance at reduced price, no payment, or removal as determined by the Engineer. (b) Slump. Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inches. The maximum slump shall be 9.0 inches. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that exceeds the slump of the approved concrete mix design by more than 2.0 inches will be retested. If the mix design slump is exceeded by more than 2.0 inches a second time, that load will be rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load may be adjusted by adding a water reducer or by adding water (if the w/cm allows) and retested. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer. January 20, 2021 Page 244 of 262 Project # SHO CO30-083 Subaccount # 23901 17 REVISION OF SECTION 601 STRUCTURAL CONCRETE (c) Strength (When Specified). The concrete will be considered acceptable when the running average of three consecutive strength tests per mix design for an individual structure is equal to or greater than the specified strength and no single test falls below the specified strength by more than 500 psi. A test is defined as the average strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions prior to testing. If the compressive strength of any one test cylinder differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two test cylinders. When the average of three consecutive strength tests is below the specified strength, the individual low tests will be used to determine the pay factor in accordance with Table 601-3. If less than three strength tests are available the individual low tests, if any, will be used to determine the pay factor in accordance with Table 601-3. The pay factor will be applied to the quantity of concrete represented by the individual low test. For concrete having a specified strength of less than 4500 psi, when the compressive strength test is below the specified strength by more than 500 psi, the concrete represented will be rejected. For concrete having specified strength of 4500 psi or greater, when the compressive strength test is below the specified strength by more than 500 psi but not more than 1000 psi, the concrete represented will be evaluated by the Department for removal, corrective action, or acceptance at a reduced price. All costs of the evaluation shall be at the Contractor's expense. When the compressive strength test is below the specified strength by more than 1000 psi, the concrete represented will be rejected. The Contractor may take cores at its own expense and in accordance with Colorado Procedure 65 within 10 working days of being notified of a price reduction or up to 45 days after placement, whichever is later, to provide an alternative determination of strength. Price reduction for strength will be based on the 28 day compressive strength of acceptance cylinders or corresponding cores strength, whichever is greater. If the core compressive strength is at least 90 percent of the specified field compressive strength, the concrete represented by the cores will be accepted with no price reduction. The Engineer may use cores to determine acceptance or rejection of a part of the structure instead of acceptance cylinders. The Engineer will notify the Contractor in writing that CDOT will core the structure. The location of the coring will be directed by the Engineer. Coring and testing will be performed at the expense of the Department regardless of the result. Cores will be taken and tested in accordance with AASHTO T24 between 28 days and 45 days after concrete placement. Cores will be a minimum of 4 inches in diameter, unless otherwise approved by the Engineer. A minimum of three cores in a two square foot area will be obtained for locations of the structure that are suspect. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. If the average core compressive strength is greater than or equal to 85 percent of the specified 28 day compressive strength, the concrete represented by the cores will be accepted. If the average core compressive strength is less than 85 percent of the specified 28 day compressive strength, the structure will be evaluated by the Department according to subsection 105.03 for removal and replacement. Pay factors will not be based on cores taken by the Engineer. If the concrete represented by the cores is accepted, all costs associated with the repair of the core holes, including preparation and submittal of the repair method, will be measured and paid for separately. After the Department performs additional core testing as described above, the Contractor may make one request that the structure be cored by the Contractor, tested and re-evaluated by the Department within 45 days after concrete placement. Coring and testing costs will be at the expense of the Contractor regardless of the result. Cores shall be taken at the same area of the structure as those obtained by the Engineer. The Engineer will approve the location of the cores prior to the Contractor coring the structure. All costs associated with the repair of these core holes, including preparation and submittal of the repair method, will not be measured and paid for separately, but shall be included in the work. January 20, 2021 18 Page 245 of 262 Project # SHO CO30-083 Subaccount # 23901 REVISION OF SECTION 601 STRUCTURAL CONCRETE If the concrete in the structure is found to be sufficient resulting time delays will be considered excusable. If the concrete in the structure is still found to be deficient, resulting time delays will be considered non - excusable for this evaluation. Compensation for time delays will be evaluated by the Engineer in accordance with subsection 108.08. The Contractor shall submit a proposed repair method for the core holes for approval prior to coring. The method shall use an approved non -shrink concrete patching material with a minimum compressive strength of 4500 psi. The Contractor shall submit the manufacturer's recommendations along with the repair method. The Engineer will review and approve the proposed methodology prior to patching. The Engineer will distribute electronically to the concrete supplier all compressive strength Owner Acceptance (OA) data for the concrete supplied to the project. The Engineer will distribute the OA compressive strength data within two business days crf the 7 day and 28 day compressive strength testing. The data will include the compressive strength and batch ticket number at a minimum. The Contractor shall not have a valid dispute or claim as a result of any action or inaction by the Department related to the distribution of test results. (d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be determined according to Table 601-3 and shall be applied to the unit price bid for the Item. If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors. Table 601-3 PAY FACTORS Percent Total Air Strength Deviations From Pay Factor Below Specified Strength (psi) Pay Factor Below Specified Strength (psi) Specified Air (Percent) (Percent) [ < 4500 psi Concrete] (Percent) [ ≥ 4500 psi Concrete] 0. 2 9tt 1-100' 98' 1-100 0.3-0.4 96 101 —200 96 101 —200 201;, 300 r 201- 330 0.7 — 0.8 84 301 — 400 84 301 — 400 0.9 —1.0 75 401— 500 75 401— 500 Over 1.0 Reject Over 500 Reject 65 501— 600 Concrete 54 601 — 700 represented by out -of -spec tests will be the lowest factor, 42 701 — only priced reduced with pay for factor. 29 801 — 900 not each pay 15 901-1000 Reject Over 1000 (e) Bonding of Bridge Deck Overlay. After the curing period for Class DT concrete has elapsed, the overlay shall be "sounded" by the Contractor in accordance with ASTM D4580 Standard Practice for Measuring Delamination in Concrete Bridge Decks by Sounding to determine if the Class DT concrete has bonded to the bridge deck. In areas where the Class DT concrete has not bonded to the bridge deck, it shall be removed and replaced at the Contractor's expense. (f) Maturity Meter Strength. When maturity meters are specified for determining strength for removing forms, removing false work, backfilling against structures, or loading the structure, the January 20, 2021 Page 246 of 262 Project # SHO CO30-083 Subaccount # 23901 19 REVISION OF SECTION 601 STRUCTURAL CONCRETE Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69 prior to placement of concrete. If a maturity meter fails, is tampered with, destroyed, or was not placed, the following shall apply: The minimum curing time or waiting time for removing forms, removing false work, backfilling against structures, or loading the structure shall be 28 days. The Contractor may choose at his own expense to core the structure represented by the maturity meter. Cores shall be obtained and tested according to CP 65. Cores shall be a minimum of 4 inches in diameter. A minimum of three cores in a two square foot area shall be obtained. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. The average compressive strength of the cores shall achieve the specified compressive strength of the structure. A structure may be cored only once. (g) Water to Cementitious Material Content (w/cm) Ratio. The maximum w/cm ratio is the ratio that was used in the laboratory trial mix for the Concrete mix design. The w/cm ratio shall be determined for each batch of concrete by the Contractor and provided to the Engineer for approval prior to placement. If an adjustment to the mix is made after the Engineer's approval, the w/cm ratio shall be determined and submitted to the Engineer prior to the continuation of placement. Concrete that is placed without the Engineer's approval shall be removed and replaced at the Contractor's expense. In subsection 701.01, delete ASTM C1157 Type GU, MS & HS Page 247 of 262 Project # SHO CO30-083 Subaccount # 23901 September 3, 2020 1 REVISION OF SECTION 602 REINFORCING STEEL DESCRIPTION 602.1 This work consists of furnishing and placing reinforcing steel in accordance with these specifications and in conformity with the plans. MATERIALS 602.2 Reinforcing steel and welded wire fabric that will be furnished either uncoated or coated shall meet the requirements of subsection 709.01. The coating material for epoxy coated reinforcing shall be a light colored powdered epoxy resin which will highlight rusting of untreated bar areas. Reinforcing steel that requires welding shall conform to ASTM A706. Welding shall be done in accordance with ANSI/AWS D1.4. All accessories, including reinforcing steel supports, ties, and splicers used in conjunction with the reinforcing steel, shall be of the same, or compatible coating as the reinforcing utilized. Reinforcing steel not identified on the plans as epoxy coated may be supplied as epoxy coated, at the Contractor's option, at no additional cost to the Department. Epoxy coated reinforcing steel may not be substituted for Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing alternatives, Reinforcing alternatives such as: Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing may be supplied for reinforcing steel or epoxy coated reinforcing, at the Contractor's option, at no additional cost or time to the Department as approved by the Engineer. Length of lap splices for reinforcing steel shall be in accordance with AASHTO LRFD Bridge Design Specifications, unless otherwise specified. CONSTRUCTION REQUIREMENTS 602.2 Bar List. Two copies of a list of all reinforcing steel and bending diagrams shall be furnished to the Engineer at the site of the work at least one week before the placing of reinforcing steel is begun. Such lists will not be reviewed for accuracy. The Contractor shall be responsible for the accuracy of the lists and for furnishing and placing all reinforcing steel in accordance with the details shown on the plans. Bar lists and bending diagrams which are included on the plans, do not have to be furnished by the Contractor. When bar lists and bending diagrams are included on the plans, they are intended for estimating approximate quantities. The Contractor shall verify the quantity, size and shape of the bar reinforcement against those shown on the plans and make all necessary corrections before ordering. 602.3 Protection of Materials. Reinforcing steel and its coating shall be protected at all times from damage. When placed in the work, the reinforcing steel shall be free from dirt, loose mill scale, paint, oil, loose rust, or other foreign substance. Bending. Unless otherwise permitted, all reinforcing bars shall be bent cold. Bars partially embedded in concrete shall not be field bent except as shown on plans or permitted. Bars shall not be bent or straightened in a manner that will injure the material or the coating. Should the Engineer approve the application of heat for field bending reinforcing bars, precautions shall be taken to assure that the physical properties of the steel will not be materially altered. Page 248 of 262 Project # SHO CO30-083 Subaccount # 23901 September 3, 2020 2 REVISION OF SECTION 602 REINFORCING STEEL Hooks and bends shall conform to the provisions of the AASHTO LRFD Bridge Design Specifications Bars which are shown as "hooked" on the plans shall have "standard hooks" unless otherwise indicated. The term "standard hook" as used herein shall mean one of the following: (1) A 180 -degree turn plus an extension of four bar diameters but at least 21 inches at the free end of the bar, or (2) A 90 -degree turn plus an extension of 12 bar diameters at the free end of the bar, or (3) For stirrup and tie anchorage only (i) No. 5 bar and smaller, 90 -degree turn plus an extension of six bar diameters at the free end of the bar. (ii) No. 6, 7, and 8 bar, 90 -degree turn plus an extension of 12 bar diameters at the free end of the bar. (iii) No. 8 bar and smaller, 135 -degree turn plus an extension of six bar diameters at the free end of the bar The inside diameter of bend measured on the inside of the bar, other than for stirrups and ties, shall be as follows: Bar Size Grade 60 No. 3 thru No. 8 6 bar dia. No. 9, No. 10, and No. 11 8 bar dia. No. 14 and No. 18 10 bar dia. The inside diameter of bend for stirrups and ties shall not be less than four bar diameters for sizes No. 5 and smaller, and five bar diameters for No. 6 to No. 8 inclusive. Inside diameter of bend in welded wire fabric, smooth or deformed, shall not be less than four wire diameters for deformed wire larger than D6 and two wire diameters for all other wires. Bends with inside diameter of less than eight wire diameters shall not be less than four wire diameters from the nearest welded intersection. 602.6 Placing and Fastening. The minimum spacing center to center of parallel bars shall be 21/2 times the diameter of the bar. However, the clear distance between the bars shall not be less than 1% times the maximum size of the coarse aggregate or 11/2 inches, whichever is greater. Bundle bars shall be tied together at not more than 6 foot centers. All reinforcement shall have a clear coverage of 2 inches, except as shown on the plans. Clear coverage shall be measured from the surface of the concrete to the outside of the reinforcement. Reinforcement used in post -tensioned concrete shall be adjusted or relocated during the installation of prestressing ducts or tendons, as required, to provide location and planned clearances to the prestressing tendons, anchorages, jacks and equipment as approved by the Engineer. All reinforcement shall be tied at all intersections except where spacing is less than 1 foot in each direction, in which case alternate intersections shall be tied. In concrete bridge decks the upper mat of bars shall be tied to the lower mat of bars at 4 foot maximum spacing in each direction. Slab bolsters for the bottom mat and highchairs for the top mat shall each be placed at a maximum spacing of 4 feet on centers. Welding on reinforcing bars will not be permitted except as noted on the plans. Reinforcement placed in any member shall be inspected and approved before any concrete is placed. Page 249 of 262 Project # SHO CO30-083 Subaccount # 23901 September 3, 2020 3 REVISION OF SECTION 602 REINFORCING STEEL The placing, fastening, splicing and supporting of reinforcing steel and wire mesh or bar mat reinforcement shall be in accordance with the plans and the latest edition of "CRSI Recommended Practice for Placing Reinforcing Bars." In case of discrepancy between the plans and the CRSI publication stated above, the plans shall govern. Automated tie wire devices may be used. The total cross-sectional area of the automated tie wire wrap shall roughly equal the total cross-sectional area of a manually installed tie wire wrap. The tie wire shall be epoxy coated or plastic coated for use with epoxy coated reinforcing steel. All epoxy coating on the reinforcing steel that is damaged from the use of automated tie wire devices shall be repaired at the Contractor's expense. Precast concrete blocking or other approved blocking material shall be used to support footing bars and bars in slabs on grade. All other reinforcing steel shall be supported with steel chairs or precast mortar blocks. All chairs coming in contact with forms shall be CRSI Class 1 or Class 2, Type B. The location of splices, except where shown on the plans, shall be based upon using 60 foot stock length bars for No. 6 bars and larger and 40 foot stock length bars for No. 4 and No. 5 bars (this does not preclude the use of 60 foot). Minimum splice lengths are as shown on the plans. Where bars of different size are spliced together, the splice length for the smaller bar will govern. Unless otherwise shown on the plans or approved, splices in adjacent lines of reinforcing bars shall be staggered. The minimum distance between staggered splices for reinforcing bars shall be the length required for a lapped splice in the bar. Lapped splices will be permitted only at locations where the concrete section is sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearance to the surface of the concrete shall not be reduced. Reinforcing bars may be continuous at locations where splices are shown on the plans. Reinforcing bars No. 14 and No. 18 shall not be spliced by lapping but shall be joined by butt welding in accordance with AWS D1.4 in such a way as to develop at least 125 percent of the specified yield strength of the bar in both tension and compression. Alternate systems of welding or mechanical butt splices may be submitted for approval. METHOD OF MEASUREMENT 602.7 The weight of reinforcing steel for payment will not be measured but shall be the quantities designated in the Contract; except, measurements will be made for revisions requested by the Engineer, or for an error of plus or minus 2 percent of the total weight shown on the plans for each structure. Prospective bidders shall verify the weight of reinforcing steel before submitting a proposal. Adjustment will not be made in the weight shown on the plans, other than for approved design changes or for an error as stipulated above, even though the actual weight may deviate from the plan weight. The computed weight of coated reirforcing bars will be based on the nominal weight before application of the coating. Nominal weights for vaious bar sizes are shown below. Bar Size Weight per Linear Foot (in Pounds Bar Size Weight per Linear Foot in Pounds % inch 0.167 No. 8 2.670 No.3 0.376 No.9 3.400 No. 4 0.668 No. 10 4.303 No. 5 1.043 No. 11 5.313 No. 6 1.502 No. 14 7.650 No. 7 2.044 No. 18 13.600 Page 250 of 262 Project # SHO CO30-083 Subaccount # 23901 September 3, 2020 4 REVISION OF SECTION 602 REINFORCING STEEL BASIS OF PAYMENT 602.8 The accepted quantities of reinforcing steel will be paid for at the contract unit price per pound. No allowance will be made for supports, clips, wire or other material used for fastening reinforcement in place. Payment will be made under: Pay Item Pay Unit Reinforcing Steel - Pound Reinforcing Steel (Epoxy Coated) Pound Reinforcing Steel (Galvanized) Pound Reinforcing Steel (Stainless) Pound Reinforcing Steel (High Performance) Pound Page 251 of 262 Project # SHO CO30-083 Subaccount # 23901 October 4, 2019 1 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 shall include the following: If the Revision of Section 102 Project Plans and Other Data states 3D modeling data is available, the Contractor may choose to perform 3D Engineered Construction Surveying (3DECS). 3DECS is the use of global positioning and or robotic instruments to guide construction equipment operations by comparing 3D model information in real time. For 3DECS, either the construction equipment is fed modeling information and makes automatic adjustments (machine control) or the equipment operator is fed the information and makes manual adjustments. Adobe Sign software shall be used for electronic seals by the Contractor's Engineer, a Professional Engineer, or a Professional Land Surveyor. Electronic signatures and seals shall comply with the requirements of the Architects, Professional Engineers, and Professional Land Surveyors Rules and Regulations, 4 CCR 730-1. In subsection 625.04, delete tie first paragraph and replace with the following: The Contractor shall perform all construction surveying and staking necessary for construction of the project. Construction surveying and staking shall be based on the Primary Horizontal and Vertical Control established by the Department. Bid items which require stakes to be set by the Contractor's Surveyor are shown on the Surveyor Tabulation Sheet of the plans and shall be in accordance with the CDOT Survey Manual Chapter 6. If the Contractor uses 3D Engineered Surveying the following shall apply: (1) All surveying shall be based on the Primary Horizontal and Vertical Control established by the Department. (2) The Contractor shall provide construction stakes for the control points of the project centerline or Engineer approved offset line (i.e. POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual) and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. (3) Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. (4) The maximum staking interval for the project centerline shall be 500 feet on tangents and 100 feet on curves or as specified on the survey tabulation sheet. All project centerline control points as shown on the plans shall be staked. (5) Within the first week of the Contractor utilizing 3DECS, the Contractor shall check their 3DECS system and verify on writing to CDOT that the accuracy of the system complies with the contract requirements. At no cost to the Department, the Contractor shall revert to traditional surveying and disband using 3DECS should the Engineer determine the existence of contractor quality or accuracy issues related to 3DECS. Subsection 625.06 shall include the following: 3D Engineered surveying accuracy and tolerances shall be the same as the staking accuracy and tolerances stated in the CDOT Survey Manual. Delete the 2nd and 3rd paragraphs of Subsection 625.11 and replace with the following: The Contractor shall make all survey records generated available to the Engineer for inspection or reproduction at all times. The Contractor shall submit all survey records to the Engineer before final project acceptance. All Page 252 of 262 Project # SHO CO30-083 Subaccount # 23901 January 20, 2021 2 REVISION OF SECTION 625 CONSTRUCTION SURVEYING survey records are considered property of the Department. The responsible PLS or PE identified in subsection 625.01 shall electronically seal all survey records. The electronic format shall contain the information and format as required in the Survey Manual Chapter 6, Section 6.1.15 including stakeout data and the raw data from the actual placement of stakes. The records shall be electronically sealed by the PLS or PE in responsible charge identified in subsection 625.01. Subsection 625.13 shall include the following: All costs associated with 3DECS surveying will not be measured and paid for separately but shall be included in the work. Delete the 4th paragraph in Subsection 625.13 and replace with the following: Before final payment, the Contractor's responsible P.L.S. or P.E. shall complete and electronically seal all survey records and the Project Control Diagram (supplemental or amended). Submit the survey records and the supplemental or amended Project Control Diagram to the Engineer and the Region Survey Coordinator for review. Page 253 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 1 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS Section 715 of the Standard Specifications is hereby revised for this project. Delete and replace it with the following: 715.01 General. Materials shall be of a standard line from a manufacturer that has at least three installations of the same type that have been installed and active for a minimum of one year. Electrical material shall be listed by the Underwriters' Laboratories, Inc. (UL), and shall conform to the current edition of the National Electrical Code (NEC). Material shall be the same as, or compatible with, that used and accepted by the agency responsible for maintenance. The Contractor shall coordinate and conduct a final inspection with the Engineer and each Owner upon completion of construction. This inspection shall assure that all lighting and electrical materials are in compliance with these requirements. The Engineer will obtain the Owner's written approval before accepting the work. The Engineer may inspect all lighting and electrical materials and accept or reject them at the project site. Samples may be taken, or manufacturer's certifications may be accepted in lieu of samples. 715.02 Light Standard Foundations and Concrete Foundation Pads. Concrete shall be Class BZ for cast -in - place concrete foundations. All concrete shall conform to Section 601. Anchor bolts shall be designed by the Contractor's Engineer and shown on the working drawings, or as provided by the pole manufacturer. The threaded ends of the anchor bolts, the nuts, and the washers shall be galvanized in accordance with ASTM A153. Galvanizing on anchor bolts shall extend 2 to 4 inches beyond the threads. Reinforcing steel shall conform to Section 602. 715.03 Light Standards. (a) General. Structural components of light standards, bases, couplers, anchor bolts, luminaires, and other attachments to be used for lighting shall be designed for a minimum of 120 MPH wind speed, in accordance with AASHTO's LRFD Bridge Design Specifications. For special wind regions, the wind speed shall be in accordance with Section 3.8.3. The CDOT Bridge Design Manual, Section 32.3 shall be used for Owner approved wind speeds. Breakaway bases and couplers shall meet the breakaway requirements specified in AASHTO's LRFD Bridge Design Specifications Section 12. Conformance shall be verified by crash tests reviewed and accepted by FHWA. A certificate of compliance shall be provided. (b) Metal Light Standards. Metal light standards shall be fabricated of either steel or aluminum, unless otherwise specified. Whenever the light standard metal is not specified, the Contractor may furnish either steel or aluminum. Material type and shape of light standards shall be the same throughout the project, unless otherwise shown in the Contract. Metal poles shall be tapered and shall be supplied with pole caps. Standards shall have cable -entrance holes located in conformity with the type of arm mounting used. Metal surfaces shall be free of imperfections marring the appearance and of burrs or sharp edges that might damage the cable. Aluminum alloys shall have a minimum yield strength of 25,000 psi. Aluminum poles, arms, and fittings shall be made of aluminum alloy conforming to the following for the material form required: Page 254 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 2 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS ASTM Standard Alloy Number B 209 6061-T6 B 211 6061-T6 B 221 6061-T6 6063-T6 6005-T5 B 241 6061-T6 6063-T6 Aluminum poles may also be made of aluminum alloy 5086-H34 conforming to ASTM B313 (excluding pressure and burst tests). Aluminum mast arms shall be tapered unless otherwise shown on the plans. Steel mast arms shall be made of Schedule 40 standard steel pipe conforming to ASTM A53. Steel poles, mast arms and base flanges shall be hot -dip galvanized in accordance with ASTM A123. Units on which the spelter coating has been damaged shall be repaired as provided in AASHTO M 36, or other approved method. Base flanges for both aluminum and steel poles shall have continuous welds both inside and outside, unless otherwise permitted. Base flanges inserted into the pole and bonded shall meet the requirements for materials and strength stated herein. Base flanges for aluminum poles and transformer bases shall be aluminum castings of alloy ANSI 356.0-T6 or UNS A03560 T6 conforming to ASTM B26 or an acceptable equivalent. Each metal light standard shall be wired with a breakaway, submersible fused connector of proper capacity rating. The fused connector shall be located in the transformer base. If the light standard has no transformer base, the fused connector shall be located in the pole at the hand hole. Transformer bases shall have vandal resistant, removable access doors. The transformer base shall be a frangible breakaway type as shown in CDOT standard S-613-1 and shall accommodate the anchorage and base flange of the light pole supplied. Each transformer base shall have a '/ inch bolt or lug fastened inside the base for grounding; the lug or bolt shall be visible from the door opening. (c) Hardware. Hardware used with steel standards shall be either cadmium plated steel, hot dip galvanized steel, or stainless steel. All hardware used with aluminum standards shall be anodized aluminum or stainless steel with anti -seize compound. Bolts to be inserted in aluminum threads shall be stainless steel with an anti -seize compound. 715.04 Luminaires and Light Sources. Luminaires shall be UL or Intertek Testing Services (ETL) listed for use in wet locations with a minimum IP66 rating. Luminaires shall be adaptable to the type of power distribution system to be used. (a) General. Luminaires shall conform to the following requirements: (1) Housing. The luminaire enclosure shall be an injection -molded or die-cast opaque housing. The housing shall have a powder -coated, corrosion -resistant finish. The luminaires shall be gray or as specified per the project. Page 255 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 3 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS The housing shall have a door that provides access to all internal components. The door shall be equipped with a safety catch and a latch. The housing shall have an inner rolled flange to support the door frame. The door frame shall be an aluminum casting, hinged to the housing. The door frame shall be sealed to the housing with a molded silicone gasket and shall be secured with a minimum of four captive screws. (2) Optical Chamber. The luminaire distribution shall be equal to or less than an Illuminating Engineering Society (IES) TM -15-11 Backlight, Uplight, and Glare (BUG) ratings listed below in Table 715-1 based on initial luminaire lumens or light loss factor (LLF) = 1.0. Roadway luminaires with a U value greater than U0 shall not be accepted. The optical chamber shall be completely sealed from the housing, or the housing shall be completely sealed. A seamless one-piece memory -retentive gasket shall seal the optical chamber or housing against the luminaire lens door. All wires entering the optical chamber shall be gasketed atthe point of entry. Socket mountings, rivets used in the construction or support of the reflector system, and all other penetrations into the optical chamber shall be completely sealed. The optical chamber shall be water tight when the luminaire door is closed. Table 715-1 BACKLIGHT, UPLIGHT AND GLARE (BUG) VALUES Luminaire Mounting Location Minimum Initial Luminaire Lumen Range Backlight (B) Rating Maximum Uplight (U) Rating Maximum Glare (G) Rating Maximum Non median- mounted Less than 6,000 B1 U0 G1 6,000 —14,000 B2 U0 G2 14,000 - 24,000 B3 U0 G3 Above 24,000* B3 U0 G4 Median- mounted Less than 6,000 B2 U0 G1 6,000 -14,000 B3 U0 G2 14,000 - 24, 000 B4 U0 G3 Above 24,000* B4 U0 G4 *By special application only. Lens and Lens Door. The lens shall be either micro -lens fully sealed to maintain an IP66 rating; or shall be constructed of clear, flat (for light sources over 3200 initial lumens), tempered glass. The glass shall be thermal -resistant and impact -resistant. The lens shall be sealed to the door frame with continuous silicone gasketing. The door shall have an easy -access, quick- release safety latch. The door shall have aluminum or stainless steel quick -release hinge pins for tool -less or one -hand easy and secure opening. When the door is closed, the electrical component compartment and the optical chamber shall be completely sealed. (3) Electrical Components. All components shall be listed for wet locations by UL, ETL, or by an Occupational Safety & Health Administration Nationally Recognized Testing Laboratory (OSHA NRTL). Luminaires shall operate from 120 to 277 VAC or be adaptable to the type of power distribution system to be used. All internal wiring and quick disconnects shall be rated for at least 600 VAC and insulated for 302°F. The dimmable driver shall be easily removable from the luminaire housing without the use of tools. The following components shall be in accordance with corresponding sections of ANSI C136.37: 1. Wiring and grounding electrodes; 2. Terminal blocks for incoming AC lines; 3. 7 -pin photocontrol receptacle; and 4. Latching and hinging. Page 256 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 4 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS (b) Roadway Luminaires. Roadway luminaires shall be a Light Emitting Diode (LED) type with integral dimming driver, lens, aluminum housing, and shall be UL or ETL listed for wet locations. All luminaires for the Project shall be the same type and design unless the plans specify otherwise. (1) The luminaire and all components shall be UL or ETL listed for wet location and shall have minimum ingress protection rating of IP66. (2) The light source shall be composed of LED modules connected to a non-integrated driver and be ready for connection to a production line luminaire. Luminaires utilizing integrated driver LED light sources, screw -based products, or panel retrofit products shall not be used. (3) The luminaire shall have a Type II, III, or IV distribution for non -median mounted luminaires, and Type II, III, IV or V distribution for median mounted luminaires. (4) Transmissive optical components shall be applied in accordance with LED manufacturer's Original Equipment Manufacturer (OEM) design guidelines to ensure suitability for the environment in which the luminaire is installed. (5) Luminaires shall utilize an adjustable slipfitter-type mounting system for installation on 1.25 -inch (1.66 - inch outer diameter (o.d.)) to 2 -inch (2.375 -inch o.d.) diameter pipe tenons. Slipfitter shall consist of a two-piece clamp and four 916 inch hex bolts. Slipfitter shall allow for a vertical tilt adjustment of at least ±5 percent in order to mount luminaire plumb to foundation for a U0 rating (no uplight). Luminaires shall be equipped with integrated leveling bubble. (6) Access to all internal parts requiring replacement shall not require tools (i.e. "tool -less entry"). (7) The luminaire housing shall be constructed of aluminum alloy. (8) The power supply and/or driver shall be provided in compliance with subsection 715.05. The dimming driver shall be internal and thermally separated from the LED compartment. (9) The dimming 7 -pin photocell receptacle shall conform to subsection 715.04(d) below. (10)The luminaire finish shall be corrosion resistant super triglycidyl isocyanurate (TGIC) polyester powder coat. The color shall be gray or as specified per the project. (i) Powder coat: super TGIC polyester powder coat 2.5 mil nominal thickness. (ii) Finish shall exceed a rating of 6 perASTM D1654 after 1000hrs of testing perASTM B117. (iii) The coating shall exhibit no greater than 30 percent reduction of gloss per ASTM D523, after 500 hours of ultraviolet (UV) testing at ASTM G154. (11)The effective projected area (EPA) for wind -loading calculations shall be no greater than 1.2 square feet. (12)The luminaire weight shall not exceed 45 pounds. (13)The luminaire shall be tested in accordance with IES LM -79 and IES TM -21 certifying photometric performance and rated life, respectively. IES LM -79 (performance) and IES TM -21 (predicted life at 55 °C) testing shall both be for the same luminaire's operating drive current as specified. (14)The luminaire shall have a maximum backlight rating as shown in Table 715-1, an uplight rating of U0, and a maximum glare rating as shown in Table 715-1. (15)The luminaire system efficacy shall not be less than 85 initial luminaire lumens per input watt. (16)The luminaire shall have an external label per ANSI C136.15 and internal label per ANSI C136.22. (c) Light Sources. LED luminaires shall not be retrofit to the existing luminaire housing; the Contractor shall replace the housing along with the luminaire as a single unit. Light sources shall be compatible with dimmable drivers supplied with the luminaires in which they are to be installed. All light sources of a similar type shall be provided by the same manufacturer. LED light sources shall meet or exceed the following requirements: (1) CCT, CRI and Flux: (i) Correlated Color Temperature (CCT) —All LED light sources shall emit white light and have a CCT no greater than 3400K nominal in accordance with ANSI C78.277. (ii) Color Rendering Index (CRI) —All LED light sources shall have a minimum color rendering index (CRI) of 70 in accordance with the IES LM -79 test results. (iii) Luminous Flux — LED light sources shall not exceed the junction temperature recommended by the LED manufacturer. Luminous flux differences between LEDs shall not exceed 10 percent. (2) LEDs shall have a minimum rated life of 70,000 hours per IES TM -21 at 55 °C at the normal operating Page 257 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 5 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS driver current for the specific luminaire. The lumen output shall be maintained at 70 percent of initial rated lumens (L70) or greater at the rated life of the luminaire. (3) LEDs shall be temperature rated for operation and storage within the range of -40°C to +50°C and shall withstand low and high frequency vibration (ANSI C136.31 Vibration Level 3G) over the rated fife of the light source. (4) Cooling System (i) Mechanical design of protruding external surfaces (e.g. heat sink fins) shall facilitate hose -down cleaning and discourage debris accumulation. (ii) The cooling system must be passive utilizing heat sinks, convection or conduction. (iii) Fans, diaphragms, pumps, or liquids shall not be used. (d) Photocontrol Receptacle. Each roadway luminaire shall be furnished with a 7 -pin multi -contact twist -lock outdoor lighting dimming receptacle per ANSI C136.41. Photoelectric controls shall be listed for long life LEDs and have hermetically sealed, cadmium sulfide twist - lock type with high impact polypropylene cover with clear UV stabilized window. Photoelectric controls shall have a turn -on setting of 1.4 fod-candles ±0.2 foot-candles. The maximum ratio of the turn-off to turn -on setting shall be 3:1. 715.05 LED Drivers. LED drivers shall conform to the following: (1) Dimming signal protocols are 0-10V direct current (DC) or digital addressable lighting interface (DALI). (2) The operating voltage shall be 120/277 -volt at 50/60 Hz, and the driver shall operate normally with input voltage fluctuations of 110 percent, consistent with NEMA SSL-1, Electronic Drivers for LED Devices, Arrays or Systems. (3) The minimum power factor (PF) shall be 0.90 at full input power and across specified voltage range. (4) The maximum total harmonic distortion (THD) shall be 20 percent at full input power and across specified voltage range. (5) The factory -set drive current shall be 700A or less unless approved by the Project Engineer. If higher drive currents are proposed, the submittal must be accompanied with IES LM -79 and IES TM -21 test results for higher operating drive current. (6) Drivers shall be at a minimum Restriction of Hazardous Substances (RoHS) 1 compliant. (7) The rated case temperature for operation and storage shall be rated for up to +85°C. The LED driver shall be rated for an ambient operating temperature within the range of -40°C to +50°C (8) All electronics of the power supply shall be protected from all electrical surges with an elevated (10kV) electrical immunity rating including, but not limited to, lightning strikes and stray current in rebar and concrete. Surge protection shall be integral to the LED power supply. (9) The luminaire, including driver, shall consume no more than four watts of power in the off state. (a) Electrical immunity {including surge protection): The luminaire shall meet the "Elevated" 10kV/5kA requirements per IEEE/ANSI C136.2. The manufacturer shall indicate whether failure of the electrical immunity system can possibly result in disconnection of power from the luminaire. (b) Electromagnetic interference: The driver shall comply with Federal Communications Commission (FCC) 47 Code of Federal Regulations (CFR) part 15 non -consumer radio frequency interference (RFI) and/or electromagnetic interference (EMI) standards. 715.06 Alternative Power Sources. Electrical power systems not connected to an electrical power grid shall be one of the following: (a) General. Alternative power source systems shall conform to the following: (i) The assembly shall be UL or ETL listed for wet location and shall have a minimum ingress protection rating of IP66. (ii) The assembly shall withstand low and high frequency vibration (ANSI C136.31 Vibration Level 3G) over the rated life the assembly. (b) Battery. All batteries shall conform to the following and shall be approved by the Project Engineer: (i) General Page 258 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 6 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS a. The battery shall have an extended operating temperature rated for operation and storage within the range of -40 °C to 85 °C. b. The nominal voltage shall be 12V. c. Shall have no less than 80% capacity after 12 months of storage at 25 °C. d. Batteries used for roadway luminaires shall have a minimum rated capacity for three days autonomy without charge, at full light output for the three-day duration. e. Batteries shall be rated for a 5 -year design life. (c) Solar Panel. Solar panels shall be n -type, mono crystalline silicon, with greater than or equal to 20 percent efficiency at 25 °C. All solar panels shall be approved by the project Engineer. (d) Wind Turbine. All wind turbines shall conform to the following and be approved by the Project Engineer. (i) Shall consist of an axial flux coreless permanent magnet synchronous generator. (ii) Blade materials shall be reinforced polyamide. (iii) Shall include anti -vibration mounts. (iv) Shall include regulation to stop turbine from rotating when system is fully charged, or wind gusts are above design speeds. (v) The noise generated by the entire assembly shall be less than 55dBA at the adjacent edge of right of way. 715.07 Conduit. Unless otherwise specified, conduit shall be rigid metallic or semirigid plastic electrical conduit. Metallic conduit shall be clean, free of burrs, and galvanized. Plastic conduit shall be a semirigid type currently recommended and UL listed for the proposed use. Underground plastic conduit for street lighting shall conform to ASTM-F441 schedule 80. Fittings shall be the type used outside the conduit. Fittings shall connect the conduit in a manner that makes the joints watertight. Junction boxes used in structures shall be galvanized steel, 6 inches square by 4 inches deep, with weatherproof covers. Pull boxes and splice boxes shall be a minimum of 13 inches by 24 inches and 12 inches deep and sized per NEC 314 and CDOT Standard S-613-3. Pull and/or splice boxes shall have heavy duty weatherproof covers rated for roadway applications. The housing shall be resistant to sunlight exposure, weathering, and chemicals; it shall be unaffected by freeze/thaw cycles. Covers shall fit flush to the sidewalk, turf area, or roadway surface. Hardware and inserts shall be stainless steel. The cover for street lighting circuits shall be marked "ELECTRICAL" or "STREET LIGHTING". The cover shall list the minimum HS load rating of 22,500 psi. 715.08 Lighting Circuitry and Wiring. All wiring shall be copper with 600 -volt insulation, rated for outdoor use. Wire sizes #14 AWG through #10 AWG shall be solid copper. Wire sizes #8 AWG and larger shall be stranded copper; except, service ground conductors to grounding electrodes shall be #4 stranded, insulated copper. All conductor sizes shall be, at minimum, sized to the breaker amperage feeding the circuit per NEC Table 310.16. A breakaway submersible, in -line fuse holder and fuse for each hot conductor and breakaway submersible connector shall be installed on the neutral if a neutral is required. The grounding wires shall not be fused or breakaway. Fuse connectors shall be installed in the phase wires of their respective circuits at the junction box located as a back box to the luminaire or within the pole base or transformer base. The Contractor shall provide sufficient excess conductor length to allow withdrawal of the connected fuse holder from the hand hole. Fuses and fuse holders shall be UL listed and shall be installed in such a manner that the fuse stays with the load side when holder is separated. The Contractor shall form loops in the leads on each side of the fuse holders and so position the fuse holders that they may be easily removed or inserted through the opening of hand hole. All electrical apparatus used in the lighting system shall be rated to adequately handle the necessary loads and shall conform to power source requirements. Page 259 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 7 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS Bonding and grounding electrodes shall conform to the requirements of subsection 613.08. 715.09 Secondary Service Pedestals, Lighting Control Centers, and Meter Power Pedestal. Secondary Service Pedestals, Lighting Control Centers, and Meter Power Pedestals shall be metal conforming to ANSI C47.12.28 Pad Mounted Enclosure Integrity Standard and shall be the nominal size and dimensions shown in the Contract. The cabinets shall be constructed of 12 -gauge corrosion -resistant steel with hoods and covers constructed of 14 - gauge corrosion -resistant steel_ Cabinets shall be NEMA 3R or NEMA 4 construction and shall be UL listed as "Enclosed Industrial Control Equipment" (UL508A). Cabinets shall be vandal resistant dead -front enclosures. The cabinet's external finish shall be polyurethane industrial grade powder paint of at least 1.7 mil thickness. The cabinet's internal finish shall be polyurethane industrial grade powder paint of at least 1.7 mil thickness or bare aluminum. All external fasteners, rivets, screws, and bolts shall be stainless steel. Fasteners, except sealing screws, shall not be removable by external access. Hinges shall be stainless steel continuous piano type hinges. External nameplates shall be permanently attached to the cabinet. A stainless -steel handle shall be provided on the front exterior of each cabinet door or hood. Cabinet shall be equipped with a three-point latch. All handles shall be pad lockable per CDOT Maintenance requirements. The cabinet shall have separate isolated sections for metering equipment (if required), utility termination, and CDOT equipment. All sections must be sealed and pad lockable. The metering section shall have a hinged swing back hood with an integral hinged polycarbonate sealable window for visual access to meters. The utility termination section shall be sealed and securable with a padlock. The section shall have a lift off cover with a stainless steel handle. Sufficient clearance shall be provided for a 4 -inch diameter conduit for utility cables. Utility landing lugs shall be UL listed and shall accommodate 6 - #350 kcmil conductors. An optional meter fusible disconnect ahead of the meter shall be provided for utility companies that require them. The CDOT compartment door stall be sealed and securable with a padlock. The compartment door shall be anchorable in an open position. There shall be a print pocket on the inside of the door. The print pocket shall hold all wiring schematics and instructions in a clear weatherproof sleeve with a side opening. Required UL labeling shall be located on the inside of the CDOT door. Distribution and control equipment shall be behind an internal dead -front door with a quarter -turn securing latch and be hinged to open more than 90 degrees. The dead -front door shall be hinged on the same side as the CDOT section door. Pedestal mounting bolts shall not be visible or accessible externally. Pedestal mounting shall include pedestal mounting base and hardware. Pad mounting shall include concrete pad mounting base, anchor bolt kit and hardware. Secondary service pedestals, lighting control centers, and meter power pedestals shall be rated for 600 VAC, installed with protection against damage from greater currents. The pedestals and centers shall be grounded with grounding electrodes in conformance with the current edition of the NEC. The following equipment is for a typical installation and may or may not be required per the project plans: (1) Fusible meter disconnect ahead of meter (optional per utility company requirements). (2) Service meter pedestal or a meter socket. Location of meter shall be confirmed by the Project Engineer per the CDOT region requirements. The meter shall confirm to the utility company requirements. (3) Service main circuit breaker that is installed in a circuit load center as sized on the plans. (4) Circuit load center with an all -copper bus for CDOT loads. (5) Circuit breakers. (6) Ground fault circuit interrupter receptacle (GFCI) (20 amp, 120 VAC NEMA 5-20R). (7) Multiple pole light contactors. Page 260 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 8 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS (8) Test switch. (9) Photoelectronic control with exterior mounted 3 -prong twist -lock receptacle. (10)Mounting pans or false backs for circuit breakers, contactors, relays, switches, transformers, and other types of electrical equipment mounted inside the cabinet. (11)18" snow skirt (floor stand kit), optional per the Project Engineer's requirements. (12)Cabinet style HVAC unit (heating, ventilation, and air-conditioning), optional per the Project Engineer's requirements. The internal wiring of cabinets shall be assembled by a UL listed facility or by a licensed master electrician using UL listed components. Cabinets shall conform to one or more of the following standards where appropriate: UL 50 Cabinets and Boxes; UL 67 Panel Boards; UL 869A Service Equipment; and UL 508A Standard for Industrial Control Panels. Circuit breakers and equipment shall be labeled with an engraved permanent label on the dead -front panel to indicate the circuit controlled. Multiple pole light contactors shall be "lighting" type, specifically rated for the type of lighting load specified. The contactors shall have a 600 -volt rating. All multiple pole light contactors shall be unenclosed, single phase with the number of poles specified on plans; they shall be open type lighting contactors with the rating shown or specified. Contactors shall be constructed for surface mounting on a false back or bracket within a weatherproof cabinet. The contactor coil shall operate on 120 Volt for 120/240 Volt or 120/208 Volt circuits and 277 Volt, for 277/480 Volt circuits. Contact material shall be designed for LED driver loads and require no maintenance such as filing, burnishing, or dressing at any time the contactor is in service. A 277 VAC rated test switch or hand -off -auto (HOA) switch shall be installed in the control cabinets if shown. The test switch shall be a heavy-duty single pole switch or circuit breaker rated at 20 amps and shall be installed in the control cabinet as a roadway lighting test switch. The switch shall be wired to shunt the photoelectric control relay power contactor and energize the lighting circuit contactors. The HOA switch shall be single or double pole, double throw, center off with 15A contacts. The HOA switch shall be wired to the photocell control when switch is in the Auto position, lighting contactor(s) shall close when photocell is in low light closure. HOA shall be wired to energize the lighting contactor(s) closure when the HOA is in the Hand position. The HOA's Off position will turn off the control circuit. All components of the photoelectric control relays shall be housed in a weatherproof, locking, non -rusting container. The photoelectric control relay shall be rated for long life LED loads and attach to a three prong locking receptacle by a twisting motion. The photoelectric control relay shall meet or exceed the requirements of ANSI C136.10. The photoelectric control shall be factory set to turn on lights when ambient lighting levels fall to 1.4 foot-candles plus or minus 0.2 foot- candles when operated at 120 VAC. When operated at 250 VAC, turn on shall not change more than plus or minus 0.3 foot-candles from the 120 VAC value. The maximum off to on ratio shall be 1.5:1. The photoelectric control shall be a cadmium sulfide photoelectric control encapsulated for humidity protection, or a silicon junction type photo transistor. The photoelectric control shall be designed for normal operation at a dual voltage of 105 V and 285 V Power consumption shall be less than 1 watt. At the designated voltage, the photoelectric control shall be capable of controlling a minimum load of 1000 watts. Minimum operating temperature range shall be from -40 °C to 65°C. A time delay control circuit shall prevent false turn offs by transient lighting conditions. The unit shall include a failsafe circuit for the lighting load such that the lighting systems remain energized if any functional failure of the photoelectric control circuit occurs. 715.10 Heavy Duty Safety Switch. All switches shall be heavy duty rated. Switch blades and jaws shall be fixable and plated copper. Switches shall have a pad lockable handle. Switches shall have defeatable door Page 261 of 262 Project # SHO CO30-083 Subaccount # 23901 September 18, 2020 9 REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS interlocks that prevent the door from opening when the handle is in the ON position (except for double -throw switches). Defeater mechanism shall be front accessible. Switches shall have deionizing arc chutes. Switch assembly and operating handle shall be an integral part of the enclosure base. Switches rated 30 A to 600 A shall have reinforced, rejection type fuse clips. Switch blades shall be readily visible in the "ON" and "OFF" position. Switch operating mechanism shall be non-teasible, positive quick-make/quick- break type. Bail type mechanisms are not acceptable. Fusible switches shall be suitable for service entrance equipment (except for 4 -pole switches and 1200 A when used on 480Y/277 wye systems). Switches shall have line terminal shields (except for non -fusible double throw switches). Switches shall be suitable for systems capable of 200 kA at 480 V with Class J, L, R, or T fusing as applicable for single -throw switches; 100 kA at 600 V for double -throw switches. Embossed or engraved ON -OFF indication shall be provided. Double -make, double -break switch blade feature shall be provided. Fuse pullers shall be provided on all NEMA 3R, 4X and 12 switches through 200 A. Renewal parts data shall be shown on the inside of the door. All enclosures shall be NEMA 3R unless otherwise noted. Other types, where noted, shall be NEMA 4X watertight corrosion -resistant 316 stainless steel or NEMA 12 dust -tight and oil -tight special industry (dual NEMA 12/3R rating through 800 A). All enclosures shall have a factory installed ground terminal block. Nameplate shall be front cover mounted, containing a permanent record of switch type, ampere rating, and maximum voltage rating. 30 A to 100 A, NEMA 4X or NEMA 12 enclosures shall be provided with draw -pull latches. Page 262 of 262 EXHIBIT B Rose Everett From: Sent: To: Cr: Subject: Attachments: Estimating <estimating@tatconstruction.org> Thursday, June 10, 2021 8:56 AM bids Tim Carpenter; Luis Ortega CR 47 and HWY 392 Signalization Project BIID 2021-06-10_PROJECT_ CR 47 AND HWY 392 SIGNALIZATION PROJECT 001.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the ' sender and know the content is safe. **I HEREBY WAIVE MY RIGHT TO A SEALED BID** Thank you for the opportunity to bid on this project. Please see attached and acknowledge receipt. Ryan Blount Estimator/Project Manager 720-237-6118 8156 S. Wadsworth Blvd. Unit E #342 Littleton, CO 80128 1 t *PROPOSAL BOND PROJECT: CR 47 AND HWY 392 SIGNALIZATION PROJECT KNOW ALL MEN BY THESE PRESENTS, that we, TAT Construction, LLC as Principal, hereinafter called the Principal, a Limited Liability Company [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and Great American Insurance Company [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent (5%) of the Total Amount Bid Dollars (5 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 June 10 , 2021 for the CR 47 AND HWY 392 SIGNALIZATION 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 voirl if the Principal enters into the Contract within sixty (60) days of selection of the Principal, negotiates any firtal terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this 4th day of June ,2021 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: TAT Constructic. , LLC Witness: Signature: ...-° , p . - Printed Name: Title:____ ATTEST: By: .. r Surety Great American 1Fjsurance Company Witnes Signatur Title: Jessica Jean Riri., Attorney -in -Fact ATTEST: By: N/A 20 Printed ,r e: Sarah Brown, Surety Witness GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than SI)C No.0 21481 POWER OF ATTORNEY KNOW ALL MEN BYTHESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of surctyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. DONALD E. APPLEBY TODD D. BENGFORD SARAH C. BROWN Name MARK SWEIGART ASHLEA McCAUGHEY JESSICA JEAN RINI Address ' ALL OF GREENWOOD VILLAGE, COLORADO Limit of Power ALL $100,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed tlss 28TH day of SEPTEMBER , 2020 . Attest _ GREAT AMERICAN INSURANCE COMPANY Assistant Secretary Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON -as: On this 28TH day of SEPTEMBER , 2020 , before me personally appeared MARK VICARIO, tome known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHDRST Notary Public State of OYIo My Comm, E=ptres May18,2625 MARK VMCARIO (877-377-2405t Azoct-- 444say This Power of Attorney is grand by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June f, 2008. RESOLVED: Thai the Divisooaa! President, the several Divisional Senior Pica Presidents, Divisional lice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surely, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company: to de valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance CDmip0ttyYdo hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and ate arm in full forte and effect. Signed and sealed this 4th day of Jude . - , 2021 . (- C. Assistant Secretary S/029AH (91/20) 3 BID TABULATION Item No. Bid Schedule Item Description Unit Bld Quantity Unit Price ($) Total Price (S) 201-00000 Clearing and Grubbing IS 1 1.400.00 1,400.00 202-00090 Removal of Delineator EA 9 100 00 ROD 00 202-00190 Removal of Concrete Median SY 16 125.00 2,000,00 600,00 202-00810 Removal of Ground Sign EA 8 100.00 202-04002 Clean Culvert EA 4 1,400.00 5,600.00 3,400.00 2210.00 203-01597 Potholing HR 16 215.00 207-00205 Topsoil CY 17 130.00 208-00002 Erosion Log (Type 1)(12 in) (10 ft long) LF 180 11.00 1,980.00 208-00045 Concrete Washout Structure EA 1 2,400.00 2,400.00 208-00070 Vehicle Tracking Pad EA 1 3,700.00 3,700.00 208-00103 Removal and Disposal of Sediment HR 10 170.00 1.700.00 208-00106 Sweeping (Sediment Removal) HR 8 330.00 2,640.00 208-00207 Erosion Control Management DAY 60 370.00 22,200.00 212-00006 Seeding (Native) AC 0.02 38.700.00 774.00 212-00032 Soil Conditioning AC 0.02 46,800.00 932,00 213-00000 Mulching AC 0.02 38,700.00 774.00__ 2,700.00 503-00018 Drilled Caisson (18 in) IF 18 150.00 503-00036 Drilled Caisson (36 In) LF 28 560.00 14,560.00 503-00042 Drilled Caisson (42 In) LF 34 880.00 23.120.00 607-11525 Fence (Plastic)(Orangei LF 300 7.00 2,100.00 612-00001 Delineator (Type I) EA 12 185.00 2,220.00 813-00206 Electrical Conduit (Plaitc)(2 in)(Bored) LF 482 15.00 7,230.00 613-00308 Electrical Conduit (Plastic)(3 in)(Bored) LF 964 16.00 15.424,00 7.900,00 613-04100 Electrical Service Modilcations (Special) LS 1 7,9000.00 813-07003 Type 3 Pull Box EA 6 1,500.00 9,000.00 613-07004 Type 4 Pull Box EA 2 1.700.00 0 V.800.80 613-10000 Wiring (Special) LS 1 12,000.00 813-13000 Luminaire (LED) EA 4 500.00 2,000.00 800.00 613-20215 Luminaire Arm (Install Only) EA 4 200.00 613-80130 Service Meter Cabinet EA 1 4,500.00 4.500.00 614-00011 Sign Panel (Class II) SF 94 26.00 2,444.00 614-01572 Steel Sign Support (2 1l2 in Round NP-40)(Post& Slipbase) LF 60 40.00 2,400.00 814-10160 Signal Head Badtplates (Reliective)(Specla)) EAA 8 310.00 2,480.00 614-70338 Traffic Signal Face (12-12-12)(Special) EA 8 800.00 8,400.00 814-70448 Traffic Signal Face (1212-12)(Flashing Yellow Arrow)(Special) EA 8 800.00 6,400,00 32,000.00 614-72854 Traffic Signal Control, Cabinet, and Foundation (Special) EA 1 32,000.00 16 Item No. Bid Schedule Item Description Unft Bid Quantity Unit Price ($) Total Price (8) 614-72866 Fire Preemption Una & Timer (Install Only) EA 4 400.00 1,600.00 45,320.00 200.400.00 614-72886 Intersection Detection System (Camera)(Special) EA 4 11,330.00 5100.00 614.80001 Flashing Beacon Assembly vd Foundation (Solar Powered)(Special) EA 4 614-81130 Traffic Signal -Light Pole (Steel)(1-30 ft Mast Arm)(Install Ony) EA 2 3'400.00 6 000.00 7;000.00 614-81148 Traffic Signal -Light Pole (Steel)(1-45 ft Mast Arm)(Install Only) EA 2 3,500.00 614-86710 Misc. Traffic Signal Equipment (Special) LS 1 3,000.00 _ 9,700.00 1 800.00 3,000.00 9,700.00 1,800.00 820.00002 Field Office (Class 2) EA 1 820-00020 Sanitary Facility EA 1 825-00000 Construction Surveying LS 1 1'00.00 1,300.00 35 000.00 5,400.00 628-00000 Mobilization LS 1 35,000.00 626.01114 Public Information Management (Tier IV) DAY 60 90.00 627-00004 Epoxy Pavement Marking SF 835 8.00 6,680.00 627-01010 Preformed Plastic Pavement Marking (Type ()(Inlaid) SF 242 31.00 7,502.00 627-02010 Preformed Pavement Marking (Type (()(Inlaid )(Contrasting) SF 1,146 19.00 21774.00 700.00 630-00012 Traffic Control Management LS 1 70,000.00 NOTE: WCLUDE AU. FORCE ACCOUNT ITEMS IN TM TOTAL BID AMOUNT. 700.70010 F/A Minor Contract Revisions FA 1 $35,000.00 $35,0000.00 700-7030 F/A Erosion Control FA 1 $7,500.00 $7,500.00 TOTAL. (5) $497.304.00 TOTAL BID ): Four Hundred Ni (WRITTEN WORDS nett' Seven Thousand, Three Hundred and Four Dollars arpi no nerds/ft Total Bid amounts is to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the County reserves the right to reject any or all bids and to waive any informality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. Upon receipt of County's written acceptance of this bid, Bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by the AGREEMENT. 17 The bid security attached is to become the property of the County in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the County caused thereby. Respectively submitted, Y (SEAL - If bid is by a corporation) Title: \/ c__ i7;" Address: 8156 S. Wadsworth Blve, Littleton, CO 80128 ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with Section 109 — Fuel Cost Adjustment. To accept this standard special provision, the bidder must fill in an "X" next to the "YES" below. No Fuel Cost Adjustment will be made die to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After the bids are submitted, bidders will not be given any other opportunity to accept or reject the adjustment. YES, I choose to accept Fuel Cost Adjustments for this project. x NO, I choose NOT to accept Fuel Cost Adjustments for this project. NOTE: The following are items of work to be completed by Weld County: • Materials Owner Acceptance and Independent Assurance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. One Date: 5/26/21 By: RB Addendum No. Two Date: 6/7/21 By: RB 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. Performance of each and every portion of the Work is included as part of the Contractor's Price. 2. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price 3. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 18 4. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 5. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 6. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 7. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2 100101 8. The signatory is authorized to bind the below -named contractor for the amount shown on the accompanying bid tabulation. 9. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 10. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM TAT Construction LLC BUSINESS ADDRESS 8156 S. Wadsworth Blvd Unite E 342 BY Ryan Blount (Please print) DATE 6/10/21 CITY, STATE, ZIP CODE Littleton, CO 80128 TELEPHONE NO 720-237-6118 FAX TAX ID # 27-0788053 SIGNATURE / _' %� E-MAIL estimating@tatconstruction.org *'"ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED." WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -15. 19 FormW-9 (Rev. October2018) Department of the Treasury internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/Formtit/9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. L Print or type. See Specific Instructions on page 3 I Name (as srov.n nn your ncome tax retain). Name is required on this line: do not leave this line blank. TAT Construction, LLC 2 Business name/disregarded entity name, if different from above 3 Check appropriate box tor federal tax classification of the person whose name is entered on line 1. Check following seven boxes. ❑✓ Individual/sole proprietor or ❑ c Corporauon ❑ S Corporation ❑ Partnership single -member LLC ❑ Lmited liability company. Enter the tax classiticatiun (C=C corporation. S -S corporation. P=Partnership) Note: Check the appropriate box in tike line above for the tax classification of the singlo-member owner. t.I. C if the LLC is classified as a single -member LLC that is disregarded from the owner unless the another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single is disregarded from the owner should check the appropriate box for the tax classification of its owner. OOther (see instiuctimref liri. only one of the ❑ Trustiestato ► S 4 Exemptions certain entities, instnrctions Exempt payee Exemption code (bl any) moor.. to a..., (codes apply only to not Individuals; see on page a): code (if any) from FATCA reporting Do not check owner of the LLC is -member LLC that ,,.,;,,e,,.n canna, w US.) 5 Address (number. street, and apt. or suite no.i See instructions. 8156 S. Wadsworth Blvd Unit E 342 Rtgtrosto's name and address (optional) 6 City, state, and ZIP code Littleton, CO. 80128 7 List account number(') here (optiratai) axpayer identification Number Enter your TIN in the appropriate box. The T1W provided must match the name given on line 1 to avoid backup withholding. For Individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account Is in, more Than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number or Employer identification number 2 7 0 7 8 8 0 5 3 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be Issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defiled below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out Rem 2 above it you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally. payments other Ihan interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.B. person ► General Instructions (24 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 wwwirs.gov/FormW9. Purpose of Form An individual or entity (Form W -S 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 identif cation number (MN), adoption taxpayer identification number (ATIN), or employer identification number (FIN), to report on an information return the amount paid to you, or other amount reportable on an information retain. Examples of information returns include. but are not limited to, the following • Form 1099-INT (interest earned or paid) Date ► 17/33 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) - Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (including a resident alien). to provide your correct TIN. t/ you do not return Form W.9 to the requester with a TIN, you might be subject to backup tvithholding. See What is backup withholding, rater. Cat. No. 10231X Form W-9 (Rev. 10-2018) *TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of 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 cri inal prosecution secution or administrative sanctions. Date- t /f C/ a l ', • . Signature ✓� ��, '� �_f,. Jett 4 - Title 22 *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) (rime/she/has has not developed affirmative action programs on file at each establishment pursuant to 41 CFR § 604 and (2) [it/he/slrethas 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 dueunder the applicable filing requirements. e Date: 4) /i i,' , 2D21 Proposer/SubcontractorNanae: .' 4 r" L : Signature:---/ ,1; y ;'. Title. ‘1-� 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 510,000 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.] 23 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO SHO CO30-083 (23901) LOCATION CR 47 & Hwy 392 Intersection I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1 The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project and will not be so disclosed prior to bid opening 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The 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 the Colorado Department of Transportation, 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 Grin or company name ( \ , . ` Bx, r i Dale , ,,,i Tale 2nd conlraclors firm or company name (II joint venturct ) By [ Date Title t t — Sworn to before me this ( day of, •'t, L. t i , 20—) Notary NMI° .—'. .r ,, i' • uN,._ MARIE CERNERA Natal,' Public State of Colorado Notary 10 0 20204015323 My Commission Expires 05-01-2024 taycnmmissiofexpres ; , i '-'=`l NOTE: This document must be signed in ink. CDOT Form #6061102 24 COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST Project Name/Description Project Number Project Code/ Sub -Account Proposal Date C12 47 & Hwy 392 Signalization Project SHO CO30-083 23901 Contractor Region 4 Subcontractors/SuppliersNendors: The bidder must list all firms seeking to participate on the contract. This information is used by the Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed (Select all that apply) DBE (Y/N) Selected (Y/N) American Striping tong@aruericanstripingcompany.com 16 y Y Environmental Meritt xmeritt@environmentaimerritt.com 30 y y Circuit Media info@circuitmedia.com 23 Y Y Drilltech leighton(a7drilltech.com 6 n y Lightfield enterprises dave@lightfield.com 2 y y Lyon Surveying william@lyonsurveying.com 22 n n I certify that the information provided herein is true and correct to the best of my knowledge. Name //--; 1 ,„ .", Signature/Initials ---- /; Title I, i ;,i .. , , Date h/,t�lzi .,f•-r.r , Work Proposed Categories: :,, _ i'',(5,7,31',' rl' l - • , /..1 I . r_ ,'i,/ f '. ;..ice .,/E . i.l, 1 ,, • 1'�' �'.'.li-; 7.1 .x'11. .,. - _l.:ti , _ _:.) ial1 �7. ,r; •.J .., ., , , ., _ i ,.' 1.)!'.ar;c .� 11 d0,it eF-lt;•x,1/ ,t;,. _• 1 a',;! Ja =,r1,1,,'",' in../1-.t', i,/,,1 l,Il: R,7/,YFa8l' 'JI,At,., 1:1..-, J! P',.' 1 ... _ �u 1. ....• .,. ... ,,. 1 f_. ra ,,,.' ",. ,... .... ns , .. ... I' .. ':d•i.-.•4.:1• ,r'r '! - e' ,3n.1 tin This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot hq_dboforms@state.co.us. CDOT Form #1413 12/16 25 COLORADO DEPARTMENT OF TRANSPORTATION ANTICIPATED DBE PARTICIPATION PLAN Bidder: _._ TAT Construction Project Name: CR 47 & 1-Iwy 392 Signalization Project __ Bidder Contact: Ran Blount Subaccount#: 23901 Bidder Phone: 720-237-6118 Bid Submission Date: 6110/21 Bidder Email. estimatinq(a tatconstruction.orq DBE Contract Goal: 8% Preferred Contact Method: Region: 4 DBE Commitments DBE Firm Name Work to Be Performed Commitment Amount Eligible Participation Envornmental Meritt Erosion Control $30,000.00 6% Circuit Media Public Information Management $4,185.00 .008% American Striping Pavement Marking and Striping $27,507.00 5% Total Eligible Participation $61,692.00 Total Bid Amount $497,304.00 Total Eligible Participation Percentage 12.4% Bidder Signature COMMITMENTS LISTED ON THIS FORM SHALL BEBINDING ON THE BIDDER UPON CONTRACT AWARD. IF THE DBE GOAL IS ZERO, DBE COMMTMENTS ARE OPTIONAL AND THE BIDDER IS NOT REQUIRED TO LIST ANY DBE COMMITMENTS ON THIS FORM. This section must declare under and complete are has been shall submit a of all good faith that their eligible calculating eligible be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized representative of the Bidder, you penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are true to the best your knowledge. Further, you attest that you understand the following: COOT shall not award a contract (or provide its concurrence to award a Local Agency Project) until it has been determined that commitments sufficient to meet the DBE contract goal or else good faith efforts have been made to meet the goal despite falling short. Once your bid submitted, commitments may not be modified or terminated without the approval of CDOT. If selected as the lowest apparent bidder, you Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and participation has been properly counted. Please review your project's DBE requirements for additional information and instructions on participation. Name f � T 6.,4,40(..,,/, Title �; , e_ r;.,-,,, .:-j�„ H Signature -- 4-4,t.., g...--.'"'---- I Dateeh,, / z / 1 CDOT Form # 1414 10/20 26 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project # SHO CO30-083-23901 1. List names of partnerships or joint ventures :X none 2 List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes x none b. Key equipment changes ix none c. Fiscal capability changes (legal actions, etc.) 4 none d. Other changes that may affect the contractor's ability to perform work. +x none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's Firm or Company Name / IAr C t>i- tai /l ✓,- t-(.: n By -_---- ,/ -,'.-/-;--- / Dated , -X t./ ',/ Title r _) Vic. <17,--4,• c.)l0t I" - 2nd Contractor's Firm or Company Name By Date Title CD0T Form #605 1/92 27 COLORADO DEPARTMENT OF TRANSPORTATION ASSIGNMENT OF ANTITRUST CLAIMS PROJECT NO SHO CO30-083-23901 Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore. for good cause and as consideration lilt executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to CDOT 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 CDOT 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 CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (I) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to pay over to CDOT 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 CDOT 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 CDOT (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 CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT 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 CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behal f by any third party and which claim has been assigned or dedicated to CDOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's firm or company name l� Contractor's firm or company name Title ' I C /" Date. L -Y.,/?"/ By Date Title CDOT #621 12/91 28 Contract Form New Contract Request Entity Information Entity Name* TAT CONSTRUCTION LLC Entity ID* 'x'00044099 ❑ New Entity? Contract Name* Contract ID CR 47 AND HWY 392 SIGNALIZATION PROJECT CONTRACT 5000 WITH TAT CONSTRUCTION LLC Contract Status CTB REVIEW Contract Lead* CKIMMI Contract Lead Email CKimmi,gco.weId.co.us Parent Contract ID Requires Board Approval YES Department Project # GR-59 Contract Description* CONSTRUCTION AGREEMENT WITH TAT CONSTRUCTION FOR THE INSTALLATION OF A TRAFFIC SIGNAL AT THE INTERSECTION OF CR 47 AND HWY 392 Contract Description 2 Contract Type AGREEMENT Amount* $497,304.00 Renewable* NO Automatic Renewal NO Grant YES IGA YES Department PUBLIC WORKS Department Email CM- PublicWorks'weldgov.com Department Head Email CM-PublicWorks- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYAIIORNEY WELDG OV.COM Grant Deadline Date 10`3112022 IGA Deadline Date 11 09 2-030 Requested BOCC Agenda Date* 07:07; 2021 Due Date 07 03:'2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid /RFP # 82100101 tf this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head JAY MCDONALD DH Approved Date 07;06/2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07; 12x2021 Originator CKIMMI Review Date* 07:01;2021 Committed Delivery Date Renewal Date Expiration Date* 12/31/2021 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Finance Approver CHRIS D'OVIDIO Purchasing Approved Date 07,'07;'2021 Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 07,07 2021 07'07;2021 Tyler Ref # AG 071221 Project MEMORANDUM Date: June 22, 2021 To: Rob Turf, Purchasing Manager From: Clay Kimmi, Senior Engineer RE: Bid Request No. B2100101 CR 47 and HWY 392 Signalization Bids were received and opened on June 10 for installation of traffic signals at the CR 47 and Hwy 392 intersection. One (1) bid was received in the amount of $497,304.00 . The Engineer's Estimate for this project was $600,834.00. This project is being fully funded by a CDOT and FHWA grant. The submitted bid was reviewed for errors and completeness. There were no errors in the bid received from the contractor. The bid tabulation is included with this document. CDOT has reviewed the bid results and provided a concurrence to award dated June 22, 2021. CDOT has approved the award of the project to TAT Construction LLC. Public Works recommends awarding the construction contract to the low bidder, TAT Construction, for a total amount not to exceed $497,304.00. Construction is anticipated to commence in late July to early August and is planned to be completed by November 30, 2021. ©CO/ aOa�- (5307 Sc,00"7"l COLORADO Department of Transportation Office ofihe Chief Engineer Engineering Contracts 2829 W. Howard Place, Suite 329 Denver, CO 80204 June 22, 2021 Attn: Clayton Kimmi Weld County Government Public Works Department 1111 H Street Greeley, Colorado 80632 Dear Mr. Kimmi: SHO C030-083 CR 47 & Hwy 392 Intersection Signalization Project Project Code 23901 The County's award of project SHO C030-083 (23901) to TAT Construction LLC is approved based on my review of the request for concurrence dated June 14, 2021, and supported by the associated financial statement along with the receipt of the following documents: j -CDOT Form 605, Contractors Performance Capability Statement -CDOT Form 606, Anti -Collusion Affidavit and -CDOT Form 621, Assignment of Anti -Trust Claims. -Documentation of conformance with CDOT DBE Contract Goal Policy The reimbursement of Federal funds for this project is subject to the requirements of the Inter - Governmental Agreement (IGA) between the County and the Colorado Department of Transportation. Any funding that may be required to complete the project beyond the funds approved under the IGA will be the responsibility of the County. Please be sure to include a copy of FHWA Form 1273 as part of your entity's contract with the above selected contractor. Your cooperation in this matter is appreciated. Sincerely, Rocky atson CDOT Award Officer PH: 303-757-9416 cc: Jake O'Neal, R-4 Region EEO Officer, R-4 Yehdego/Ngo, HQ -Accounting Civil Rights Central Files WELD COUNTY CR 47 & HWY 392 SIGNALIZATION PROJECT . ID TA: ;ULATION JUNE 14, 2021 WELD COUNTY ESTIMATE TAT CONSTRUCTION ITEM # CONTRACT # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE COST UNIT PRICE COST 1 201-00000 CLEARING AND GRUBBING LS 1 $ 4,000.00 $ 4,000.00 $ 1,400.00 $ 1,400.00 2 202-00090 REMOVAL OF DELINEATOR EA 9 $ 20.00 $ 180.00 $ 100.00 $ 900.00 3 202-00190 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL SY 16 $ 40.00 $ 640.00 $ 125.00 $ 2,000.00 4 202-00810 REMOVAL OF GROUND SIGN EA 6 $ 165.00 $ 990.00 $ 100.00 $ 600.00 5 202-04002 CLEAN CULVERT EA 4 $ 1,500.00 $ 6,000.00 $ 1,400.00 $ 5,600.00 6 203-01597 POTHOLING HR 16 $ 250.00 $ 4,000.00 $ 215.00 $ 3,440.00 7 207-00205 TOPSOIL CY 17 $ 50.00 $ 850.00 $ 130.00 $ 2,210.00 8 208-00002 EROSION LOG (TYPE 1) (12 INCH) LF 180 $ 6.00 $ 1,080.00 $ 11.00 $ 1,980.00 9 208-00045 CONCRETE WASHOUT STRUCTURE EA 1 $ 2,100.00 $ 2,100.00 $ 2,400.00 $ 2,400.00 10 208-00070 VEHICLE TRACKING PAD EA 1 $ 3,200.00 $ 3,200.00 $ 3,700.00 $ 3,700.00 11 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) HR 10 $ 65.00 $ 650.00 $ 170.00 $ 1,700.00 12 208-00106 SWEEPING (SEDIMENT REMOVAL) HR 8 $ 150.00 $ 1,200.00 $ 330.00 $ 2,640.00 13 208-00207 EROSION CONTROL MANAGEMENT DAY 60 $ 500.00 $ 30,000.00 $ 370.00 $ 22,200.00 14 212-00006 SEEDING (NATIVE) ACRE 0.02 $ 10,000.00 $ 200.00 $ 38,700.00 $ 774.00 15 212-00032 SOIL CONDITIONING ACRE 0.02 $ 3,000.00 $ 60.00 $ 46,600.00 $ 932.00 16 213-00000 MULCHING ACRE 0.02 $ 2,000.00 $ 40.00 $ 38,700.00 $ 774.00 17 503-00018 LF 18 $ 300.00 $ 5,400.00 $ 150.00 $ 2,700.00 1DRILLED SHAFT (18 INCH) 18 503-00036 DRILLED SHAFT (36 INCH) LF 26 $ 550.00 $ 14,300.00 $ 560.00 $ 14,560.00 19 503-00042 DRILLED SHAFT (42 INCH) LF 34 $ 800.00 $ 27,200.00 $ 680.00 $ 23,120.00 20 607-11525 FENCE (PLASTIC) LF 300 $ 6.00 $ 1,800.00 $ 7.00 $ 2,100.00 21 612-00001 DELINEATOR (TYPE I) EA 12 $ 30.00 $ 360.00 $ 185.00 $ 2,220.00 22 613-00206 2 INCH ELECTRICAL CONDUIT (BORED) LF 482 $ 20.00 $ 9,640.00 $ 15.00 $ 7,230.00 23 613-00306 3 INCH ELECTRICAL CONDUIT (BORED) LF 964 $ 25.00 $ 24,100.00 $ 16.00 $ 15,424.00 24 613-04100 ELECTRICAL SERVICE MODIFICATIONS (SPECIAL) LS 1 $ 10,000.00 $ 10,000.00 $ 7,900.00 $ 7,900.00 25 613-07003 TYPE THREE PULL BOX EA 6 $ 1,550.00 $ 9,300.00 $ 1,500.00 $ 9,000.00 26 613-07004 TYPE FOUR PULL BOX EA 2 $ 1,800.00 $ 3,600.00 $ 1,700.00 $ 3,400.00 27 613-10000 WIRING LS 1 $ 40,000.00 $ 40,000.00 $ 12,000.00 $ 12,000.00 28 613-13000 LUMINAIRE (LED) EA 4 $ 1,500.00 $ j 6,000.00 $ 500.00 $ 2,000.00 29 613-20215 LUMINAIRE ARM (INSTALL ONLY) EA 4 $ 1,500.00 $ 6,000.00 $ 200.00 $ 800.00 30 613-80130 SERVICE METER CABINET EA 1 $ 6,500.00 $ 6,500.00 $ 4,500.00 $ 4,500.00 31 614-00012 SIGN PANEL (CLASS II) SF 94 $ 30.00 $ 2,820.00 $ 26.00 $ 2,444.00 32 614-01572 STEEL SIGN SUPPORT (2.5 INCH ROUND NP -40) (POST & SLIPBASE) LF 60 $ 43.00 $ 2,580.00 $ 40.00 $ 2,400.00 33 614-10160 SIGNAL HEAD BACKPLATES (REFLECTIVE) EA 8 $ 4Uu.uu $ 3,200.00 $ 310.00 $ 2,400.00 34 614-70336 TRAFFIC SIGNAL FACE (12-12-12) EA 8 $ 1,000.00 $ 8,000.00 $ 800.00 $ 6,400.00 35 614-70336 TRAFFIC SIGNAL FACE (12-12-12) (FLASHING YELLOW ARROW) EA 8 $ 1,000.00 $ 8,000.00 $ 800.00 $ 6,400.00 36 614-72854 TRAFFIC SIGNAL CONTROLLER, CABINET, & FOUNDATION EA 1 $ 35,000.00 $ 35,000.00 $ 32,000.00 $ 32,000.00 37 614-72866 FIRE PREEMPTION UNIT AND TIMER EA 4 $ 2,000.00 $ 8,000.00 $ 400.00 $ 1,600.00 38 614-72886 INTERSECTION DETECTION SYSTEM (CAMERA) EA 4 $ 9,000.00 $ 36,000.00 $ 11,330.00 $ 45,320.00 39 614-80001 FLASHING BEACON ASSEMBLY (SOLAR POWERED) (SPECIAL) EA 4 $ 7,500.00 $ 30,000.00 $ 5,100.00 $ 20,400.00 40 61-1 111 TRAFFIC SIGNAL LIGHT POLE STEEL (1-3fl FOOT MAST ARM) (INSTAI I nNl Yl EA 2 5 000.00 1Q000.00 $ 3,000.00 $ $ 6,000.00 41 614-81145 TRAFFIC SIGNAL -LIGHT POLE STEEL (1-45 FOOT MAST ARM) (INSTALL ONLY) EA 2 $ 5,000.00 $ 10,000.00 $ 3,5U0.UU /,UUU.UU 42 614-86710 TRAFFIC SIGNAL EQUIPMENT (SPECIAL) LS 1 $ 10,000.00 $ 10,000.00 $ 3,000.00 $ 3,000.00 43 620-00002 FIELD OFFICE (CLASS 2) EA 1 $ 35,000.00 $ 35,000.00 $ 9,700.00 $ 9,700.00 44 620-00020 SANITARY FACILITY EA 1 $ 5,000.00 $ 5,000.00 $ 1,800.00 $ 1,800.00 45 625-00000 CONSTRUCTION SURVEYING LS 1 $ 5,000.00 $ 5,000.00 $ 1,300.00 $ 1,300.00 46 626-00000 MOBILIZATION / DEMOBILIZATION LS 1 $ 40,000.00 $ 40,000.00 $ 35,000.00 $ 35,000.00 WELD COUNTY CR 47 & HWY 392 SIGNALIZATION PROJECT BID TABULATION JUNE 14, 2021 WELD COUNTY ESTIMATE TAT CONSTRUCTION ITEM # CONTRACT # ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE COST UNIT PRICE COST 47 626-01114 PUBLIC INFORMATION MANAGEMENT (TIER IV) DAY 60 $ 90.00 $ 5,400.00 $ 90.00 $ 5,400.00 48 627-00004 EPDXY PAVEMENT MARKING SF 835 $ 20.00 $ 16,700.00 $ 8.00 $ 6,680.00 49 627-01010 PREFORMED PAVEMENT MARKING (TYPE ()(INLAID) SF 242 $ 22.00 $ 5,324.00 $ 31.00 $ 7,502.00 50 627-02010 PREFORMED PAVEMENT MARKING (TYPE II)(INLAID)(C0NTRAST) SF 1,146 $ 20.00 $ 22,920.00 $ 19.00 $ 21,774.00 51 630-00016 TRAFFIC CONTROL (SPECIAL) LS 1 $ 40,000.00 $ 40,000.00 $ 70,000.00 $ 70,000.00 SUBTOTAL $ 558,334.00 $ 454,804.00 FORCE ACCOUNT ITEMS 52 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 53 700-70380 F/A EROSION CONTROL FA 1 $ 7,500.00 $ 7,500.00 $ 7,500.00 $ 7,500.00 SUBTOTAL $ 42,500.00 $ 42,500.00 TOTAL $ 600,834.00 $ 497,304.00 Bid Amount $ Math Check $ No Math Errors 497,304.00 apparent low bidder WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: reverettCa�weldgov.com E-mail: cmpeters a(�weldgov.com Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 400-4024 DATE OF BID: JUNE 10, 2021 REQUEST FOR: CR 47- SH392 SIGNALIZATION PROJECT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2100101 PRESENT DATE: JUNE 14, 2021 APPROVAL DATE: JUNE 28, 2021 VENDOR TOTAL TAT CONSTRUCTION LLC 8156 S. WADSWORTH BLVD, UNITE E 342 LITTLETON CO 80128 **PUBLIC WORKS IS REVIEWING THE BID AT THIS TIME $497,304.00 2021-1532 OC°/I `'l aG©O1dl
Hello