Loading...
HomeMy WebLinkAbout20181610.tiffWELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & MOUNTAIN CONSTRUCTORS INC. WCR 87 IMPROVEMENTS PROJECT THIS AGREEMENT is made and entered into this 4th day of June, 2018 by and between the County of Weld. a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Mountain Constructors Inc., whose address is P.Q. Box 405, Platteville, CO 80651, hereinafter referred to as ' Contractor". WHEREAS, WCR 87 needs improvements. (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare. it is necessary to undertake the improvements of WCR 87. and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in Exhibit B, WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B. each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference_ County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B1800077. The RFB contains all specific requirements of the County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated personnel to perform the services described on attached Exhibits A and B. 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 Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. In its sole discretion, the County may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shnot increase the compensation to be paid to the Contractor nor change any other term herein. 1 � AWOVOLa C&: 07a:'�a.�e���) 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Co, ri for shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts o tained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County that the 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 incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by such termination or because 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, there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $2.955.310.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment greater than 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. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount greater than the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. 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. 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 31st of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County resulting from the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project 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 subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced with the performance of this Agreement, whether such materials are in completed form, shall be considered the property of the County. Contractor shall not make use of such material for purposes other than this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, CONFIDENTIAL. However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., regarding public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction 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 one-year 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 acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is greater than a deductible or self -insured retention, County must be notified by the Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. 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 construction services provided, the timely delivery of services, and the coordination of services rendered by the Contractor and shall, without additional compensation, remedy and correct any errors, omissions, or other deficiencies. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract 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, 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, or on account of or in consequence of neglect of the Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. 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. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all the Contractor's Contract Professional's employees acting within the course and scope of their employment. 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. The policy shall be endorsed to include 1) the Additional Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and the minimum limits must be 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 one person Automobile Liability: Contractor/Contract Professional 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. Builder's Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, Builder's Risk Insurance in the amount of the initial Contract Sum, plus value of subsequent modifications, change orders, and cost of material supplied or installed by others, compromising total value of the entire Project at the site on a replacement cost basis without optional deductibles. A. 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 the site. B. Such Builder's 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 covered, whichever is later. C. The Builder's Risk Insurance shall include interests of the County and if applicable, affiliated or associated entities, the General Contractor, subcontractors, and sub -tier contractors in the Project. D. The Builder's Risk Insurance shall be written on a Special Covered Clause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, engineer'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. E. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor except for losses that involve all Acts of God such as flood, earthquake, windstorm, etc. Additional provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduced by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs greater than excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interest provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by the County. For general liability, excess/umbrella liability, liquor liability, pollution 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. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to the requirements herein and shall procure and maintain the same coverage required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub- vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. 16. 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. 17. Notices. County may designate, prior to commencement of work, a representative who shall make 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 (including annual maintenance 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 d) transmission via facsimile, at the number set forth below, with a receipt or acknowledgment required by the sending party. Either party may change its notice address by written notice to the other. Notification Information: Contractor: Attn.: Address: Address: E-mail: Coun : Name: Position: Address: Address: E-mail: Mountain Constructors Inc. Joe Kuntz P.O. Box 405 Platteville, CO 80651 joe@mtnconstructors.com Michael Bedell, P.E. Senior Engineer P.O. Box 758 1111 H Street, Greeley, CO. 80632-758 mbedell@weldgov.com 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. 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 this Agreement is capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R S §8-17 5-102(5)(c) Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made during 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. 29. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. 30. Compliance with Davis -Bacon Wage Rates. N/A. 31. Attorneys 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. 32. 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. SIGNATUN4E bAGE IN WITNESS WHEREOF, the parties hereto have enacted this Agreement this 4th day of June, 2018 CONTRACTOR Mountain Constructors Inc; By: tY //'c_ /I�in< Name L \B -t sill LA. rL-1 Title.--AASI jar 44 WELD COUNTY: ATTEST. dderAgillJetta°;41 Weld • ty Clerk to the Board Deputy 'jerk t• the Bo C Date. ���;� -�� c( :��, BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair JUN 18 2018 °LOAF -He /O BID REQUEST NO. B1800077 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR WCR 87 IMPROVEMENTS PROJECT APRIL 2018 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 BID NO # B1800077 Page 1 TABLE OF CONTENTS The following checked forms and provisions take precedence over plan drawings and supplement the 2017 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to administer the construction of this project. BIDDING REQUIREMENTS: *All Bidders must submit these forms with their Bid. Invitation for Bids 3 Instructions to Bidders 4-13 *Bid Proposal 14 *Bid Schedule 15-19 *Bid Bond 20-21 *IRS Form W-9 22 WELD COUNTY REQUIRED CONTRACT FORMS: *Low Bidder must submit these forms prior to Contract Award. *Notice of Award 23 *Agreement 24-34 *Performance Bond 35-36 *Labor and Materials Payment Bond 37-38 Notice to Proceed 39 Change Order 40-41 Certificate of Substantial Completion 42 Lien Waiver (General Contractor) 43 Final Lien Waiver (Subcontractors) 44 Notice of Acceptance 45 WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions PSP1-PSP43 DRAWINGS: Construction Plan Set 11x17 Separate Documents BID NO # B1800077 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 25, 2018 (1st ADVERTISEMENT DATE) BID NUMBER: B1800077 DESCRIPTION: WCR 87 IMPROVEMENTS PROJECT MANDATORY PRE -BID CONFERENCE DATE: MAY 3, 2018 BID OPENING DATE: MAY 17, 2018 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: WCR 87 IMPROVEMENTS PROJECT The project in general consists of improvements to WCR 87 between SH34 to WCR 46.5 near the South Platte River in eastern Weld County. The existing gravel roadway will be cement -treated and paved with asphalt for 2.6 miles. Refer to the Bid Schedule for a list of the bid items and quantities. A mandatory pre -bid conference will be held at 10:00 A.M., on Thursday, May 3'd, 2018, at the Weld County Public Works Building. The Public Works Building is located at 1111 H Street in Greeley. 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 will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Thursday, May 17th, 2018, 10:00 A.M. PAGES 3-13 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL THE INFORMATION CONTAINED IN PAGES 3-13 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 13. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. BID NO # B1800077 Page 3 Did Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 "O" Street, #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have 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 Director of General Services, 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 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 Director of General Services; 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 Director of General Services for the premature opening of a bid not properly addressed and identified. Weld County reserves the right to reject any 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. 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, Section 101. 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. BID NO # B1800077 Page 4 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 Director of General Services, 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. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Director of General Services can at his sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the 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 of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. 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. In submitting the bid, the bidder agrees that the signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this bid. BID NO # B1800077 Page 5 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, :11 5-.y, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to BID NO # B1800077 Page 6 certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, CONFIDENTIAL. However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., regarding public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such BID NO # B1800077 Page 7 coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities regarding workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder 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: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. 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. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder 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. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid 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 execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 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 the successful bidder shall be the basis for additional compensation unless and until the successful bidder 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 there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the BID NO # B1800077 Page 8 event written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, the successful bidder'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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project 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 subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, 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 the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction 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 one-year 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 acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder 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 the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. BID NO # B1800077 Page 9 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. N/A. 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. 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 above 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. 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is above a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/Contract Professional 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. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. BID NO # B1800077 Page 10 INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder 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, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In considerationof the award of this contract, the successful bidder 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 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be 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 payments one person Automobile Liability: Successful bidder/Contract Professional 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. BID NO # 61800077 Page 11 Builder's Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, Builder's Risk Insurance in the amount of the initial Contract Sum, plus value of subsequent modifications, change orders, and cost of material supplied or installed by others, compromising total value of the entire Project at the site on a replacement cost basis without optional deductibles. A. 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 the site. B. Such Builder's 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 covered, whichever is later. C. The Builder's Risk Insurance shall include interests of the County and if applicable, affiliated or associated entities, the General Contractor, subcontractors, and sub -tier contractors in the Project. D. The Builder's Risk Insurance shall be written on a Special Covered Clause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, engineer'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. E. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor except for losses that involve all Acts of God such as flood, earthquake, windstorm, etc. Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduced by twenty-five percent (25%) or more by paid or reserved claims, Successful bidder shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs above policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interest provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. For general liability, excess/umbrella liability, liquor liability, pollution 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 earliest. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. BID NO # B1800077 Page 12 Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name Weld County as additionally insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. BID NO # B1800077 Page 13 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Attention: Rob Turf, Director of General Services Bid Proposal for: WCR 87 IMPROVEMENTS 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. 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, 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 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, he must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder that 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. BID NO # B1800077 Page 14 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201 Clearing and Grubbing LS 1 202 Removal of Asphalt Mat (Planing) SY 503 202 Removal of Pipe LF 344 202 Removal of Ground Sign EACH 2 203 Unclassified Excavation CY 7,411 203 Embankment (CIP) (R-20) CY 5,125 203 Unsuitable Material (Contingency) CY 400 203 Blading HOUR 80 203 Utility Potholing HOUR 40 203 Sweeping (with pick-up broom) HOUR 24 203 Proof Rolling HOUR 40 206 Structure Backfill (Flowfill) (County Mix) CY 290 207 Topsoil (Imported) CY 3,470 208 Silt Fence LF 6,292 208 Silt Berm (18" Height) LF 2,797 208 Erosion Control Log (12 Inch) LF 3,691 208 Vehicle Tracking Pad EACH 2 208 Concrete Washout Structure EACH 1 BID NO # B1800077 Page 15 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 208 Stabilized Staging Area EACH 1 208 Sediment Removal/Disposal Labor HOUR 40 208 Sediment Removal/Disposal Equipment HOUR 40 208 Erosion Control Management DAY 80 210 Reset Fence LS 1 210 Reset Ground Sign EACH 4 210 Reset Mailbox EACH 6 212 Seeding (Native) (Hydraulic) ACRE 14.5 212 Seeding (Native) (Hand Broadcast) ACRE 1.25 213 Spray -On Mulch Blanket ACRE 14.5 216 Soil Retention Blanket (Landlok S2BN) SY 5,983 216 Turf Reinforcement Mat (Pyramat) SY 5,983 304 Aggregate Base Course (Class 6) TON 10,510 310 Cement -Treated Base CY 14,697 403 HMA (Grade S) (100) (PG64-22) TON 11,427 506 Riprap (12 Inch) CY 115 601 Portland Cement (Type I/II) TON 1,371 603 14"x23" HERCP Culvert (CIP) LF 128 BID NO # B1800077 Page 16 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 603 14"x23" HERCP End Section EACH 4 603 24" RCP Culvert (CIP) LF 96 603 24" RCP End Section EACH 2 603 60" RCP Culvert (CIP) LF 96 603 60" RCP End Section EACH 4 603 72" RCP Culvert (CIP) LF 40 603 72" RCP End Section EACH 2 612 Delineator (Carsonite) (Type I) EACH 100 612 Delineator (Carsonite) (Type III) EACH 12 614 Sign Panel (Class I) SF 80 614 Sign Panel (Class II) SF 36 614 Steel Sign Post (2"x2" Tubing) LF 251.5 620 Field Office (Class 2) EACH 1 620 Sanitary Facility EACH 2 625 Construction Surveying LS 1 626 Mobilization LS 1 627 Epoxy Pavement Marking GAL 210 630 Construction Traffic Control LS 1 BID NO # B1800077 Page 17 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 700 F/A Minor Contract Revisions F/A 1 $150,000.00 $150,000.00 700 F/A Asphalt Pavement Incentive F/A 1 $50,000.00 $50,000.00 NOTE: INCLUDE ALL FORCE ACCOUNT ITEMS IN TOTAL BID AMOUNT. Total Bid (Dollars): $ BID NO # B1800077 Page 18 NOTE: The following are items of work to be completed by Weld County: • Materials Quality Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all conditions, specifications and special provisions set forth in the request for proposal for Request No. #61800077. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. Weld County is exempt from Colorado sales tax (exemption number 98-03551-0000). 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all documents of the Request for Proposal contained herein, 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. FIRM BY (Please print) MAILING ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL ADDRESS BID NO # B1800077 Page 19 BID BOND PROJECT: WCR 87 IMPROVEMENTS PROJECT KNOW ALL MEN BY THESE PRESENTS, that as Principal, and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") 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. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated , 2018 for the WCR 87 IMPROVEMENTS PROJECT as set out in the accompanying Bid. WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid 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. NOW THEREFORE, if the principal shall, within the period specified therefore: A. On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or B. Withdraw said Bid within the time specified, or C. Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of , 2018 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 Address ATTEST: By: By: Surety ATTEST: Address By: BID NO # B1800077 Page 20 BID BOND INSTRUCTIONS The full firm name and residence of each individual party to the bond must be inserted in the first paragraph. If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership (to be named), and all partners must execute the bond as individuals. The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer. Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form. BID NO # B1800077 Page 21 Form W-9 (lee. August 2013) Department of the MAW IMernd Revenue Servee Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. Name (as shown on pate irurme lax rotten) 'disrd entity mane, if different from above Check appropriate tux for federal tax dxe.sificatiort Individual/sole proprietor Li C Corporation E S Corporation [] Partnership Toot/estate lanced liability company. Enter the tax dasstitrratrein (C.:C corporation, S_S corporation, P_partnershqu)► 7 Other (see instructions)* Address (number. skeet. and apt. or suite no.) Ci and 7P code Exemptions (see instructions): Exempt payee code (if any) f_xemption from t A l CA reporting code (l any) Requester's name and address (optional) I let PartI 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 Now 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. Employer identification number - I 1 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 Of any) indicating that I am exempt from FATCA reporting Is correct. Certification Instructions. You must dross 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 US. poison* Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments, the 04S has created a page on IFIS.gov tor nlutmation about Form W 9, at www.es.goviiv9. htamaiton about any -future developments atecirng F orm W -9 (such as legislation enacted atter we release t) we be posted on that page. Purpose of Form A person who is required to Me an intormalitrn whin with the IRS must obtain your correct taxpayer identification neither (TN) toreTxrt, 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, acqusrtion or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Ilse Foam W 9 only it you are a 11.8 person (imitating a readout alua* to provide your correct IN to the person requesting d (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (ix you are waihreg Ica a comber to be issued), 2. Certify that you are not sets el to backup withholding. or 3. Claim exemption from backup withholding it you arc a U.S, exempt payee. It applicable, you are also cerhtyrrrg that as a U.S. person, your allocable share of any partnership inraxne from a US. trade et la.rorv:ss is nil stitIed to tie withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA codes) entered on this faro (rf any) exhorting that you ate exempt from the FAICA reporting, e: correct. Note. If you are a U.S. person and a requester gwras you a form other than Form W-9 to request your TN, you must use the requester's farm it it is substantially similar to this Farm W-9.. Definition of a US. person For federal tax purposes, you are considered a U.S. person it you are: • An individual who is a U.S. citizen or U.S. resident aien, • A partnership. corporation, company, or association created or organized in the limed States or under the laws of the lhtited States, • An estate (odes than a foreign estate). or • A domestic trust (as dented in Regulations section 301.7701- 7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States sue generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income ban such business. f urther, in certain cases where a f orm 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 , ei:Iran 1446 withlxrlding tax. Therefore, if you are a 11.5. pervert tot is a partner in a partnership rxmducti ng a trade or business in the United States. provide I orm W 9 to the partnership to estabish your U.S. status and avoid section 1446 withholding on you share of partnership income. Cal. Nr,. 10931X Form W-9 (Rev. it 2013) NOTICE OF AWARD PROJECT: WCR 87 IMPROVEMENTS PROJECT To: Project Description: WCR 87 IMPROVEMENTS PROJECT The project in general consists of improvements to WCR 87 between SH34 to WCR 46.5 near the South Platte River in eastern Weld County. The existing gravel roadway will be cement -treated and paved with asphalt for approximately 2.6 miles. 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 the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid 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 ,2018 Weld County, Colorado, Owner By: Michael Bedell, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2018 By: Title: BID NO # B1800077 Page 23 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & (CONTRACTOR) WCR 87 IMPROVEMENTS PROJECT THIS AGREEMENT is made and entered into this day of , 2018 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Contractor, [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is, hereinafter referred to as "Contractor". WHEREAS, the WCR 87 needs improvements, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the improvements of WCR 87, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in Exhibit B; WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B1800077. The RFB contains all specific requirements of the County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated personnel to perform the services described on attached Exhibits A and B. 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 Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this BID NO # B1800077 Page 24 Agreement. In its sole discretion, the County 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. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County that the 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 incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by such termination or because 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, there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the bid set forth in Exhibit B. Contractor acknowledges no payment greater than 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. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount greater than the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. BID NO # B1800077 Page 25 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. 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 31st of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County resulting from the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project 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 subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced with the performance of this Agreement, whether such materials are in completed form, shall be considered the property of the County. Contractor shall not make use of such material for purposes other than this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., regarding 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. BID NO # B1800077 Page 26 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction 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 one-year 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 acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is greater than a deductible or self -insured retention, County must be notified by the Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. 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 construction services provided, the timely delivery of services, and the coordination of services rendered by the Contractor and shall, without additional compensation, remedy and correct any errors, omissions, or other deficiencies. BID NO # B1800077 Page 27 Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract 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, 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, or on account of or in consequence of neglect of the Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. 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. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all the Contractor's Contract Professional's employees acting within the course and scope of their employment. 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. The policy shall be endorsed to include 1) the Additional Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and the minimum limits must be 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 one person Automobile Liability: Contractor/Contract Professional 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. BID NO # B1800077 Page 28 Builder's Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, Builder's Risk Insurance in the amount of the initial Contract Sum, plus value of subsequent modifications, change orders, and cost of material supplied or installed by others, compromising total value of the entire Project at the site on a replacement cost basis without optional deductibles. A. 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 the site. B. Such Builder's 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 covered, whichever is later. C. The Builder's Risk Insurance shall include interests of the County and if applicable, affiliated or associated entities, the General Contractor, subcontractors, and sub -tier contractors in the Project. D. The Builder's Risk Insurance shall be written on a Special Covered Clause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, engineer'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. E. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor except for losses that involve all Acts of God such as flood, earthquake, windstorm, etc. Additional provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: If any aggregate limit is reduced by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs greater than excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interest provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by the County. For general liability, excess/umbrella liability, liquor liability, pollution 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. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. BID NO # B1800077 Page 29 Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to the requirements herein and shall procure and maintain the same coverage required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. 16. 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. 17. Notices. County may designate, prior to commencement of work, a representative who shall make 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 (including annual maintenance 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 d) transmission via facsimile, at the number set forth below, with a receipt or acknowledgment required by the sending party. Either party may change its notice address by written notice to the other. BID NO # B1800077 Page 30 Notification Information: Contractor: Attn.: Address: Address: E-mail: Facsimile: County: Name: Michael Bedell, P.E. Position: Senior Engineer Address: P.O. Box 758 Address: 1111 H Street, Greeley, CO. 80632-758 E-mail: mbedell@weldgov.com Facsimile: (970) 304-6497 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. 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, BID NO # B1800077 Page 31 to the extent this Agreement is capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made during 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. BID NO # B1800077 Page 32 § 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. 29. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all the Contract Amount. 30. Compliance with Davis -Bacon Wage Rates. N/A. 31. Attorneys 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. 32. 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. BID NO # B1800077 Page 33 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have signed this Agreement this CONTRACTOR: day of , 2018. By: Date: Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair BID NO # B1800077 Page 34 PERFORMANCE BOND (PAGE 1 OF 2) PROJECT: WCR 87 IMPROVEMENTS 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 a certain Contract with the Owner, dated the day of , 2018, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: WCR 87 IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. B1800077. 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. BID NO # B1800077 Page 35 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: WCR 87 IMPROVEMENTS 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 , 2018. (Contractor) Secretary (SEAL) Contractor By (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. BID NO # B1800077 Page 36 LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: WCR 87 IMPROVEMENTS 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 a certain Contract with the Owner, dated the day of , 2018, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: WCR 87 IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. B1800077. 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. BID NO # B1800077 Page 37 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: WCR 87 IMPROVEMENTS 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 , 2018. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. BID NO # B1800077 Page 38 NOTICE TO PROCEED PROJECT: WCR 87 IMPROVEMENTS PROJECT To: Date: Name of Project: PROJECT: WCR 87 IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. B1800077. You are hereby notified to commence Work in accordance with the Agreement dated The date of completion of all Work is therefore By Michael Bedell, 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 , 2018. By Title BID NO # 61800077 Page 39 CHANGE ORDER NO. 1 (EXAMPLE) PROJECT: WCR 87 IMPROVEMENTS PROJECT Date: PROJECT: WCR 87 IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. B1800077. 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: Michael Bedell, P.E. (Senior Engineer) BID NO # B1800077 Page 40 APPROVALS: CONTRACTOR: Name: Title: WELD COUNTY: Date: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE: Controller Elected Official or Department Head APPROVED AS TO FORM: County Attorney Director of General Services BID NO # B1800077 Page 41 CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT: WCR 87 IMPROVEMENTS PROJECT Contractor: Contract For: Construction as described in the Invitation for Bids No. B1800077. Contract Dated: This Certificate of Substantial Completion applies to all Work under the Contract Documents except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the County and the Contractor 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 (punch -list). This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 14 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: BID NO # B1800077 Page 42 CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT: WCR 87 IMPROVEMENTS PROJECT Contractor: Contract For: Construction as described in the Invitation for Bids No. B1800077. Contract Dated: This Certificate of Substantial Completion applies to all Work under the Contract Documents except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the County and the Contractor 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 (punch -list). This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 14 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: BID NO # B1800077 Page 42 LIEN WAIVER (GENERAL CONTRACTOR) PROJECT: WCR 87 IMPROVEMENTS PROJECT TO: Weld County Public Works Attn: Michael Bedell, 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: WCR 87 IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. B1800077. Contractor: 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 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 costs, including reasonable attorney fees, which they may incur because of such claims. Contractor By: Title: Date: STATE OF ss. COUNTY OF The foregoing instrument was acknowledged before me this day of , 2018, by My commission expires: Notary Public BID NO # B1800077 Page 43 FINAL LIEN WAIVER (SUBCONTRACTORS) PROJECT: WCR 87 IMPROVEMENTS PROJECT To All Whom It May Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of Weld, State of of which is the Owner. NOW, THEREFORE, this day of , 2018, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix Corporate seal here) (SEAL) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. (B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount 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. BID NO # B1800077 Page 44 NOTICE OF FINAL ACCEPTANCE PROJECT: WCR 87 IMPROVEMENTS PROJECT CONTRACTOR: Date: PROJECT: WCR 87 IMPROVEMENTS PROJECT described in the Bid No. B1800077. 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-year guarantee on all work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. By: Michael Bedell, 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 , 2018. By (Contractor) Title BID NO # B1800077 Page 45 WELD COUNTY PUBLIC WORKS DEPARTMENT WCR87 IMPROVEMENTS PROJECT The Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction controls construction of this project. The latest revisions to issued Standard Special Provisions (SSP) that modify the Standard Specifications, the CDOT Field Materials Manual and the CDOT Construction Manual are hereby incorporated by reference. The following Project Special Provisions (PSP) supplement and/or modify the Standard Specifications. PROJECT SPECIAL PROVISIONS INDEX Date Page Index of Project Special Provisions (April 2018) PSP-1 Notice to Bidders (April 2018) PSP-2 Commencement and Completion of Work (April 2018) PSP-3 Revision of Section 101 — Definition of Terms (April 2018) PSP-4 Revision of Section 102 — Bidding Requirements and Conditions (April 2018) PSP-5 Revision of Section 104 - Scope of Work (April 2018) PSP-6 Revision of Section 105 — Control of Work (April 2018) PSP-9 Revision of Section 106 — Control of Materials (April 2018) PSP-12 Revision of Section 107 — Legal Relations and Public Responsibility (April 2018) PSP-13 Revision of Section 108 — Prosecution and Progress (April 2018) PSP-15 Revision of Section 109 — Measurement and Payment (April 2018) PSP-17 Revision of Section 202 — Removals (April 2018) PSP-19 Revision of Section 203 — Excavation and Embankment (April 2018) PSP-20 Revision of Section 206 — Excavation and Backfill for Structures (April 2018) PSP-22 Revision of Section 209 — Watering and Dust Palliatives (April 2018) PSP-23 Revision of Section 210 — Remove/Reset Signs and Mailboxes (April 2018) PSP-24 Revision of Section 212 — Seeding (April 2018) PSP-25 Revision of Section 216 — Soil Retention Covering (April 2018) PSP-26 Revision of Section 304 — Aggregate Base Course (April 2018) PSP-27 Revision of Section 310 — Cement Treated Subgrade (April 2018) PSP-29 Revision of Section 403 — Hot Mix Asphalt (April 2018) PSP-32 Revision of Section 411 — Bituminous Materials (April 2018) PSP-34 Revision of Section 506 — Riprap (April 2018) PSP-35 Revision of Section 603 — Culverts (April 2018) PSP-36 Revision of Section 612 — Delineators and Reflectors (April 2018) PSP-37 Revision of Section 620 — Field Facilities (Field Office Class 1) (April 2018) PSP-38 Revision of Section 625 — Construction Surveying (April 2018) PSP-39 Revision of Section 626 — Mobilization (April 2018) PSP-40 Force Account Items (April 2018) PSP-41 Traffic Control Plan — General (April 2018) PSP-42 Utilities Coordination (April 2018) PSP-43 PSP-1 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of five percent (5%) of the Contractor's total bid amount. Pursuant to subsection 102.05, it is recommended that bidders on this project review the work site and plan details. In addition, bidders shall be required to attend a mandatory pre -bid meeting held by the County. Information regarding the project may be obtained from the following authorized representatives. Michael Bedell, P.E. Senior Engineer Weld County Public Works Department 1111 H Street, Greeley, CO 80632 Office Phone: 970-304-6496 ext. 3706 Cell Phone: 970-301-0780 Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street, Greeley, CO 80632 Office Phone: 970-304-6496 ext. 3749 Cell Phone: 970-397-6288 The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. END OF SECTION PSP-2 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract as required in the "Notice to Proceed" and will complete all work within 80 Calendar Days unless the period for completion is extended otherwise by the County. Salient features to be shown on the Contractor's Progress Schedule are: 1. Mobilization 2. Construction Surveying 3. Storm -Water Management 4. Traffic Control 5. Excavation and Embankment 6. Culverts 7. Cement Treated Subgrade 8. Aggregate Base Course 9. Hot Mix Asphalt Paving 10. Permanent Striping and Signing 11. Erosion Control Blankets and Turf Reinforcement Mat 12. Topsoil, Seeding, and Mulching Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule, and shall be updated at least monthly. In addition, the Contractor will be required to provide "two-week look ahead" schedules at the weekly site meetings. END OF SECTION PS P-3 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 2017. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.10: "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 Washington/Lincoln Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Christmas Subsection 101.37: "Inspector" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.51 "Project Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. Subsection 101.65: Roadway prism defined as toe of slope to toe of slope. Subsection 101.76: "State" shall mean Weld County. END OF SECTION PSP-4 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: 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 Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Delete the second paragraph and replace with: "All bidders on the projects shall submit bids by one of the following methods: Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631." Subsection 102.05 shall include the following: After the proposals have been opened, the low responsible bidder may obtain electronic (pdf) sets of plans and special provisions at no cost from Weld County. Subcontractors and suppliers may obtain plans from the successful bidder. END OF SECTION PSP-5 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 only in the event of extraordinary circumstances. The Contractor shall not be entitled to a to a change order for Differing Site Conditions. By way of example, Differing Site Conditions included 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. Discovery of septic systems, leach fields, or other wastewater infrastructure. 7. Discovery of unknown irrigation facilities or water wells. 8. Unsuitable soils for structural foundations. There is a contingency bid item for this. 9. River flows throughout the duration of the project. 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 they could not reasonably work around the condition to avoid additional costs. Each request for a change order relating to a differing site condition shall be accompanied by a statement signed by a qualified employee 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 taken 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 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. PSP-6 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 (2) When a major item of work is increased more than 150 percent or decreased below 50 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion more than 150 percent of original contract item quantity, or in case of a decrease below 50 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value more than 10 percent of the original contract amount. Subsection 104.05 the provisions regarding rights in and use of Materials found on the Work are replaced with the following: The Contractor shall not excavate or remove any Material from within the roadway, which is not within the grading limits, as indicated by the slope and grade lines, without authorization from the 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 Weld County Inspector. Backfill areas shall be graded such that the final grades are like the final grades as described in the Contract Drawings, unless otherwise directed by the Engineer. The Contractor shall be responsible for removing all construction debris and trash from the jobsite daily. Any construction debris and trash which may be washed away shall be located, removed, and disposed of away from the site at a certified landfill location. 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 channel. Subsection 104.07 paragraph 4, 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. PSP-7 Subsection 104.07(d)(2) shall be deleted and replaced as follows: 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) — (gross cost of added work) = (gross savings) (gross savings) — (Contractor's engineering costs) — (Weld County's cost) = (savings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations. The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. 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 PSP-8 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for the project as follows: Subsection 105.01 the provisions regarding Authority of the Engineer shall 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. Subsection 105.02 the provisions regarding Plans, Shop Drawings, Working Drawings, other Submittals and Construction Drawings shall include the following: Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. Subsection 105.03 the provisions regarding conformity to the Contract are revised as follows: When the Engineer or Weld County 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. 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 non- conforming 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 and the Multiplier for Price Reductions for Miscellaneous Items table following the TABLE OF PRICE REDUCTION FACTORS and starting with "If P is less ..." shall be deleted and replaced as follows: PSP-9 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: Multiplier for Price Reduction for Miscellaneous Items Item Number Description Element Multiplier (M) 206 Structural Backfill Gradation 4.0 304 Aggregate Base Course Gradation 4.0 Subsection 105.07(b)(3) shall be revised as follows: This Project will have no monetary incentive/disincentive payment associated with HMA Pavement Smoothness. However, the Contractor shall meet all requirements and conditions for Pavement Smoothness Category II (CDOT Table 105-7). Subsection 105.09 shall be revised as follows: Delete subsections 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. In the event of a discrepancy, the order of precedence is as follows: (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions i. Weld County Project Special Provisions ii. CDOT Standard Special Provisions (c) CDOT Standard Specifications (d) Plans i. Detailed Plans ii. Standard Plans iii. Calculated dimensions will govern over scaled dimensions PSP-10 Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall not take advantage of any apparent error or omission in the Contract. Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of any error which they 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 fact that the Contract Documents omit or incorrectly describe any details of any work which is necessary to carry out the intent of the Contract Documents, that are customarily performed under similar circumstances, shall not relieve the Contractor from performing such omitted work or incorrectly 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 105.22 shall be revised as follows: The Colorado Department of Transportation (CDOT) will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 is amended as follows: Delete: The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for the City and County of Denver. Replace with: The venue for all unresolved disputes with an aggregate value $25,000 or less shall be the County Court for Weld County. Subsection 105.24(c) is amended as follows: Delete: Division of Audit, 4201 E. Arkansas Ave, Denver, CO 80222 Replace with: Weld County Board of Commissioners, 1150 O Street, Greeley, CO 80632 Subsection 105.24(f) is amended as follows: In the third paragraph delete "the City and County of Denver" Replace with: "Weld County" END OF SECTION PSP-11 REVISION OF SECTION 106 CONTROL OF MATERIALS Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.05 shall include the following: This Project will utilize gradation acceptance testing requirements for the HMA. Additional Assurance testing (Voids, Lottman) may be performed on samples if test results on gradation and/or asphalt content indicate problems in mix properties. Material will be rejected or the Project Engineer will require a written corrective action by the Contractor when Percent Air Voids are not within 2.5 - 6.5% or the Lottman susceptibility (CPL -5109 Method B) is less than 75%. Reduction in testing and sampling in no way relieves contractor of submitting construction method statements, quality control plans or supplying specification materials. For this project, Contractor process control testing of hot mix asphalt is mandatory, and shall be accomplished every day that any HMA placement takes occurs on the jobsite. Process control testing will include joint densities, asphalt content, specific gravity, in -place density, aggregate moisture, and percent lime. END OF SECTION PSP-12 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Subsection 107.17 shall be revised to include the following before the first paragraph: The Contractor shall assess and understand the risk of working within a waterway. Such risks include but are not limited to: floods, high groundwater, and fluctuation in flows. The Contractor shall be responsible for constructing and maintaining all temporary facilities within the waterway such as cofferdams and diversion of channel flows. Such work shall be subsidiary to other items of work. Subsection 107.17 — Delete the third paragraph beginning with "Loss, injury, or damage to the work..." and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to the County. Subsection 107.19 shall be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of-way, the Contractor shall obtain a right-of-way permit from the Public Works Right -of -Way Permitting Technician, 970-304- 6496. PSP-13 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. Subsection 107.25(c) shall include the following: The Colorado Discharge Permit System Storm Water Construction Permit (CDPS-SCP) shall be obtained by the contractor. The Contractor shall be responsible for complying with the applicable requirements of this permit. The Contractor shall provide Erosion Control Management (ECM), if the Contract Documents require one. Per Section 107.25(d)(2), should any fines be levied by CDPHE, the Contractor shall be solely responsible for all such fines, and shall try to pay them in a timely manner. Delete Subsection 107.25(c)(1), Paragraph 5 and replace with the following: The Engineer will coordinate with the County to perform regular inspections of the corrective work. The completed action items associated with the corrective work shall be shown as completed on the Punch List. Upon completion of all items shown, the Contractor shall submit the completed Punch List to the Engineer for review. Upon written approval of the Punch List, the Contractor shall submit the "Application for Transfer of Ownership for All Permits, Certifications, and Authorizations" to the CDPHE requesting transfer of ownership of the CDPS-SCP to Weld County Public Works. END OF SECTION PSP-14 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Subsection 108.03(b) shall include the following after the first paragraph: The Bar Chart or Initial Schedule shall be submitted at least 5 working days prior to the start of the work. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. 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 Engineer and Inspector Supervisor. The Contractor shall not perform construction operations on any three or four - day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Engineer and Inspector Supervisor no later than Wednesday at 5 p.m. 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 Engineer and Inspector Supervisor are not required to provide written approval for weekend County Inspection construction operations requests. In the event, the weekend construction operations involve County Inspection work (operations requiring a construction inspector), the Contractor shall provide a credit on the next pay application to the County. The amount credited shall be $200.00 for the first 4 hours and $50.00 per hour per day thereafter for each Inspector required to perform inspections on the County Inspection work. Construction operations shall stop at 5 p.m. the day before the start of the holiday weekend. Construction operations may resume after the holiday weekend has passed. The Contractor shall only make emergency repairs and provide proper protection of the work and the traveling public on the holiday weekend days. Delete subsection 108.08(a)(2), and replace with the following: 1. Calendar Day Contract. When the work is on a calendar day basis, one whole day of contract time will be assessed for each calendar day from the date that Contract time starts (Notice to Proceed). As stated in subsection 108.08, no County Inspection construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No "Weather Days" or less than full time charged days will be granted in this contract, unless otherwise approved by the Engineer. As stated in the Commencement and Completion of Work, the Contractor shall complete all work within 80 Calendar Days, unless otherwise approved by the Engineer. PSP-15 In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Original Contract Amount ($) Liquidated Damages per Calendar Day ($) From More Than To and Including 0 . 150,000 . 500 150,000 500,000 1,000 500,000 ,: 1,000,000 1,600 1,000,000 2,000,000 2,300 2;000,000 4,000,000 ' - , 4,100 i 4,000,000 10, 000, 000 5,800 10,000,000 7,000 plus 400 Per Each. Additional 1,000,000 Contract Amount or Part. Thereof Over. 10,000;000 END OF SECTION PSP-16 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: In subsection 109.01 add the following paragraph after the 17th paragraph: All materials (304 - Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, will be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the projects placement site. Tickets will be made available for inspection during placement to the Engineer or Inspector always. 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. Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the contractor. Contractor will be made aware of any discrepancy immediately by the inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond this 48 hours, a price reduction on the material in question will occur as follows: less than 24 hours 25 - 48 hours 48 hours to 72 hours Greater than 72 hours 2% 5% 25% 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. Fertilizer 5. Staging areas 6. Additional temporary construction easements if desired by the Contractor 7. Coordination with utility companies 8. All water PSP-17 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 original contract amount. No retainage shall be released prior to Final Acceptance, unless otherwise approved by the Project Engineer. Subsection 109.06 (e) shall include the following after the first paragraph: The Contractor shall submit the CDOT Form 1418, Monthly Payment Report, along with the project schedule updates, in accordance with subsections 108.03 (b) or 108.03 (c) (3). Failure to submit a complete and accurate CDOT Form 1418 shall be grounds for County to withhold subsequent payments or retainage to the Contractor. In Subsection 109.07 — Delete and replace with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials incorporated in the work unless otherwise approved by the Engineer. END OF SECTION PSP-18 REVISION OF SECTION 202 REMOVALS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: Any culverts or pipes designated in the Drawings to be removed shall be become the property of the contractor and disposed of properly. END OF SECTION PSP-19 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.02 (c) shall be replaced with the following: Removal of Unsuitable Material: The removal of unsuitable material shall only be completed as directed by the County. In the event this item becomes necessary, the associated bid item Unsuitable Material (Contingency) will be utilized and the Contractor will be compensated at the unit price bid. The backfill material shall be subsidiary to this bid item and shall meet the requirements of Embankment, with a minimum R -Value of 20. In subsection 203.03, add the following: All embankment material shall consist of material that has been obtained from required excavation or from an approved source. The Project Inspector has the authority to ask for laboratory tests on any imported embankment material, the R -value of that material should meet or exceed that of the pavement design R -value. The Project Inspector has the authority to order unsuitable material removed from the project. The Contractor shall not obtain embankment material, other than those developed from suitable materials excavated on site, without written approval of the Project Inspector. Any embankment material shall have a minimum R -Value of 20. In subsection 203.06 add the following: It is anticipated that most soil excavated on this project will be placed within the roadway prism or hauled off -site and properly disposed of. However, the Project Inspector has the authority to order that certain material be placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and pipe installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the embankment slopes. Excess excavation material that is not used within the existing ROW shall become the property of the contractor and shall be disposed of properly offsite. Subsection 203.11 shall be revised to include the following: The quantities for Unclassified Excavation and Embankment (Complete in Place) will not be measured, but will be the quantity designated in the Contract. Unclassified Excavation and Embankment (Complete in Place) will not be measured, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Project Inspector prior to beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. Included in the unclassified excavation line item shall be all rough and fine grading to establish or re-establish roadside swales, as identified in the plans or as directed by the Engineer. PSP-20 Subsection 203.12 shall be revised to include the following: Payment for Unclassified Excavation shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. Pay Item Unclassified Excavation Embankment (Complete in Place) (R-20) Unsuitable Material (Contingency) Pay Unit Cubic Yard Cubic Yard Cubic Yard END OF SECTION PSP-21 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR PIPES Specifications Section 206 shall include the following: Pipe excavation and bedding material required for all pipes, pipe end sections, and cast -in -place concrete cutoff walls will not be paid separately, and shall be included in the work. Compaction, water, pumping, draining, de -watering, forming, bracing and all other work necessary to complete the above items will not be measured and paid for separately, but shall be included in the work. Subsection 206.08 shall include the following: Pipes located in traffic areas shall be excavated and backfilled within the same working day. Subsection 206.09 shall include the following: Excavations shall not be left open for extended periods of time. Excavations left overnight for any reason shall be surrounded by orange plastic construction safety fence. Safety fence will not be measured for payment and shall be included in the work. Flow -Fill mix design shall be submitted to the County for approval prior to any material being delivered to the jobsite. Flow -Fill shall be "County Mix" with a compressive strength of at least 1,000 psi. Subsection 206.07 shall include the following: Pay Item Structure Backfill (Flow -Fill) (County Mix) Pay Unit Cubic Yard END OF SECTION PSP-22 REVISION OF SECTION 209 WATERING AND DUST PALLIATIVES Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.01 shall include the following: Contractor is responsible for the application of water for dust control, providing all equipment and personnel for the Work. Furnish the name(s) and telephone number(s) of the person(s) responsible for dust control during evenings and weekends. Subsection 209.02 shall include the following: The Contractor is responsible for obtaining a legal source for water to complete the work as specified in the Contract Documents, including any necessary permits or fees. Subsections 209.07 and 209.08 are deleted and replaced with the following: Water required for all work covered under the Contract will not be measured and paid for separately but shall be incidental to the work. END OF SECTION PSP-23 REVISION OF SECTION 210 REMOVE/RESET SIGNS AND MAILBOXES Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.06 Mailbox shall include the following: Mailboxes within the work limits shall be removed and temporarily installed outside of the work where they can continue to be utilized by the postal service. Contractor will coordinate with the postal service to ensure uninterrupted delivery of mail during construction. Following road construction, the mailboxes will be permanently reset in the original location or as per postal service regulations. The County has attempted to identify mailboxes that need to be removed and replaced on the Drawings. Subsection 210.07 Ground Sign shall include the following: Existing traffic signage shall be protected in place or removed by the contractor in a manner that will allow reset. Contractor shall store removed signs and appurtenances until they can install the signs following substantial completion of the work. The County has attempted to identify signs that need to be removed and reset on the Drawings. Subsection 210.13 shall include the following: Pay Item Reset Ground Sign Reset Mailbox END OF SECTION PSP-24 Pay Unit Each Each REVISION OF SECTION 212 SEEDING Section 212 of the Standard Specifications is hereby revised for this project as follows: Subsection 212.01 shall be amended to include the following: In subsection 212.02 (a), delete the first paragraph and replace with the following: Seed. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the supplier, the seed name, the lot number, net weight, origin, the percent of weed seed content, the guaranteed percentage of purity and germination, pounds of pure live seed (PLS) of each seed species, and the total pounds of PLS in the container. All seeds shall be free from noxious weed seeds in accordance with current state and local lists. The Contractor shall furnish to the Engineer a signed statement certifying that the seed is from a lot that has been tested by a recognized laboratory for seed testing within thirteen months prior to the date of seeding. The Engineer may obtain seed samples from the seed equipment, furnished bags or containers to test seed for species identification, purity and germination. Seed tested and found to be less than 10 percent of the labeled certified PLS and different than the specified species will not be accepted. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. Subsection 212.06(c) shall be amended to include the following: This project shall utilize hydraulic seeding methods unless approved by the Engineer. Areas which require installation of Soil Retention Blanket or Turf Reinforcement Mat shall be hand -broadcast seeded and raked into the topsoil seed bed. Subsection 212.08 shall be amended to include the following: Pay Item Seeding (Native) (Hydraulic) Seeding (Native) (Hand Broadcast) END OF SECTION PSP-25 Pay Unit Acre Acre REVISION OF SECTION 216 SOIL RETENTION COVERING Subsection 216.01 shall be amended to include the following: This work consists of furnishing, preparing, applying, placing, and securing soil retention blankets and turf reinforcement mats for erosion control on roadway ditches, slopes, and channels as designated in the Plans. The County has hereby specified that the Soil Retention Blanket supplied for this Project shall be Landlok S2BN, unless an approved equal product is reviewed and recommended by the Project Engineer. The County has hereby specified that the Turf Reinforcement Mat supplied for this Project shall be Pyramat, unless an approved equal product is reviewed and recommended by the Project Engineer. Subsection 216.06 shall be amended to include the following: The Contractor shall maintain the soil retention coverings until all work on the Project has been completed and accepted. Maintenance shall consist of repair of areas where damage is due to the Contractor's operations. Any such maintenance shall be performed at the Contractor's sole expense. Damaged areas shall be repaired to reestablish the soil retention covering condition, final grades, and seeding. Subsection 216.07 shall be amended to include the following: Soil retention coverings, including staples, complete in place and accepted, will be measured for payment by the square yard of finished surface area. Allowance will not be made for required overlaps. When soil -filled TRM (sandwich) is required, the TRM and the Soil Retention Blanket will each be measured and paid for separately. Preparation of seedbed and seeding of soil under the TRM layer will be measured and paid for in accordance with Section 212. Topsoil and seeding placed on top of the TRM layer will be measured and paid for in accordance with Sections 207 and 212. Subsection 216.08 shall include the following: Pay Item Soil Retention Blanket (Landlok S2BN) Turf Reinforcement Mat (Pyramat) Pay Unit Square Yard Square Yard END OF SECTION PSP-26 REVISION OF SECTION 304 AGGREGATE BASE COURSE Subsection 304.01 shall include the following: This work consists of furnishing aggregate base course (Class 6) under the asphalt pavement, as shouldering material adjacent to the edge of asphalt pavement, and as surface material on the existing gravel roadways and driveways. Pavement section design states that the ABC shall have a minimum R -Value of 69. Contractor shall provide materials testing data showing the material meets this requirement before any material is delivered to the jobsite. Subsection 304.03 shall include the following: Commercial Mineral Fillers will not be allowed in the Aggregate Base Course (Class 6). Subsection 304.04 shall include the following: A device capable of placing the shouldering material in its final position shall be used. The shouldering device is subject to approval by the Project Inspector. Dumping of shouldering material on the asphalt pavement and moving into place using a road grader will not be permitted. Subsection 304.06 shall include the following: Shouldering material shall be compacted initially after placement with approved rubber - tire equipment. Shouldering material shall be wetted to achieve proper moisture content and shall achieve a compacted density of at least 90% of the modified proctor maximum density value. Subsection 304.07 shall include the following: The Contractor shall be aware that the plan quantities are based upon the unit weight and in -place density described in the Plans. The Contractor's bid unit cost shall account for any differing unit weights they intend to furnish to the Project, as no quantity adjustments will be made for differing unit weights. The Project Inspector will verify that the plan quantity has been incorporated into the Project utilizing information from the supplier delivery tickets and the materials testing data. Subsection 304.07 shall include the following: Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. At the sole discretion of the County, failure to comply with the requirements of this subsection shall be grounds for removal/replacement of any damaged roadway sections resulting from the Contractor's equipment and/or construction methods. Any such removal/replacement work shall be completed at no cost to the County. PSP-27 Subsection 304.08 shall include the following: Payment will be made under: Pay Item Pay Unit Aggregate Base Course (Class 6) Ton END OF SECTION PSP-28 REVISION OF SECTION 310 CEMENT TREATED SUBGRADE Section 310 is hereby added to the Standard Specifications as follows: DESCRIPTION 310.01 This work is specified as a total processed depth up to 12 inches. This work consists of mixing and blending the existing subgrade, along with Cement, to the specified depth, grading and compacting the mixed material, in accordance with and at locations as shown in the Contract. CONSTRUCTION REQUIREMENTS 310.02 The contractor shall develop a written method to maintain the centerline geometry, profile elevations, and cross slope of the existing roadway. The plan shall be submitted to the Engineer for approval a minimum of two weeks prior to starting work. The existing subgrade shall be mixed to the specified depth as shown on the plans and in the Specifications or as directed by the Engineer, with a self-propelled rotary type mixing machine. The mixing machine shall make as many passes as required to uniformly mix the subgrade materials, cement, existing base or combination thereof to the required thickness. Mixing of the different materials shall create a homogenous mixture. When the addition of water is necessary for initial compaction purposes, unless otherwise approved by the Engineer, it shall be added through the mixing machine with the capability to uniformly distribute water through the mixed materials to within 2 percent of the optimum moisture as determined in accordance with AASHTO T-180 Method D. When proper mixing has been accomplished, the mixture shall then be bladed, shaped, wetted or dried, and rolled to meet a minimum of 95 percent of the maximum dry density determined in accordance with AASHTO T-180 Method D. Grading equipment used to establish the final surface elevations shall have automatic controls for transverse slope. The transverse slope controls shall maintain the final surface within 0.1 percent of the specified slope. Variations from the subgrade plane shall not be more than '/4 inch. The work shall be maintained and tested for conformance to these requirements immediately prior to placing additional pavement section layers. Compaction will be measured for the top 8 -inch lift of reclaimed materials, and if appropriate for any lift below the top 8 -inch lift. Density testing and materials acceptance will apply to each lift of 8 inches or less that is reclaimed and placed on the project. Finishing: As compaction nears completion, the surface of the Cement Treated Subgrade shall be shaped to the specified lines and grades as per the subgrade surface provided to be used in the on -board GPS system, or as directed by the Inspector. Final surface compaction shall then continue, utilizing a vibratory smooth steel -drum roller. Compaction and finishing shall be done in a manner as to produce a dense surface free of compaction planes, cracks, ridges, or loose material. All finishing operations shall be completed within 4 hours from the start of mixing. PSP-29 Curing: Finished Cement Treated Subgrade surfaces shall be protected from traffic and construction equipment for a period sufficient to ensure the finished surface has adequate strength to support traffic. The finished surface shall be moist -cured with a fog -type sprayer twice per day, for a period of three days. At the end of 3 days, the surface shall be micro - cracked utilizing a vibratory smooth steel -drum roller. Inspection and Testing: After the subgrade has been stabilized, the Contractor shall perform proof rolling in accordance with subsection 203.09. Final proof rolling will take place a maximum of two days after all mechanical stabilization or unbound aggregate work has been completed, unless otherwise approved by the Engineer. Final proof rolling will take place a minimum of two days after all chemical stabilization work has been completed, unless otherwise approved by the Engineer. Mixing: Material shall not be mixed when the existing soil is frozen, over -saturated, or when the air temperature is below 40 degrees. Mixing shall begin as soon as possible after the cement has been spread and shall continue until a uniform mixture is produce to the depth specified. Unmixed cement materials shall not be left exposed overnight. Moisture and Compaction Control: The entire operation of cement spreading, water application, and mixing shall result in a uniform soil/aggregate, cement, and water mixture to the full design depth and width. The moisture content of the mixture at the start of compaction shall be at the optimum moisture content as determined in accordance with AASHTO T99. CMS material shall be uniformly compacted to a minimum of 95% of maximum dry density using the nuclear density method. Optimum moisture and maximum dry density shall be determined in a laboratory prior to start of construction. Surveying Coordination: Contractor's Surveyor shall coordinate with the engineer to remove and reset the existing section corners, per State Statutes. Section corners within the work limits must be removed prior to performing the work to avoid duplicate monuments. METHOD OF MEASUREMENT 310.03 Cement Treated Subgrade will be measured by the cubic yards of roadway treated, completed and accepted. BASIS OF PAYMENT 310.04 Payment for Cement Treated Subgrade will be full compensation for all work necessary to complete the item including mixing the subgrade materials and cement, blading, shaping, haul, and water. Pay Item Cement Treated Subgrade PSP-30 Pay Unit Cubic Yard APPLICATION OF TYPE I/II CEMENT AS PART OF THE CEMENT TREATED SUBGRADE PROCESS Cement Ratios are as follows: WCR 87: 12" Minimum Depth at 7% by volume, (59.2 lbs. per SY). EQUIPMENT Cement Proportioning: The cement spreader for in -place mixing shall be capable of uniformly distributing the cement at the specified rate. The Contractor will be required to provide certified load tickets for the cement delivered to the site. Cement may be added in a dry or slurry form. If applied in a slurry form, the slurry mixer and spreading equipment shall be capable of completely dispersing the cement and water and maintaining uniform, consistent slurry without separation throughout the slurry placement. Application of Water: Water may be applied through the mixer or with water trucks equipped with pressure -spray bars. Compaction: The processed material shall be compacted with a large sheep -foot roller of sufficient size to compact the full depth of processed material to the density required. Other: Excess material removed to achieve design grades may be wasted in the roadway gravel shoulder limits or shall otherwise become the property of the contractor and shall be hauled away and disposed of properly. Contractor's Surveyor will perform routine grade checks of subgrade surface every 200 feet following behind the operations. Grade checks will be performed in time to allow for reworking of surface if operations failed to achieve design grades. METHOD OF MEASUREMENT Stabilized subgrade will be measured by the square yard completed and accepted (neat line). Portland Cement will be measured by the delivery tickets (Ton), not to exceed plan quantity. Payment shall include all processing material, mixing, compaction, and any materials used in curing. BASIS OF PAYMENT Pay Item Portland Cement (Type I/II) END OF SECTION PSP-31 Pay Unit Ton REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture, based on delivery tickets. Payment will be made under: Pay Item Hot Mix Asphalt (Grading S) (100) (PG 64-22) Pay Unit Ton Contractor's Surveyor will perform grade checks every 500 feet at the finished asphalt centerline to demonstrate achievement of design grades. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching, 3" minimum as directed by Inspector) will not be measured and paid for separately, but shall be included in the work. Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.05 shall include the following: The Contractor shall collect the scale ticket on each load when it is delivered to the project site, and ensure that the information required in subsection 109.01 is shown on each ticket. The scale tickets shall be available on site for County personnel to inspect. PSP-32 Each day the Contractor shall provide to the County envelopes which contain the previous day's signed tickets and the following: 1. On each envelope: Project number, location, date of paving, type of material, daily total and cumulative total. 2. One of the following: a. Two adding machine tape tabulations of the weight tickets with corresponding totals run and signed by different persons, b. One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person, c. Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids or adjustments. 3. A listing of any overweight loads on the envelope, including ticket numbers and amount over legal limit. 4. A comparison of the actual yield for each day's placement to the theoretical yield. Theoretical yield shall be based on the actual area paved, the planned thickness, and the actual density of the mixture being placed. Any variance greater than +2.5% shall be indicated on the envelope and a written explanation included. The Contractor shall provide a vehicle identification sheet that contains the following information for each vehicle: 1) Vehicle number 2) Length 3) Tare weight 4) Number of axles 5) Distance between extreme axles 6) All other information required to determine legal weight. 7) Legal weight limit. If the Contractor fails to provide the County with the required information daily paving will not be allowed to resume unless approved by the County. This work is to be considered incidental to the pay item and no additional payment will be made. END OF SECTION PSP-33 REVISION OF SECTION 411 BITUMINOUS MATERIALS Section 411 of the Standard Specifications is hereby revised as follows: Delete Subsection 411.05 and replace with the following: Bituminous materials will not be measured and paid for separately but shall be included in the unit price bid for Hot Mix Asphalt (Grading S) (100) (PG 64-22). END OF SECTION PSP-34 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised for the project as follows: 506.05 BASIS OF PAYMENT In subsection 506.05, add the following: The Filter Fabric (Mirafi FW300 or equivalent) shall be considered subsidiary to the Riprap pay item. Prior to delivering this material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Engineer. Mirafi FW300 has a CBR Puncture Strength per ASTM D6241 of 1,250 lbs., all equivalent products shall meet or exceed this specification plus meet or exceed all other specifications. The Filter Material (Class A) shall be considered subsidiary to the Riprap pay item. Prior to delivering this material to the jobsite, the Contractor shall supply a gradation test results from the supplier. Pay Item Rip Rap (12") END OF SECTION PSP-35 Pay Unit Cubic Yard REVISION OF SECTION 603 CULVERTS Subsection 603.02 shall include the following: Reinforced concrete pipe shall be manufactured from concrete that meets the requirements for severity of sulfate exposure Class 1 specified in subsection 601.04. Reinforced concrete pipe and flared end sections shall be a minimum of Class III structural strength, unless otherwise delineated on the plans. All Corrugated Steel Pipe shall be a minimum of 14 gauge, and shall be aluminized pipe. Subsection 603.09 shall include the following: Existing culverts to remain that do not provide enough cover for the Cement Treated Subgrade process to be performed shall be backfilled from top of pipe to subgrade elevation with flowable fill, as per the project details. New culverts will also be backfilled with flowable fill as per the plan details. Weld County flowable fill mix: Flowable Fill (Lean Pipe Encasement) Concrete mix; Compressive strength = 1000 psi @ 28 days ASTM C150 TYPE I -II Minimum 329 lbs. COURSE AGGREGATE ASTM-C33 — Minimum 1000 lbs. FINE AGGREGATE ASTM-C33 — Minimum 2000 lbs. AIR ENTRAINMENT AGENT (SIKA AIR) ASTM-C260 —Minimum 1.0 OZ/CU YD. ASTM POTABLE WATER - MINIMUM 150 lbs. Note: If flow fill is ordered from Varra Companies ask for: Weld County Flowable Fill mix number 8890200, with 3/8" rock. If flow fill is ordered from Bestway ask for: Lean Pipe Encasement which is Weld County Flowable Fill mix. Subsection 603.12 shall include the following: Structure excavation and dewatering that may be required shall not be measured and shall be incidental to the work. Concrete cut-off walls shall not be measured and shall be considered subsidiary to the culvert end sections. END OF SECTION PSP-36 REVISION OF SECTION 612 DELINEATORS AND REFLECTORS Section 612 of the Standard Specifications is hereby revised for this project as follows: Subsection 612.02 shall include the following: For delineators marking a culvert or any other roadside hazard, use a white Carsonite delineator post 60" to 66" in height and 3.73" in width. The reflective elements shall be the minimum HIP reflective sheeting (yellow Class 3). For delineators marking the edge of roadway, use a green Carsonite delineator post 60" to 66" in height and 3.75" in width. The reflective elements shall be the minimum HIP reflective sheeting (white Class 1) Subsection 612.05 shall include the following: Payment will be made under: Pay Item Delineator (Carsonite) (Type I) Delineator (Carsonite) (Type III) END OF SECTION PSP-37 Pay Unit Each Each REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 2) Subsection 620.02 shall include the following: Telecommunications Service: The requirements for a remote communication office trailer shall include fast and reliable internet connection. Services required include SSL VPN, VOIP, and other internet services. Hard wired internet connection is preferred, however cellular is acceptable if speed and signal strength requirements are met. If reliable 4G cellular data is not available, cellular data signal boosters may be required to meet the bandwidth and throughput requirements. Wireless hotspot configurations must include WPA2 and AES encryption for SSID authentication. Cellular 4G grants >5Mbps download speeds that will allow for 2 — 4 computer endpoints. Cellular boosters strengthen signals and should allow for more throughput and increased speeds. With a booster, 3G could increase up to 1.4 Mbps allowing greater usability and an additional endpoint. Additional endpoints may be connected to either scenario, however overall performance may degrade. Cable broadband and DSL are preferred and will grant an increased quantity of endpoints, however in many locations this may simply not be a viable alternative. Electrical Service: If commercial power is available, the service shall be a minimum of 3,000 -watt, 115-125 AC facility for each separate field office and field laboratory. If commercial power is not available, independent generators shall be provided. Generators shall be a minimum of 40 Kw. Parking Facilities and Access: The Contractor shall provide an all-weather parking area with a minimum of one parking space per County employee assigned to the project plus an additional six parking spaces for visitors. The Contractor shall provide maintenance of the field office access road and parking spaces, including snow removal, on a timely basis. Janitorial Services: The Contractor shall provide these services no less than once per week. Each field office shall be supplied with at least two 5 -gallon size trash cans and one 35 -gallon trash can. Office Supplies: One office color laser printer/copier/scanner with both 11"x17" and 8.5"x11" paper trays shall be provided and installed in working order. The Contractor shall check and properly maintain this office item daily. This item shall be capable of scanning documents up to 11"x17" and transmitting the scanned files to multiple e-mail accounts. Field Office Initial Set -Up: If the field office is not 100% functional on the Notice to Proceed date, 5% of the lump sum amount of this bid item will be deducted from the lump sum amount until the field office becomes fully functional. Pay Item Field Office (Class 2) END OF SECTION PSP-38 Pay Unit Each REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised as follows: Subsection 625.04 shall include the following: Contractor's surveyor must check into established survey control points along the project limits prior to beginning of construction. Additional control points desired by the Contractor shall be set at their own cost. Weld County Public Works must verify the accuracy of those control points before construction operations can begin. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. Contractor's Surveyor shall coordinate with the Engineer to remove and reset the existing section corners, per State Statutes. Section corners within the work limits must be removed prior to performing the work to avoid duplicate monuments. Surveyor will reset rebar and survey cap prior to paving operations. Contractor to set monument box in asphalt so section corner can be readily seen and identified within the box. Monuments made illegible due to Contractor's work shall be replaced. Weld County will provide the monument box and lid. Contractor's Surveyor will perform routine grade checks of subgrade surface every 200 feet following behind the Cement Treated Subgrade operations. Grade checks will be performed in time to allow for reworking of surface if operations failed to achieve design grades. Contractor's Surveyor will perform grade checks every 500 feet at the finished asphalt centerline to demonstrate achievement of design grades. Pay Item Construction Surveying END OF SECTION PSP-39 Pay Unit Lump Sum REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall include the following: 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 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 trash 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 Subsection 626.02 shall include the following: Payment will be made under: Pay Item Mobilization END OF SECTION PSP-40 Pay Unit Lump Sum FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the 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. Force Account Item F/A Minor Contract Revisions F/A Asphalt Pavement Incentive Estimated Quantity Amount F/A F/A *$150,000.00 *$50,000.00 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, does not already have an existing unit price bid item, and is necessary to accomplish the scope of work for this contract. Items may include; erosion control BMP's for which there is no bid item, permanent surveying monumentation, temporary fencing, and adjacent landowner issues. F/A Asphalt Pavement Incentive — This work shall consist of adhering to the requirements and processes described in CDOT Specifications Section 105.05 Conformity to the Contract of Hot Mix Asphalt. A Project I/DP will be monitored 'and computed by the Project Inspector, and a final incentive or disincentive value will be determined after all asphalt pavement work has been completed and all testing data has been analyzed. HMA Pavement Smoothness will not be included in any Asphalt Pavement Incentive payment. END OF SECTION PSP-4 I TRAFFIC CONTROL PLAN The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10. The components of the traffic control plan (TCP) for this project are included in the following: (1)Subsection 104.04 and Section 630 of the specifications. (2)Standard Plan S-630-1 and S-630-2, Traffic Controls for Highway Construction. (3)Schedule of Construction Traffic Control Devices. (4)Signing and Striping Plans, including any temporary striping. Special Traffic Control Plan requirements for this project are as follows: The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. Access to private properties shall be maintained at all times, unless the Contractor has received prior approval from the landowner. Traffic shall not be delayed for more than 15 minutes or as directed by the Engineer when the roadway is open to traffic. WCR 87 shall not be closed, and shall have at least one lane of traffic (one-way travel with flaggers) during daylight construction hours unless otherwise approved by the Engineer or Inspector. Two-way traffic will be accommodated at night. Any CDOT permitting for SH34 will be the responsibility of the contractor. The Contractor shall perform the construction work during daylight hours only, unless prior - approved by the Project Inspector. END OF SECTION PSP-42 UTILITIES COORDINATION Known utilities within the limits of this project are UTILITY CONTACT PHONE NUMBER Century Link Brian Vance 970-630-4447 DCP Midstream Randy Reinick 970-539-1701 Morgan County REA Kevin Marten 970-867-5688 Wiggins Telephone Allen Scott 970-483-7343 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 i respective operations as necessary to complete any utility work with minimum delay to the project The Contractor shall comply with Article 1 5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned around 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 1-800-922-1987 to have locations of UNCC registered lines marked by member companies All other underground facilities shall be located by contacting the respective company Utility service laterals shall also be located prior to beginning excavating or grading The locations of utilities shown on the plans and described herein were obtained from the best available information, but are not to be considered complete as to location or identification of all utilities that could be encountered BASIS OF PAYMENT All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts END OF SECTION PSP-43 WELD COUNTY PUBLIC WORKS FINAL CONSTRUCTION PLANS FOR WELD ROADWAY COUNTY IMPROVEMENTS ROAD 87 - US 34 TO PROJECT CR 46.5 INDEX OF SHEETS t 5r-m��- tt St-Icc 'TLE t - ,, ROADWAY STRUCTURES ^1 <o ni .. ,. -' �� ' f `' jti' t • y M , C OVER SHEET STATION • ^ '4' �. '. • r a LIN. FT. MILES LIN. FT. MILES `y T�� L ;� ; _jf 2 M&S STANDARD PLANS LST I STA 14+90 i BEGI N M �. t ` ; i r r ~ ��_ 3 SURVEY CONTROL M -•' _ .4 } 4 1I CONSTRUCTION) TO STA 5000 0 `935 D- - J 1 ,._. „ , .........j r r �7 3 r ;7 4 TYPICAL SECTIONS h ' - A - `� 64+90 (BEGIN STRUCTURE) r r -_t - ii I {---- r— l pr 5'6 CUTOFF WALL & TRM DETAILS EXISTING STRUCTURE I [ y . (NO ( .-t. 444 �t~ ti *-� 1 I GENERAL NOTES WORK) STA 64+90 TO STA 1019 0 19 GF�E 11EV c. ti ,{ 75+08.80 � 4 �� 1 _ C a SUMMARY OF APPROXIMATE QUANTITIES Ni, _H rb _ n� STA 75+08.80 r'tiy!- �1 }p - ' ?�. i 9-11 QUANTITY TABULATIONS (END n, ~ ' f�' = ' ' ', STRUCTURE) T f 0 STA ..•_ : ' 12-23 PLAN LA AND PROFILES 8133 1.54 •.�= t ' •-. t ' 156+42.06 END ( , E'SEY _ h. , ` 2427 DRIVEWAY PLAN AND PROFILES • ` CONSTRUCTION ! pt •-r 3Z 4 .. _ ... - _ - A ` " _ A' � '-- .`� - S ; 28-51 GRADING PLANS 2- . Y t+ TOTALS 13133 2.49 1019 0.19 >r '� • < - - - t ~' t ST ¢58+4Q ^@ 52.78 STORM WATER MANAGEMENT PLANS - ?` PROJECT SUMMARY 14152 UN. FT. 2.68 MILES ^«`� .It�! i- ��� 'C t - PROJECT SITE END r. `` T9-81 STORM LINE PLAN AND PROFILES — • :� .• 'cc 82-108 CROSS SECTIONS 4 _ _ .'was "'_• 1 lon, a -.. �i-.. .--1' - ✓ • ... 109-110 EARTHWORK TABLES J' - - e + ..i --C. • A - `.., 4 5, t '° ` -- DESIGN DATA WCR 87 •---.��% '•� ` } 4 "1•\...„ MIN. RADIUS OF CURVE • STA 14+90 C+,0 200' ,- . ' y- `a'►'. • - BE SIN ?Rf) Fc — PROJECT $ITE + j ►'H a sri , a 0" I "= ( MAX. GRADE 6.25% r -R.- �. . ) I MAX. DESIGN SPEED 55 MPH . �/ �'� M1 N. K V2:::5T 61 i �Mi N. K V 79 '`�� 1r it •�'�"f i,: '—' SH 34' x.. - - _- ,c.:. _ -. VICINITY MAP NC- -C SCALE Computer File Information Index of Revisions WELD COUNTY As Constructed VVCR 87 US 34 TO CR 46.5 COVER SHEET Project No /Code Creator Date 4/24/2018 ntmis DT loll _ , '�BiC. WORKS DEPARTMENT NoRevis:ors Last Mc ,fed0at8 4/24/2018 Initials DT rue Pdh 4 \-ACT VE'ROJECTSW4CRI7 SN34.CR4ICAOWLAN_SHEETS ¶111H STREET P O BOX 758 GREELEY CO 90632-0758 PHONE ((97t1y 356 e000 EAX i970130F197etader Revised Signer D TRAFF 9 GR-41 Drawing F le Nene WCR87_COVER DWG • D TRAFF Void Sheet Number I of 110 AutOCAD Verser• 2017 Scale AS NOTED Ur is English Sheet Subset Sheet Subset PLAN NEW OR NUMBER REVISED u -t00-' M-100-2 M-203-1 M-203-2 M-203-11 M-203-12 M-206-1 M-206-2 m-208-1 M -210-I M-214-1 M-216-1 M-412-1 M-510-1 M-601-1 M-601-2 M-601-3 M-601-10 M-601-11 M-601-12 M-601-20 m-603-1 M-603-2 M-603-3 M-603- 4 M-603-5 M-603-6 M-603-10 M-604-10 M-604-11 M-604-12 M-604-13 M-604-20 M-604-25 M-605-1 M-606-1 M-606-1 M-606-13 m-606-14 M STANDARD TITLE STANDARD SYMBOLS (3 SHEETS; ACRONYMS AND ABBREVIATIONS (4 SHEETS) p APPROACH ROADS (REws o 0M SLY M. 2013) DITCH TYPES SUPERELEVATION CROWNED AND 10-12 DIVIDED HIGHWAYS (3 SHEETS) SUPERELEVATION STREETS (2 SHEETS) 13-14 EXCAVATION AND BACKFILL FOR STRUCTURES 15-16 (2 SHEETS) EXCAVATION AND BACKFILL FOR BRIDGES (2 (SHEgETS) 17-18 TEMPORARY EROSION CONTROL (11 SHEETS) AU�aUSTDip2017) 19 30 MAILBOX SUPPORTS (2 SHEETS) 31-32 PLANTING DETAILS 33 Si SOIL RETENTION COVERING (2 SHEETS) p CONCRETE PAVEMENT JOINTS (5 SHEETS) WW1 a 2018) 34 38 STRUCTURAL PLATE PIPE H-20 LOADING 39 P SINGLE CONCRETE BOX CULVERT (2 SHEETS) (to EM eER as. 2015)40 41 Cl DOUBLE CONCRETE BOX CULVERT (2 SHEETS) 4,c"M�°eE as, 2015)42 43 TRIPLE CONCRETE BOX CULVERT (2 SHEETS) �toE"u�eEais.2015)4* -&- HEADWALL FOR PIPES 46 TYPE "S" SADDLE HEADWALLS FOR PIPE 47 HEADWALLS AND PIPE OUTLET PAVING 48 WINGWALLS FOR PIPE OR BOX CULVERTS 49 CD METAL PIPE (4 SHEETS) (REMYD an XXTOBER 02, 2014) GO 53 REINFORCED CONCRETE PIPE (REVISED at OCTOBER m_ 20)4) 54 PRECAST CONCRETE BOX CULVERT 55 p CORRUGATED POLYETHYLENE PIPE (AASHTO M294) id. cim 0114) p POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) an?, 014) 44 - STEEL REINFORCED POLYETHYLENE RIBBED PIPE (AASHTO MP 20\ ME" Ch APRIL 30. 2015) CONCRETE AND METAL END SECTIONS (2 SHEETS) 58-59 INLET, TYPE C 60 INLET, TYPE 0 61 CURB INLET TYPE R (2 SHEETS) 62-63 CONCRETE INLET TYPE 13 64 MANHOLES (3 SHEETS) 65-67 VANE GRATE INLET (5 SHEETS) 68- 72 SUBSURFACE DRAINS 73 GUARDRAIL TYPE 3 W -BEAM (20 SHEETS) NNW2014) MIDWEST GUARDRAIL SYSTEM (MGS) TYPE 3 W -BEAM 31 INCHES (20 SHEETS) MINIM GUARDRAIL TYPE 7 F -SHAPE BARRIER (4 SHEETS) 03 3G (REVISED at AIMET 30, 2013) PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS) S p p p (NEW ON JULY It 2015) 97-99 PAGE NUMBER 1- 4-7 M-607-2 M-607-3 9 M-607-4 PLAN NEW OR M STANDARD NUMBER REVISED TITLE M-607-1 WIRE FENCES AND CAFES (3 SHEETS) CHAIN LINK FENCE (3 SHEETS) BARRIER FENCE p DEER FENCE, GATES, AND GAME RAMPS (5 SHEETS) (REVISED 04 01411. 30, 7015) M-607-10 M-607-15 M-608-1 p M-609-1 p M-611-1 M-611-2 p M-613-1 M-614-1 M-614-2 M-615-1 M-615-2 M-616-1 M-620-1 m-620-2 M-620-11 M-620-12 M-629-1 PICKET SNOW FENCE ROAD CLOSURE GATE (9 SHEETS) CURB RAMPS (10 SHEETS) (Inn at rt81Umv 71 2017) CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) gin CATTLE GUARD (2 SHEETS) DEER GUARD (2 SHEETS) (MEW CM IPRI. ]4 2016) ROADWAY LIGHTING (4 SHEETS) RUMBLE STRIPS (3 SHEETS) SAND BARREL ARRAYS (2 SHEETS) EMBANKMENT PROTECTOR TYPE 3 EMBANKMENT PROTECTOR TYPE 5 INVERTED SIPHON FIELD LABORATORY CLASS 1 FIELD LABORATORY CLASS 2 (2 SHEETS) FIELD OFFICE CLASS 1 FIELD OFFICE CLASS 2 SURVEY MONUMENTS (2 SHEETS) COLORADO DEPARTMENT OF TRANSPORTATION M&S STANDARDS PLANS LIST July 04, 2012 Revised on April 12, 2018 PAGE PLAN NEW OR NUMBER NUMBER REVISED 7012) IOU -102 103-105 106 187 109 110 111-119 120 125 130-131 132-135 136-138 139-140 141 142 143 144 145-146 147 148 149-150 ALL OF THE M&S STANDARD PLANS, AS SUPPLEMEN TED AND REVISED, APPLY TO THIS PROJECT WHEN USED BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM. NEW OR REVISED STANDARD PLAN SHEETS APPLICABLE TO THIS PROJECT, INDICATED BY A MARKED BOX � WILL BE ATTACHED TO THE PLANS S-612-1 S-614-1 S-614-2 S-614-3 S-614-4 5-614-5 S STANDARD TITLE PAGE NUMBER DELNEATOR INSTALLATIONS (8 SHEETS) (REMgD aM N '2. 1018) • GROUND SIGN PLACEMENT (2 SHEETS) (RED DR DECEMBER 12. 2014) 150 1GJ li CLASS 1 SIGNS (REw D aM AUF 24. 7016) CLASS II SIGNS CLASS III SIGNS (3 SHEETS) (WEED aM IIECEEIBER 17, 2014) BREAK -AWAY SIGN SUPPORT DETAILS (REMS ° ON !t UARY 0. 2017) FOR GROUND SIGNS (2 SHEETS) S-614-6 CONCRETE FOOTINGS AND SIGN ISLANDS FOR CLASS III SIGNS (2 SHEETS) (REVISED at SEp1ED8ER 16, 2013) S-614-8 TUBULAR STEEL SIGN SUPPORT DETAILS (7 SHEETS) (IBC ON AaBL 12. 2018) PEDESTRIAN PUSH BUTTON POST ASSEMBLY (REVISED aM MAY 24. MARKER ASSEMBLY INSTALLATIONS MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS STRUCTURE NUMBER INSTALLATION FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETS) TYPICAL POLE MOUNT SIGN INSTALLATIONS p CONCRETE BARRIER SIGN POST INSTALLATIONS (REVISED 04 MAY 24. 2016) TYPICAL MULTI -SIGN INSTALLATIONS p TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS (5 SHEETS) (FinnIED at at 17 2016) p ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS (4 SHEETS) (EC at JIBE 17. 20161 CM TEMPORARY SPAN WIRE SIGNALS (REVISED 0M a 1 2015) CABINET FOUNDATION DETAIL (4 SHEETS) TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS (10 SHEETS) p PEDESTAL POLE SIGNALS (2 SHEETS) 011-vsED 011 AIME IL 20)6) CD STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) (REVISED d JJ* )7. 2016)NOT p DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) (REM4D aM AIIE 17. 2016) S-627-1 p PAVEMENT MARKINGS (8 SHEETS) (IBC() aM FIBRU&va. 2017) S-630-1 CI TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION (24 SHEETS) (FCC a JAMB 73. 20)6) S-630-2 CI BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) AND VERTICAL PANELS (BEMSED CS AWE 23, 2016) S-630-3 FLASHING BEACON (PORTABLE) DETAILS S-630- 4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION DETAILS (2 SHEETS) S-630-5 CI PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 04-vsED ON AUQIST 13, 2015) S-630-6 EMERGENCY PULL -OFF AREA (TEMPORARY) S-630-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL (3 SHEETS) S-614-9 S-614-10 S-614-11 S-614-12 S-614-14 S-614-20 S-614-21 5-614-22 5-614-40 S -614-40A S-614-41 S-614-42 S-614-43 S-614-44 S-614-50 S-614-60 'Co 161 162-1•64. 165 1CG 167 160 169 173 2016) -144- 175 176 177 178-180 181 182 183 181 188 109 102 193 194-197 198- 207 208 219 239 250 2.89 260 261-262 265 266- 268 Computer File Information Creation Date'2/11/2017 nitials Jr Last Madded Date: 12/11/2017 Initials UT Pa9h M+ -ACTIVE PRCJECTSWYCR87_SH34-CR4MCAa1PLAN_SHEE 15 Drawing )e Name WCR87_NOTES DWG auto CAD Verson 2017 Scale AS NOTED Units English Index of Revisions WELD COUNTY As Constructed PUBLIC v%ORKS DEPART MEN` 1111H STREET P 0 BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 Revisions WCR 87 - US 34 TO CR 46.5 M&S STANDARD PLANS LIST Project No /Code ?evised Designer D TRAFF Detaiier D TRAFF GR.41 Sheet Subset Sheet Sucset Sheet Number 2 0t 110 WCR87 $ t1WY 14 TO WCR48 CONTROL BASIS OF BEARING: Bearings used in the calculation of coordinates are based or a grid bearing of NO1'01'46"W from the Southeast corner of Section 19. PRO,ECT COORDINATE -ABLE Township 4 North, Range 61 West, of the Sixth P M., being a 3-1/4- Pet ha Project C«►act« Dee (n) oaaorUan aluminum cap stomped PLS NO 13225 and the Northeast corner of Section Nail (R) Cell t4 (" Awe) 19, Townsrip 4 North, Range 61 West. of the Sixth P.M., being a 3-1/C BIM 9 378396.49 356500.92 4581.5 WC CP 89-52 2 1/2" ALUM- CAP ON 06 REBAR brass coo stamped cadastral survey '974 as obtained from Global Positioning Systern(GPS) survey based on the Colorado High Accuracy Network (CHARN) 20 351594.06 344242.64 4503.53 BENCH MARK DISC NCONCRETE STAMPED Z 312 1952 25 365163.96 384395.33 4411.08 BENCH MARS DISC IN CONCRETE STAMPED W 17 1926 4468 66 BASIS OF ELEVATION: Project is based on NAVD 38 elevation of 4503.53, N05 designation: Z 312, a concrete with bench mark disc Z 312 26 351124.92 375291.56 4506.33 STEEL ROD MATH SLEEVE STAMPED S 414 1984 post a stamped 1952. located in the Southeast One —Quarter Section 24, Township 4 North. 51 363366.49 350777 72 4496.86 WC CP 51. 94 REBAR of Range 62 West, of the Sixth P.M.. All other Control Point elevations on this 200 35163! 56 351038.03 4494.96 SE CUR. 519-"4N-R61W 3 1/4" ALUM. CAP ;N BOx protect are based on CPS observations 201 354239.42 350991.37 4478.08 E 1/4 COR. S19-'4N-R61W #6 REBAR. NO CAP COORDINATE DATUM: Project coordinates ore modified Colorado State Plane 202 355572.06 350967.42 4459.43 N 1/16 COR. S19-T4N-R61W 3 1/4" ALUM. CAP North Zone (0501) NAD 83(2011) coordinates. The combined elevation/scale 203 359568.87 350880.58 4465.75 E 1/4 COR. S18—T4N—R61W /6 REBAR. BENT MATH NO CAP factor used to modify the coordinates ls 0.99974480. Project coordinates are truncated by 1.000,000 in the Northing and 3,000,000 in the Eosting. The 204 364894.67 350793.52 4493.94 E 1/4 COR. S7-T4N-R61W 2 I/2- ALUM. CAP CHARM is based on NAD 83(2011) datum. 205 362235.16 350826.'1 4488.21 NE COP. S18-T4N-R61W 2 1/2" ALUM. CAP Protect coordinates Northing US Survey Feet - (State Plane Coordinate Northing X 1.000255265 - 1,000,000). Project Easting US Survey 206 356904.51 350943.29 4459.45 NE COR. S19-T4N-R61W 3 t/C BOA BRASS CAP coordinates reet = (State Plane Coordinate Easting X 1.000255265 - 3,000,000). GEODETIC COORDINATE TABLE Paid eo' Geodetic CoordnobMAO s 6211HARM .1(0) (C) n Hai�rt Orate t :.,y. Fodor 4A0 WWI Pawn �1 Latitude 1N) Landau** (W) (MKoe6) (n), (n) r°°°"° Grid S. SP `istliy (ft) 9F Esse (e) t1aac4te 9 4021'50.79024' 10413'25.24685" 4518.9 4581.5 O'49'28.8.'0.9999588C 1378044.73 3355644.34 MELD CP 89-52 20 4017'27.?2941" 10416'38.36231' 4441.0 4503.53 0'47'43.4" 0.99995709 1351249.13 '3343389.'9 NOS Z 312 25 4019'35.95132" 104'07'27.66351" 4348.0 4411.08 053'19.9" 0.99995772 1364815.57 3383531 63 NOS W 17 26 4017'18.64417" 104'09'27.91034 4443.3 4506.33 052'02.2' 0.99995706 '350780.11 3374430.19 NOS * 17 a. Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - SURVEY US 34 TO CR 46.5 CONTROL Project No./Code CreatorDate 12/11r2,017 ,niLais DT „,. Inihais .,acr ' 'UBLICVLORKSDEPART MENT NoRevisrons ast Mctldetl Date 12/11/2017 rnpals DT 1111 H STREET P Q BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 =AX `970 304.6497 =u1 Pal,. M 1-ActivE PRCuECTSWVCRS7_SefYCRtTCAMPLAN_SHEETS Revs Designer 0 TRAFF SR 4' Jrawtlg FM Name VVCR87_I VP -SECTIONS DWG Retailer 0 TRAFF vole Sheet Numoer 3 of +'0 AutCCADVersion 2017 Scale. AS NOTED Units Ergisi '-- Sheet Suoset _ _._.:. A A A O 10O' ASPHALT SHOULDER d 9" ABC (CL 6) CL /ARIES TYPICAL DRIVEWAY SECTION NOT TO SCALE a 2800' ;TIP; 1 0O GRAVEL SHOULDER 1200' 1200' 12- CTB (TYPE vii) ® 7% BY VOLUME TYPICAL ROADWAY SECTION NOT TO SCALE STA 14+90 U0 TO 64+90 STA 75+08 80 TO 156+42 06 PAVEMENT DETAIL vO' n SCA' i I 1 o0' ASPHALT SHOULDER 1 0O GRAVEL SHOULDER 2 5" HMA (GRADING S) (100) (PG 8422) 2 5" HMA (GRADING S) (100) (PG 8422) n A TYPICAL SECTION NOTES THE CONTRACTOR SHALL BE REQUIRED TO PLACE A MIN,MUM O- 4 INCHES OF TOPSOIL 1O .HIS LINE AFTER COMPLETION OF PAVING OPERATION IT IS ANTICIPATED THAT TOPSOIL WILL NEED TO BE IMPORTED THERE MAY BE AREAS WHCH THE PROJECT ENGINEER DIRECTS THE CONTRACTOR TO PLACE GREATER THAN 4" THICKNESS n BREAK POINTS IN SLOPES SHALL BE ROUNDED DURING CONSTRUCTION FOR A PLEASING APPEARANCE O HORIZONTAL AND VERTICAL ALIGNMENT CONTROL POINTS THE GRADIENT AND WIDTH OF ROADWAY DITCHES EXCAVATION, AND EMBANKMENT SLOPE RATES MAY BE ADJUSTED BY THE ENGINEER TO ASSURE ADEQUATE DRAINAGE AND SLOPE STABILITY ALL ADJUSTMENTS SHALL BE COORDINATED WITH THE ENGINEER PRIOR TO IMPLEMENTATION A TYPICAL DRIVEWAY DETAIL -,cr 'r, SCIV R = 26' MAINTAIN 1' OFFSET BETWEEN ASPHALT AND GRAVEL SHOULDER R=2S A EXTEND ASPHALT 1• TO EDGE OF GRAVEL SHOULDER DRIVEWAY WIDTH VARIES (SEE ROADWAY PLANS) DRIVEWAY LENGTH VARIES (SEE ROADWAY PLANS) Computer File Information Creation Date 12/11/2017 nbals DT Last Mooned Dale12/11/2017 ,dais DT ri Pa71 4 -AC1NE PROJECTSYNCRe7.9434-CR4acAaPtAN_S1IEETS Orasng Fie Mn VVCR87 _ TYP SECTIONS DWG AUtoCAO Verson 2017 Scale AS NOTED Units Engish Index of Revisions o r^rrents WELD COUNTY As Constructed ".S veRM S S EPA VL - t P O BOX 758 GREELEY. CO 8O632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 ,o Revrs.ons WCR87-US34TOCR465 TYPICAL SECTIONS Project No Lode 7ev'sea esigner _ TRAFF ✓oid _etailer 3 TRAPP -.jr'-4 Sheet Subset Sheet Subset ghee! Number 4 0t NOTES FOR CONCRETE CUTOFF WALL: •_:x 51ARE $tEP i' 0.C 6" FIL rER BEDDING MATERIAL (CLASS A) BURY AND STAPLE FILTER FABRIC IN TRENCH (SEE DETAIL THIS SHEET) INSTALL JOINT RESTRAINTS FILTER FABRIC (MIRAFI FW300 OR EQU IVALENT) moo MOO WIC SQL T- 6 STAR( :Y 1C. 1 - STARE lr at FILTER FABRIC TRENCH #5 REBAR a 12' O C EACH WAY 'BEDDING MATERIAL AND FILTER FABRIC ARE SUBSIDIARY TO THE RIPRAP PAY ITEM SECTION AT CENTERLINE FILTER FABRIC (MIRAFI FW300 OR EQUIVALENT) Ste 2 i 8" THICK CONCRETE CUTOFF WALL FIELD FIT PIPE INTO WALL SAW CUT PIPE TO BE FLUSH WITH OUTSIDE EDGE OF WALL 17' TYPE M RIPRAP 17' 2 CONCRETE SHALL MEET OR EXCEED CDOT CLASS D, 4500 PSI COMPRESSION STRENGTH WITHIN 28 DAYS AIR CONTENT SHALL BE 5%-8% WHEN TESTED IN ACCORDANCE WITH ASTM C231 3 SLUMP SHALL BE A MINIMUM OF 1-1/7' TO 3-1/7' MAXIMUM IN ACCORDANCE WITH ASTM 143 4 ALL DELIVERY TICKETS SHALL INCLUDE A BATCH NUMBER AND SEPARATE WEIGHTS OF EACH MATERIAL 5 ALL READY MIX CONCRETE SHALL BE IN ACCORDANCE WITH ASTM C94 6 A NON -CHLORIDE POLAR SET AT A MAXIMUM RATE OF 1% SHALL BE USED ONLY WITH THE APPROVAL OF THE ENGINEER 7 NO BACKFILL SHALL BE DONE AROUND THE CONCRETE vVALL/INLET UNTIL APPROVED BY THE INSPECTOR 8 A CDOT CLASS 1 FINISHED SURFACE SHALL BE PLACED ON THE WALL 12' I • • r -- I r BURY AND STAPLE FILTER FABRIC IN TRENCH (SEE DETAIL THIS SHEET) END VIEW #5 REBAR EACH WAY 17'OC CONCRETE FLARED END SECTION WITH CUTOFF WALL (TYP) 9 COMPACTION UNDER THE WALL/INLET SHALL BE 95% MODIFIED PROCTOR 10 PREPARE A MINIMUM OF 6 COMPRESSIVE STRENGTH SPECIMENS PER ASTM C192 DURING THE POUR. ONE AT AN AGE OF 3 DAYS. ONE AT AN AGE OF 7 DAYS, ONE AT AN AGE OF 14 DAYS, TWO AT AN AGE OF 28 DAYS, ONE FOR A HOLD IF THE 4,500 PSI IS NOT REACHED IF THE 4500 PSI IS NOT REACHED THEN BREAK IT AN AN AGE OF 28 DAYS 11 EXPOSED CONCRETE CORNERS SHALL BE CHAMFERED 3/4 -INCH 12 ALL REINFORCEMENT BARS SHALL HAVE A 3• INCH MINIMUM CLEARANCE 13 ALL REBAR SHALL BE DEFORMED, GRADE 60 (60 KSI) PER ASTM 615 14 ALL TESTING SHALL BE PROVIDED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE PROJECT PLAN VIEW Computer File Information Creation Date '2/11/2017 DT last Modifed Date: 12/11/2017 nilials OT ruI Pa:h M -AC'NE PRCuECTs NcNe7_SH34CR4tCADIPUH SHEETS Drawing File Name WCRS7_TYP.SECTIONS DWG AutoCAD'/erson 2017 Scale AS NOTED Units English Index of Revisions Comments WELD COUNTY As Constructed G.%ORKSDEPART MEN I 1111H STREET P O BOX 758 GREELEY CO 80632.0758 FAX PHONE (970)'30-646 356-4000 7 o ?evasions WCR 87 - US 34 TO CR 46.5 CUTOFF WALL DETAIL Project No /Code Revised esigner TRAFF Void Tetader D TRAFF c3 -heel Subset Sheet Subset ' "ee'. S' 6' 3 1' NIMP 3 TYPICAL STAPLE PATTERN FOR CHANNEL APPLICATION SEE SUBSECTION 216.05 SOIL RETENTION BLANKET '!',LASS • I" TOPSOIL TM REINFORCEMENT NAT /Y.'. ? TRY) '/2 OF SPEWED \ ZED RATE 3'TOP501L $OIL FILLED TRM APPLICATION t Pt KY .1" ITIPSfIlt 2. APPL'r SEED AND RARE INTO SOIL. 3. 'NSTALL IRA. 4. PI.C( I• TOPSOIL. 5. APPLY SEED N4E0 RAKE INTO SOIL 6. HST ALL SOIL RETENTION BLANKET. FWN� • • SINGLE BLANKET STAPLE $TEP I 12" lc. APPLY SEED ANC my *Ku1RO SOIL CONDITIONERS PRIOR —,\ "O COVERING• COMPACTED SOIL WITH BLANKET ANCHOFt • TRENCH 6 �� � COMPACCTEC SOIL //,ec;/ STAPLE 12' O.C SI1CLE BLAME T tt STAPLE 12° D.C. STEP 2 ANCHOR TRENCH ® to BE USED Al THE bEGINNIIH. ;vi;', e5A5 ;w ACROSS 'I'S ENTIRE WIDTH ANCHOR TRENCH SOIL RETENTION BLANKETS/TURF REINFORCEMENT MATS (TRM) CHANNEL APPLICATION IN ACCORDANCE WETtr SECTION 216 CONSECUTIVE ROLL OVERLAP TO 8E USED *CREAK JNE Pat 7 BLANKET ENDS ..M4D ANJTHEP 8`GENS WITH UPSTREAM &ANNE PACED ON TOP OF THE BLANKET CAS THE DOWNSTREAM SIDE GENERAL NOTES 1. Z SHAPED FOLD TO BE USED ON SLOPE EVERY 35 FEET MAXIMUM 2. STAPLE :HECK LOCATIONS SHOULD 8E AT LEAST 15 FEET FROM THE BOTTOM Dr SLOPE 4" MERL /� SIDE SEAM OVERLAP CC) TO 3E L.SEO FOR OVERLAP WI€N 2 WIDTHS JI E& ANKE 1 4NE APPLIED SIDE BY SIDE WITH THE UPHIL, ELN1KET PLACED ON TIC OF THE BLANKET ON TEE DOWNHILL SW? APPLY SELO AND ANY REQUIRED SOIL CONDITIONERS PRIER TO COVERING COMPACTED SOIL WITH Bi. *WET COMPACTED STAPLE l2" U.C CHANNEL CHECK SLOT O TO 8E USED AT 30' INTERVALS IN CHANNEL FT CWL ENE STAPLE IT' U.C. • STAPLE 12° O.C. TERMINATION _OF c.HANNEL© Computer File Information Creatgn Date 12/11/2017 DI I as! Atod led Cate' 12/1112017 InIIia IS DT '4 Path M% -ACTIVE PROJECTSWVCRe7_SNS4.CR4eCAU‘PLAN SHEETS Drawing He Name WCRB7 TYP-SECTIONS DWG AutoCAD 'fervor 201 7 Scab AS NOTED Units English Index of Revisions Comments WELD COUNTY Ludt vVORKS STREET t P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 `AX ;970) 304-6497 As Constructed .o-evIstons Revsed WCR87-US34TOCR46.5 TRM DETAIL Project No /Code Designer Deta fie, 0 TRAFF Sneer S.oset Sheet Suoset SR 41 Sheet Nuroper 6 of 110 GENERAL NOTES ALL MATERIAL, EQUIPMENT. INSTALLATION, AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE COOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, LATEST EDITION CDOT STANDARD PLANS (M&S STANDARDS). FHWA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS AND THE COLORADO SUPPLEMENT THERETO. 2. FOR PRELIMINARY PLAN QUANTITIES OF PAVEMENT MATERIALS. THE FOLLOWING RATES OF APPLICATION WERE USED TACKCOAT DILUTED EMULSIFIED ASPHALT (SLOW SETTING) HOT MIX ASPHALT AGGREGATE BASE COURSE 0.10 GAL. PER SQ. YD. (DILUTED) 147 LBS. PER CU. FT. 135 LBS. PER Cu. FT. PORTLAND CEMENT (TYPE II) 94 LBS. PER Cu. FT DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF 1 PART EMULSIFIED ASPHALT AND 1 PART WATER. THIS WILL NOT BE PAID FOR SEPARATELY AND IS INCLUDED IN THE COST FOR ITEM 403. HOT MIX ASPHALT. 3. THE FOLLOWING SHALL BE FURNISHED WITH EACH ASPHALT PAVER: • A SKI TYPE DEVICE AT LEAST 30 FEET IN LENGTH (50 FEET IN LENGTH FOR FINAL LIFT) • SHORT SKI SHOE • 1500 FEET OF CONTROL UNE AND STAKES 4. ANY LAYER OF ASPHALT PAVEMENT THAT IS TO HAVE A SUCCEEDING LAYER PLACED THEREON SHALL BE COMPLETED FULL WIDTH BEFORE THE SUCCEEDING LAYER IS PLACED. 5. A TACK COAT IS REQUIRED PRIOR TO THE PLACEMENT OF FINAL LIFT OF HMA. 6. WHERE PAVEMENT IS TO ABUT EXISTING PAVEMENT, THE EXISTING PAVEMENT SHALL BE REMOVED TO A NEAT VERTICAL LINE, USING A SAW. TO CREATE A CLEAN CONSTRUCTION JOINT. THERE SHALL BE NO SEPARATE PAYMENT FOR SAW CUTTING. THE CONTRACTOR WILL ALSO BE REQUIRED TO PAINT THE EDGE WITH DILUTED EMULSIFIED ASPHALT (SLOW -SETTING) PRIOR TO PAVING OPERATIONS. THE RATE OF APPLICATION SHALL BE AS DETERMINED BY THE ENGINEER AT THE TIME OF APPLICATION. 7 WATER SHALL BE USED AS A DUST PAWATIVE AS DIRECTED BY THE ENGINEER. APPLY TWO DAILY WATERINGS MINIMUM FOR THE DURATION OF THE PROJECT. LOCATIONS SHALL BE AS DIRECTED. COST FOR DUST PALLIATIVE SHALL NOT BE MEASURED AND PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THE WORK. 8. DEPTH OF MOISTURE DENSITY CONTROL FOR THIS PROJECT SHALL BE AS FOLLOWS: FULL DEPTH OF EMBANKMENT FOR ROADWAY BASES OF CUTS - 8 INCHES DEPTH BASES OF FILLS - 8 INCHES DEPTH (AFTER TOPSOIL STRIPPING) EXCAVATION REQUIRED FOR COMPACTION OF BASES OF CUT AND FILLS WILL BE PAID FOR SEPARATELY UNDER ROADWAY RECONDITIONING AND COMPACTION. 9. THE CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES TO THOSE AREAS WITHIN THE LIMITS OF DISTURBANCE AND/OR TOES OF SLOPE AS SHOWN ON THE PLANS AND CROSS SECTIONS. ANY DISTURBANCE BEYOND THESE LIMITS SHALL BE RESTORED TO ORIGINAL CONDITIONS BY THE CONTRACTOR AT HIS.HER OWN EXPENSE. CONSTRUCTION ACTIVITIES, IN ADDITION TO NORMAL CONSTRUCTION PROCEDURES, SHALL INCLUDE THE PARKING OF VEHICLE OR EQUIPMENT, DISPOSAL OF UTTER AND ANY OTHER ACTION WHICH WOULD ALTER EXISTING CONDITIONS. 10. PROVIDE ROADWAY EMBANKMENT BELOW THE ABC WITH A MINIMUM R -VALUE OF 20. MATERIAL TO HAVE A CLASS 0 POTENTIAL EXPOSURE TO SULPHATE. PROVIDE TEST RESULTS FOR APPROVAL BEFORE DELIVERING TO JOB SITE. 11. THE CONTRACTOR SHALL ADDRESS LOCAL CONSTRUCTION DRAINAGE DURING CONSTRUCTION. THIS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED INCIDENTAL TO THE WORK. 12. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AFFECTED PROPERTY OWNERS AT ALL TIMES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE PROJECT. 13. THE CONTRACTOR SHALL MASK ALL SIGNS CONFLICTING WITH CONSTRUCTION SIGNING. THE MASKING OF SIGNS WILL NOT BE MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE WORK. 14. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO. EXCAVATION, TRENCHING. SHORING. TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226, EXCAVATING AND TRENCHING. 16. THE CONTRACTOR SHALL HAVE. ONSITE AT ALL TIMES. ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS. AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 17. IF. DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY. 18. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED FOR WATER THAT IS DISCHARGED INTO A STREAM, STORM SEWER, CHANNEL, IRRIGATION DITCH. OR ANY WATERS DF THE UNITED STATES 19. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER QUALITY CONTROL DIVISION, (303) 692-3590), THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. ANY FINES LEVIED BY THE COPHE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 20. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE EROSION CONTROL PLAN. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR UNTIL FINAL ACCEPTANCE OF THE PROJECT. 21. GEOTEXTILE (SEPARATOR) (CLASS 1) SHALL BE MIRAFI FW300 OR EQUIVALENT AND SHALL BE SUBSIDIARY TO RIPRAP PAY ITEM. 22. TWO WEEKS PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD AND COOT STANDARD FOR TRAFFIC CONTROL S-630-1. TO WELD WELD COUNTY FOR APPROVAL, PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING THE RIGHT-OF-WAY, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 23. AFTER ROADWAY CONSTRUCTION IS COMPLETED, DELINEATORS (TYPE I) (CARSONITE) WILL BE PLACED ON BOTH SIDES OF THE ROAD PER PLANS & SPECIFICATIONS AND ACCORDING TO COUNTY STANDARDS. 24. AFTER ROADWAY CONSTRUCTION IS COMPLETED. DELINEATORS (TYPE III) (CARSONITE) WILL BE PLACED AT CULVERT END SECTIONS PER PLANS & SPECIFICATIONS AND ACCORDING TO COUNTY STANDARDS.. 25. WHERE FENCES ARE IMPACTED BY THE CONSTRUCTION, THEY SHALL BE REMOVED AND RESET ONLY WHEN APPROVED BY THE ENGINEER. ALL PRIVATE UVESTOCK AREAS SHALL BE MAINTAINED THROUGH CONSTRUCTION OF NEW FENCES OR TEMPORARY FENCES, IF NECESSARY. SHALL BE PAID FOR UNDER PAY ITEM FOR RESET FENCE. 26. THE CONTRACTOR SHALL PROVIDE ONE FIELD OFFICE (CLASS 2) AND TWO SANITARY FACILITIES PER THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL DESIGNATE STAGING LOCATION AND PROVIDE ALL AGREEMENTS WITH LANDOWNERS TO THE COUNTY. 27. ALL REMOVED ITEMS BECOME THE PROPERTY OF THE CONTRACTOR TO BE DISPOSED OF OFF -SITE UNLESS OTHERWISE NOTED. 28. PROTECT ALL MONUMENTS OUTSIDE OF THE CONSTRUCTION UMITS FROM DAMAGE. 29. SMOOTHNESS CATEGORY FOR THIS PROJECT IS HRI CATEGORY I. 30. SEVERITY OF POTENTIAL EXPOSURE TO SULPHATES IS CLASS 0. 31. USE A STRING LINE FOR ALL HMA PAVING. 32. STA 64+90 TO STA 75+08.80 SHALL HAVE NO WORK PERFORMED WITH THE EXCEPTION OF MILLING AND PAVEMENT OVERLAY FROM STA 64+90 TO STA 65+40 AND STA 74+00 TO STA 75+08.80 AS SHOWN ON THE PLANS. 33. ABC (CLASS 6) SHALL HAVE AN R- VALUE GREATER THAN 69. 34. ALL REINFORCED CONCRETE PIPE SHALL BE A MINIMUM OF CLASS 3 UNLESS NOTED. RUBBER GASKETS SHALL BE USED FOR ALL REINFORCED CONCRETE PIPE IN ACCORDANCE WITH ASTM C443. 35. FLOWABLE ALL SHALL BE THE COUNTY MIX OF 1000 PSI MINIMUM STRENGTH. 36. IN THE EVENT OF A DISCREPANCY, THE ORDER OF PRECEDENCE SHALL BE AS FOLLOWS: 36.1. THE CONTRACT DOCUMENTS, INCLUDING EXHIBITS, ADDENDA, AND APPENDICES 36.2. WELD COUNTY PROJECT SPECIAL PROVISIONS 36.3. CDOT STANDARD SPECIAL PROVISIONS 36.4. CDOT SPECIFICATIONS 36.5. PLANS SURVEY CONTROL TO BE PROVIDED BY WELD COUNTY. Computer File Information Creation Date 12/11/2017 ' , s DT Last Modifed Date: 12/11(2017 .ni!,als DT r1N pat PA v. -ACTIVE PROJECTSVNCR/75MS4-CRA/VCAMPL*N SHEETS Drawing -'le Name VVCR87_NOTES DWG AutoCAD %/ersion 2017 Scale AS NOTED Units Eng[sh Index of Revisions nr-S. . n,!3: WELD COUNTY As Constructed aUBLiC WORKS DEPARTMENT 1111H STREET P 0 BOX 758 GREELEY CO 90632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 No Revts,ons WCR87-US34TOCR46.5 GENERAL NOTES Project No /Code Revsea iesigne: 3 TRAFF Void )etailer D TRAFF Sheet Sunset meet Number 7 of 110 SUMMARY OF APPROXIMATE QUANTITIES ITEM NUMBER CONTRACT ITEM UNIT ESTIMATED QUANTITY ITEM NUMBER CONTRACT ITEM UNIT ESTIMATED QUANTITY 201 Clearing and Grubbing LS 1 216 Soil Retention Blanket (Landiok S2BN) SY 5983 202 Removal of Asphalt Mat (Planing) SY 503 216 Turf Reinforcement Mat (Pyramat) SY 5983 202 Removal of Pipe LF 344 304 Aggregate Base Course (Class 6) (R-69) TON 10510 202 Removal of Ground Sign EACH 2 310 Cement Treated Base CY 14697 203 Unclassified Excavation CY 7411 403 Hot Mix Asphalt (Grade S) (100) (PG64-22) TON 11427 203 Embankment (CIP)(R-20) CY 5125 506 Riprap (12 Inch) CY 115 203 Unsuitable Material (Contingency) CY 400 601 Portland Cement (Type I/Il) TON 1371 203 Blading HOUR 80 603 14"x23" HERCP Culvert (Complete in Place) IF 128 203 Utility Potholing HOUR 40 603 14"x23'- HERCP End Section EACH 4 203 Sweeping (with Pickup Broom) HOUR 24 603 24" RCP Culvert (Complete in Place) LF 96 203 Proof Rolling HOUR 40 603 24" RCP End Section EACH 2 206 Structure Backfill (Flow -Fill) (County Mix) CY 290 603 60"RCP Culvert (Complete in Place) LF 96 207 Topsoil (Imported) CY 3470 603 60" RCP End Section EACH 4 208 Silt Fence LF 6292 603 72"RCP Culvert (Complete in Place) LF 40 208 Silt Berm (18" Height) LF 2797 603 72" RCP End Section EACH 2 208 Erosion Log (12 Inch) LF 3691 612 Delineator (Type I) (Carsonite) EACH 100 208 Vehicle Tracking Pad EACH 2 612 Delineator (Type III) (Carsonite) EACH 12 208 Concrete Washout Structure EACH 1 614 Sign Panel (Gass I) SF 80 208 Stabilized Staging Area EACH 1 614 Sign Panel (Class II) SF 36 208 Removal/Disposal of Sediment (Labor) HOUR 40 614 Steel Sign Post (2"x2" Tubing) LF 251.5 208 Removal/Disposal of Sediment (Equipment) HOUR 40 620 Field Office (Class 2) EACH 1 208 Erosion Control Management DAY 30 620 Sanitary Facility EACH 2 210 Reset Fence LS 1 625 Construction Surveying LS 1 210 Reset Ground Sign EACH 4 626 Mobilization LS 1 210 Reset Mailbox EACH 6 627 Epoxy Pavement Marking GAL 210 212 Seeding (Hydraulic) (Native) ACRE 14.5 630 Construction Traffic Control LS 1 21.2 Seeding (Native) (Hand Broadcast) ACRE 1.25 700 F/A Minor Contract Revisions FA 1 213 Spray On Mulch Blanket ACRE 143 700 F/A Asphalt Pavement Incentive FA 1 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 US 34 TO CR 46 5 SUMMARY OF APPROX QUANTITIES Project No./Code Creator Date 4O4/2018 nrnhats DT Date :omments - t La s ,,:,•, • UBUC WORKS DE PARTMENr tttti sTREEt p0 8Ox 75♦) RoVe V �ppl0 83(1632-0798 • X81. - Fax E iA7011304-6497�„er Noaev�s,ons a�Moored Date an4/2o18 n,nais DT 't�PaN to 1 -ACTIVE PMO1ELtSWCRa7_S�Jr-L�MCA01PW1. SHEETS r-� Revr5Q0 t es er J TRAFF 9^ .;R-41 Drawing P h Name_ VVCR87 _COVER OVVG O IRAFF voro Suet Number 8 of '1C AtsoCADVerser 2017 Sale AS NOTED Urts: English Sheet Subset Sheet Sunset TABULATION OF ROADWAY AND EARTHWORK QUANTITIES HMA (5) (100) ABC (CLASS 6) CEMENT TREATED PORTLAND UNCLASSIFIED EMBANKMENT EMBANKMENT LOCATION (PG 64-22) (TONS) (TONS) BASE (CU. YDS) CEMENT (TYPE I/II) (TON) EXCAVATION (CU. YDS.) (CU. YDS.) ADJUSTED (+15%) (CU. YDS.) WCR 87 14+90 (BEGIN CONSTRUCTION) TO 64+90 (BEGIN BRIDGE) 64+90 (BEGIN BRIDGE) TO 75+08.80(END BRIDGE) 4193 64 3611 0 5461 0 509 0 4167 0 1135 0 1306 0 75+08.80 (END BRIDGE) TO 156+42.06 (END CONSTRUCTION) 6772 5832 8820 823 3192 2908 3344 DRIVEWAYS 398 1067 416 39 52.4 413.1 475 PROJECT TOTAL 11427 10510 14697 1371. 7411 4456 _ , 5125 TOPSOIL CU.YDS. TOPSOIL (4" DEPTH) (PLACE ON DISTURBED AREA) (IMPORTED) 3470 1 TABULATION OF SIGNS STATION SIGN TYPE SIGN DESCRIPTION SIZE (INxIN) AREA (SF) CLASS I AREA (SF) - CLASS II HEIGHT TO BOTTOM OF SIGN (FT) TOTAL LENGTH OF 2"x2" TELESPAR POST 17+00 R2-1 SPEED LIMIT 24 x 30 5.00 7.0 12.00 38+51 R1-1 STOP 30 x 30 6.25 7.0 - 12.00 38+94 Rid STOP 30 x 30 6.25 7.0 12.00 85+50 R2-1 SPEED LIMIT 24 x 30 5.00 7.0 12.00 86+50 R2-1 SPEED LIMIT 24 x 30 5.00 7.0 12.00 99+50 R2-1 SPEED LIMIT 24 x 30 5.00 7.0 12.00 129+50 W3-5 REDUCE SPEED ZONE AHEAD 36 x 36 9.00 7.0 12.50 134+50 R2-1 SPEED LIMIT 24 x 30 5.00 7.0 12.00 139+50 W1 IR RIGHT TURN AHEAD 30 x 30 6.25 7.0 12.00 139+50 W13 -1P ADVISORY SPEED 24 x 30 5.00 7.0 12.00 144+50 W1 -8R CHEVRON - RIGHT 18 24 3.00 7.0 11 50 145+50 W1 -8R CHEVRON RIGHT 18 x 24 3.00 7.0 11.50 145+55 W1 -8L CHEVRON LEFT 18 x 24 3.00 7.0 11.50 146+50 W1 -8R CHEVRON - RIGHT 18 x 24 3.00 7.0 11.50 146+55 W1 -8L CHEVRON - LEFT 18 x 24 3.00 7.0 11.50 154+00 W1 -1L LEFT TURN AHEAD 30 x 30 6.25 7.0 12.00 154+00 W13 -1P ADVISORY SPEED 24 x 30 5.00 _ 7.0 12.00 156+00 R2-1 SPEED LIMIT 24 x 30 5.00 7.0 12.00 156+42 W8-3 PAVEMENT BEGINS/ENDS 36 x 36 9.00 7.0 12.50 156+42 W8-3 PAVEMENT BEGINS/ENDS 36 x 36 9.00 7.0 12.50 W3-5 REDUCE SPEED ZONE AHEAD 36 x 36 9.00 7.0 12 50 WCR 87 TOTAL 80.00 36.00 251.50 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 US 34 TO CR 46 5 QUANTITY TABULATIONS (SHEET 1) Project No/Code Creation Date 4/24/2018 Inrtiais I , ,,,,. . SC WORKS DEPARTMENT ttit ti STREET PO BOX 758 GREELEY CO 80632.0758 SNE �iDi 4apod No Revisions Last%SoothedOate 4/24/2018 initials ,D Full Pat„. M \-ACTIVE PRQJECTSUNCR87.5834-CR4tCAMPLAN_SHEETS • Revised Designer 0 TRAFF OR 41 Drawing F le Name WCR87_COVER 01/VG - Detader O TRAFF ld'd - fleet Number 9 of 110 AWoCAD Verso. 2017 Scale AS NOTED Ur is. English Sneet Suoset t..„t?, ti,„xe' TABULATION OF STRIPING DESCRIPTION QUANTITY UNITS QUANTITY UNITS W1- 4" SOLID WHITE EPDXY LINE 26708 L.F. 105 GAL W3 - 24" WHITE THERMOPLASTIC STOP BAR 60 LF. 2 GAL Y2 - 4" BROKEN YELLOW EPDXY UNE 1340 L.F. 6 GAL Y3 - 4" SOLID DOUBLE YELLOW EPDXY LINE 11853 L.F. 93 GAL WCR 87 TOTAL 39961 L.F. _ 206 GAL TABULATION OF DELINEATORS TYPE STATION FROM STATION TO DELINEATOR (TYPE I) (EACH) DELINEATOR (TYPE II) (EACH) DELINEATOR (TYPE III) (EACH) ROAD MARKERS 14+90 156+42 100 - - STORM CULVERTS 14+90 156+42 - 12 PROJECT TOTALS 100 0 12 TABULATION OF REMOVAL QUANTITIES DESCRIPTION QUANTITY UNITS REMOVE AND RESET FENCE 1 L.S. REMOVE SIGNS 2 EACH REMOVE AND RESET SIGNS •1 EACH REMOVE AND RESET MAILBOX b EACH REMOVE PIPE 3411 L.F. REMOVE ASPHALT MAT (PLANING) 503 I SQ. YDS. Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46.5 TABULATIONS (SHEET 2) Project No /Code Comments sQUANTITY Creation Date 4/24/2018 Iritials :rT -: 1 - PUBUC WORKS DEPARTMENT t, , - 1111 H STREET PO BOX 758 • GREE�Ev CO 80632.0758 p HONE {9O t4900 7 No Revisions ast Modified Date 4/24/2018 Initials .?T Revised -- Designer O TRAFP CR41 FuJ Pate Y1-ACiNE PN�l1ECTSW/CRe7_SriL CRAeiCA0iPIAN_SHE ETS Detailer O TRAFF Drawing c le Nane. WCR87_COVER DWG Sheet Number 10 of 110 Void Sheet Subset Sheet Suose: 4utoCAD Versor 2017 Scale 4S NOTED Jr 15' Fngl,sn TABULATION OF STORM PIPE QUANTITIES 14"x23" HERCP 24" RCP 60" RCP 72" RCP LOCATION DESCRIPTION PIPE CLASS PIPE LENGTH FES (FT) QUANTITY PIPE LENGTH FES (FT) QUANTITY PIPE LENGTH (FT) FES QUANTITY PIPE LENGTH FES (FT) QUANTITY 38+72 CULVERT BENEATH WCR 42.5 3 54 2 38+75 CULVERT BENEATH WCR 42.5 3 54 2 40+55 CULVERT BENEATH WCR 87 3 40 77+40 CULVERT BENEATH WCR 87 3 48 2 77+52 CULVERT BENEATH WCR 87 3 48 2 90+52 CULVERT BENEATH WCR 87 3 40 2 111+58 CULVERT BENEATH WCR 87 3 _ 56 2 TOTAL 128 4 96 2 96 4 40 2 _ TABULATION OF RIPRAP QUANTITIES STATION DESCRIPTION TYPE L RIPRAP VOLUME (D;0 = 12") (CU. YDS) 38+72 RIPRAP AT CULVERT 43.3 38+75 RIPRAP AT CULVERT 52.7 40+55 RIPRAP AT CULVERT 3.4 77+40 RIPRAP AT CULVERT 14.8 77+52 RIPRAP AT CULVERT 14.8 90+52 RIPRAP AT CULVERT 15.0 111+58 RIPRAP AT CULVERT 13.1 TOTAL 113.8 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46 5 QUANTITY TABULATIONS (SHEET 3) Project No /Code Creatron Date 4/24i2018 initials DT "-e .s PUBUCWORKS DEPART MEN 7 +111 H STREET 1 ''I r,' ` AO CO306 58 "1' GREELEY oHl97013-COO NoRevis!ons Last Welled Date 4(24/2018 Initials DT FIJI Pat, M\-ACTNE PROJECiSW/CRC7_p7]4CRa91�AO PLAN_SHEET$ q ev5eO - _ Designer - RA' -- R :^ DrawingFleNar'e: WCR87_COVERDWG Jetader void Sneer \,.moer 11 or 1 10 cAx t970r >0�6a97 AutoCAD Yersior 2017 Scale AS NOTED Ur ts. En h � Sheet Suoset Sheet Sumer ;(!STING EDGE Jr ASPHALT V 3 STOP AHEAD SIGN O BEGIN PASSING ZONE "_a- FIBER OPTIC 4" BROKEN YELLOW EPDXY LANE MARKER STA 19+6000 3 EXISTING ROW N=352 321 58 0 E=351 026 29 GAS MARKER & FIBER OPTIC LINE FIBER OPTIC AIR VALVE GAS LINE (PROTECT DURING MARKER (PROTECT DURING CTB PROCESS) t REMOVE EXISTING CONSTRUCTION) ASPHALT N01 00'04' W x x -x x x3a7as% -x x x x _ 20W I1 -03I —ifew— T - s O i v o m ? Q w m > P .1 + 0 ' ROB X O „ O + N r m cz -. ROW ROW ROw ROW ROW RO ROW ROW- --=m5 ROw ROW4—„OW N RAMc--•xROW_ o G ., ���WCRG87 G G G G c �G C c G Q 1S+Cn -r.+Cn n(; 1a 10+0)1 • ,1 •')I1 :.:2.•H% - "'24.0(1 -.n0 I-- - ----i• - I II.1 _-fl . _F ...I. I ..,..___...i__ - - �- i 0140- E N�GtiEDGEOFPAENT i ?t .JW •- R - _._'RiJy ROW-- .s. -.-rr ;3'�1Mt--- �-1210 kL;;±s SAWCUT EXISTING HMA POWER POLE EDGE OF GRAVEL GRAVEL DRIVEWAY POWER MATCH EXISTING (FIELD VERIFYi SEE TYP SECT AND STA 14+90.00 a5T"ALL SPEED 1" WHITE EDGE LINE GRADING PLANS) E-Rw-(O4erit4^"Pr0l;/i POLE Q GAS MIT SIGN 1; MARKER POWER POI E. 8 i rEIEPHONELIMIT PEDESTAL A [)_? 1 -1 66 F -_3q1 ,}3<f 51SPEED 55 (R2 DOUBLE •7' YELLOW (MATCH EXISTING) _' A 17+0000120 0G' R CENTER LINES '=35205198I - 351 050 53 14� O -IWY 'NOTE I CONTRACTOR RESPONSIBLE TO LOCATE AND PROTECT ALL UTILITIES DURING -?" - CONSTRUCTION SOME UTIL: rIES MAY REQUIRE STANDBY CONTRACTOR TO VERIFY KEYMAP PVI STA 16+61 14 PVI STA 21+43 13 PVI EL 4492 45 PVI EL 4492 93 K 120 00 K 600 00 HORIZ 1' = 100 - LVC 312 DO LVC 362 50 VERT 1" = 10 4510 NTS 4510 LOW PT STA 18+0514 HIt3H PT STA 20+2188' D2 LEGEND LOW Pt EL 4492 GO D. NIGH PT E I L{ 4492 78 REMOVE EXISTING ASPHALT £1 - - - - 4505 ►������1 4505 D. I u > Ili > Q > MILLING AREA - Q IJ4 S + iru. Lu . 4500 ������ 4500 / --�' � � 1 G . ``� - rR Tr ? - r--1 EXISTINGIGROUND PROPOSED GRADE ACP11Alt) -- 4 - 4495 TYPE I DELINEATOR 0 4495 BEG N PAVEM NT (TOP TYPE III DELINEATOR TA 14+9000 LL �� ^�-1 --0_109---�0 __-}� EL= 4494 73 PARABOLIC., CURVE t - f a------ 9 50% 4490 { 4490 I- - i--- - --,-- - EXTENSION 1 LINE - 4485 NOINSTALL DELINEAt kr. TE AT 16' OFFSET FROM E 4485 so r` to o A N rn $ ni b rn co ^ N n N co RI W N n n. N w n 4- C ,. Z N N gl v N N N co S _ e O0) � CALL UTILITY NOT:F�LATrON CENTER OFCOLORADO $' A w a x w x w a w Oi O x wa 0 w 'ROP= 449 EX=4493 ROP=449 EX= 4493 0) x re wce Ol N x w � LL O x a w 1ROP=449 EX= 4492 ROP=449 EX‘ 4492 N it o w a 0I d. S 0 x w 'ROP=449 EX=4492 'ROP=449 EX=4492 Ol N X O w x tY w RCP= 449 EX=4492 ROP=449 EX=4491 Of .- w W x 0I X�, wfY Oi - ill — a. a a u. a a a. a u_ a a u. u a a a - art a a a a CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE, OR EXCAVATE 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00 FOR THE MARKING OFUNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR PLAN 87 - & PROFILE US 34 TO CR 46.5 ( SHEET 1) , Project No /Code ;r^^ e is O eaoon Date 12/11/2017 Initials DT ,.. r T ,t + � I - L r I PUBLIC WORKS DEPARTMENT 1111 H STREET P Q BOX 758 GREELEY CO 80632.0758PHONE 970) 356-4000 FAX (970) 304-6497 No Revisions Last Modred Data: 12/11 /2017 Initials DT Revseo Designer D TRAFF GR•41 r4r Fa:h u%-ACTNE PROJECT SINCRe7_S f34.CR4ecALNPUNSHEETS Drawn; File Name VVCR87 P$P 1 DVVG Detaller 0 TRAFF Sheet Number 12 of 110 Sheet Subset Sheet Subset autoCAD'lers on 2017 Scale AS NOTED Units: Engish O !L-L GRAVEL DRIVEWAY (SEE TYP SECT GRADING PLANS) MATCH EXISTING) $!cAx AND -I J 2 '� ^ OG END 'ASSINGZONE STA 33+00 N=353 661 GAS LINE ==351 (302 'PROTECT DURING CONSTRUCTION) FIBER OPTIC LINE PROTECT DURING ROCE•~-I 0- mZO„,PEDESTALWR 00 38 88 EXISTING ROW EDGE OF PAVEMENT EDGE OF GRAVEL O 1 ree r ! j R — RO RCM ROWON _ x R01jtx _R•RW x—xR; —110W 'R0x Qt.._ GG- G X38 a 2600 ,-. ;C`8+00 =0+00 — — -5...i-if) .,c, 1c.nr) 38+00 ` 1- , 'i .. )... ), I I, F ... I I I I I I I I'.. I 1 ..vw. _!� '`1Y,[Z W - - ' .. - ' r Q ,, 4-J{ T\ibW= ailik L"iP_ POWER POLE iQQW =a/haa ROB:...= -t} Swr itoi- GRAVEL. DRIVEWAY POWER POLE SEE rvP SECT TELEPHONE GRADING I0W----7c'--A + _ REIN- .Igit E A ROW -4/44"'= Sni-.;.s..._ 714 OOW ROAD CROSSING TELERHONE POV/ER POLE SIGN 8 POWER �r1 AND TELEPHONE PEDESTAL PLANS! POLE le'''. ~ > PEDESTAL (MATCH EXISTING) POWER POLL"` GRAVEL DRIVEWAY iSEE TYP SECT AND GRADING PLANS: :MATCH EXISTING• r KEYMAP 4505 PVI STA 28+54 25 PVI EL 4489 35 K 1300 00 LVC 525 41 - PVI STA 34+37 33 PVI EL 4488 76 K 151 00 HORIZ 1 z 10C LVC 271 80 VERT 1' = 1Q I NTS I 4505 LEGEND 3» co REMOVE EXISTING ASPHALT 4500 -rn t it e�� �, -a a-$ 4500 n r > en u > lli n > MILLING AREA 4495 - -++� -- Fx.cTlthi rani Qln — - - - --i. rJ - _PAl3 V O ����� IROPOSEq [tOPOFASHALT) GRADE • - `^I ENSIC7N L NE t -i— 4495 TYPE I DELINEATOR 0 4490----+-- L_ 4- +-- — .y — -- 4O r 4490 �t --- TYPE IIIDELNEATOr �— I 4485 DRIVEWAY tL) - - - — - - •- - - - _ a.- I --- 4485 4480 —i -1 ` 96 NOTE INSTALL DELINEATORS AT 16' OFFSET FROM C el cc�' tO $ � p, M $ ^r $ O) a Cm r°mQ �J '2 rp m �w I- �P6 °°o 8 8 �� ,f�•,, 01 pp O) � � '"ca O ^ � t�D L^p � � P. N. $ m 4480 CALL UTILITY NOTIFICATION CENTER of ..oLoRaDo WVIV II w �} n w !V ,} n CJ W if ,I w I! l} n UUK W d. „ K w ! UU d. „ X U11 II If l} it g w if d. „ w if d. 'I XL 0 d. ii X U n Xl) if d. it w if a n O X 0 ,I O w if d. n w if II ,I W O d. 'r W d n X 01L� if U ,I g w it a ,I O it a n O w if r. n d. 811 t cc LUX a E cXu w CC a I a a a a a a a a a a if a a CALL 2 -BUSINESS BEFORE YOU DAYS IN DIG, GRADE. OR ADVANCE EXCAVATE 264-00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+00 36+00 37+00 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 PLAN & PROFILE TO CR 46.5 (SHEET 2) Project No./Code CreaDon Date 12/11/20' Initials DT :;;'-'re- rs Inrtlals �:^ 'UBLIC' ORKS DEPARTMENT 1111H STREET P 0 BOX 758 GREELEY CO 80632-0758 PHONE '970) 356-4000 FAX i�70) 304-6497 No Revisions LastModlfedDale 12/111201; • n,hals DT _ 1 Pa:h M1 -ACTIVE PROJECTS%VCRe7 SH34-CR4CCADlPLAN_mmEE'5 ReV'sed Des; her TRAFF 9 vR-41 Drawing Fie Name WORST P&P ' DWG �---- Dera,ler D TRAFF void s'iee. Number 13 of 110 AutoCAO'/erslcn 2017 Scale AS NOTED Units _nsisn Sheet Subset Sheet Subset - `J 0 0 cc -., p f f I , , P .N :v :3N; ••6{; ' ` " aGR DE SFE :?OPM PRCFir.E n. F *S• 1 MAT';“EX6r tt / EEG N STRIPtiG p STA. S9.19.U: O .'t=351 ..79.D0 E=350991 i5 I 'O"OSED 9rOHM .I.1 _EESrURMWArER i"_ANhJ "HC:TEC(niPR; CUHING::rtt pRt7<E55'i XI * E r.'PtttfE PEUES(A! 'NBEH OPM; 'APN.4ER ELE',UNE'4;6.11°E9E.4rA.. ELEt'1;hJ< .; r• --r 0 r C: r~j =' z -71 •• O d Q `? XING AHEAD SIGN -t d .J. o 2 WCR 87 n TIBER PROTECT ExtSTING ROW CTB OPTIC LINE DURING PROCESSi 2)a) O -' ROW —X• _n Y i /1 RS! . ROW ROW R ROW* -$OWnA ROW < MR x ROW ROW -r-- ROW -u- ROW XROW 4 ROW ROW-= fl0 —�.— RC3MDt ROW---*-- ROW --ROW - , I a&.:,, — G 39+03 40+00 i I I : '.i; 12+On a.,, I I I I I I ! i I I I I f.; i — —I I '•• G G______ n G f_G—G G G —G C C G G G C G— G—. ,C>--:r—G .. ,.,,_ ' ,• -• I . uw .: R ^iet e • `(r11�{-�.:itfjiy._..�.'.1 {ate < M -JY �, M A I LIN, p o XI * E w P nOrl � tjlrh aiiW,r,::,�;::ROW �t t�'r� rZi. .:r -_�G �.. 4V 1T' i;{y 8ii �--�-- r�OW h9r1C'-_ �CF. t As t .4 LAC. 'AJR�cY •alj' 1C-:71 IT' , vl ItU Sr:nx;rio,i `1111 .'At V nWER°O E :i1: � BUS Srop AnpAD -,2', E II )UHwGr.nv5r51.14,-NON SIGN EDGE OF PAVEMENT D:;:cs.% " ,r I< /F AN° RESET' ROA"' •"I' ° ;., Npi;_,. \— POWER POLE GAS MARKER POWER POLE EDGE Or GRAVEL PD I t_ PIG. t 1SrPAI " 4"'NHITE EDGE ;Pw:>r ( r �uaru -:r vSrRu!;ncr,, •N5rALL > or• GAS LINE { is <. DOUBLE 4" YELLOW STA 38•44.C,0/32 76' H C stA IR'"" !PROTECT DURING ENTER LINES 4.354'x5 95 CONSTRUCTION) E'-') ' 0:4 ,9 S MP 24 R �Or�, C— — —ex .nf: POWER POLE LINE — ISF SET' L,':RU',. 'Vv' II ,� .� O •.• �h R<: LVrERSEC rich p 4FE DR EWAV I•_A4:i. KEYMAP PVI STA 40+75 05 PVI STA 44+53 00 PVI STA 48+99 40 PVI EL 4476 65 PVI EL 4472 11 PVI EL 4460 06 K 157 00 K 151 00 K 157 00 HORIZ 1" = 100• LVC 10990 LVC 22650 LVC 40820 VERT 1"=10' NTS LEGEND - a— 480 REMOVE EXISTING ASPHA 4480 `- _ 88 - • i 84 - _ � en N., PARABOLIC CURVE r9 a o 2 wiry, •it•y,� _ ----Le o .� vO> •1.2pq� + III EXTENSION LINE ii >- + �-P - - „ A475 MILLING AREA 4475 P _ . _iir .- - Fa df r ty ' W - aU PIPE J 4-( _ II L� TYPE I DELINEATOR 4470 ;- - it 1 +— - rOP OF ASPHALT) } - 4465 CCO- �--- \ ---- 4460 AT 16' OFFSET FROM DELINEATgkr, i. 4460 — --s- — — --1---— .. -,- —� 4458 Q N rn �T n co m t`il N o CI) Q ^ o CD T'0 to n o ^^ tp N u1 ^ ;T'1 ^ IA Q -,n nPI Q _ .� ry c+1 O I� el _ tD ao N T'' to ^ m o r (�t O o Q rn N. ,A 8' a 0) o c� ID r- el N r m 8 N' CALL UTILITY NOTIFICATION CENTER OF COLORADO R X co r.O Q A4 II x ROP=4471 EX=4477 ROP= 4471 EX=4476 ROP=4471 EX= 4475 Q 1 O II x0 ^ jl (L II x 'ROP=447, EX=4473 Q' Q ^ II g x 'RCP= 447 EX=4473 Q Q ^ S. a II 0 x ROP=447 EX=4472 p Q ^ 1 II x 'ROP=44! EX=4471 ROP=447 EX=4470 I 'I xo Q� O ^ 11 a II 1 II xo Q� •P 11 a II xo I({vp}r �1 Q a II x Q 1 Q II xo Q� Q II a 't x 'ROP= 446 E X=4461 rQ�p II C 't $ x 1 & w a Ln a w a w Cr w a w re w re w a w • a w CL w CL w ce W Cr III a W D a a a a a a a a. a a - - a a u. o. a a a CALL 2 -BUSINESS DAYS IN ADVANCi_ BEFORE YOU DIG. GRADE. OR EXCAVA: • 39+00 40+00 41 +00 42+00 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 FOR THE MARKING OF uNDERGROUNt MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46.5 PLAN & PROFILE (SHEET 3) Project No !Code Initials 1 CreationDate 2/11- /2017 nitlals DT PUBLICWORKS DEPARTMENT `to Revisions lastrdolideEt2/1t ifed Dale/2017nd,als DT .t111H los STREET P O BOX 758 GREELEY CO 80632-0758DrawingAle PHONE (970) 356-4000 FAX (970) 304-6497 ;ieh,1 Designer 0 TRAi -,R.4t roll Pa'h u s-ACtIVE PROJECTS'WCRe7_SHa4-CR4SICAD,PLAN_SHEETS Detaller D TRAFP Name WCR87 _a&P 1 DWG Sheet Number ' 4 r Void Sheet Subset Sneet Souse' AutoCAD version 2017 Scale AS NOTED Units Englisr p' O GRGRAVELL'RI!IEV GRAVQ.DRr E ISEE T P SECT AND (SEE rVp RACING P 'JS)' LA, GRADING , MA TC!I EXISTING VG' 3An �2 (MATCH EkiSTINGt 1 �0r'nr� FIBER OPTIC POWER PO;.r. ! EXISTING ROW 5'35'25 r. MARKER r '•ELEPHU O IENAY SECT AND - xi -v PLANS) 7.w g n �- o � a ^- g; ; 2 �. o r „r i-7 w, ` +! O O to 7971 nFBEST.g:NAsAE REMOVE 17.800x I 97 ? 4` RESET 11_BOX ROW / G n :(1 N I `� m 8:w 2, p . (3 p �' •'v.'. H R w fi000 CD - A ROW ROW --w ROWxi ROw-^'�`^ ROW - ROMP -z-- a Row ow-=- f — •ROW- �OIK ROWx Y -;,4W R Row 3 WCR 8 ---Row 3, . ° .... it >t,:Io 52.00 _ 62I f.,.._-... (nrl I �.3 i,-; I I IIh, 5..(v) ;j-S,i •,1.00 ' I 55.00 tir.CC 7•i:!:. ;7• 70 I` - '1- 1 I I I 1 1 i II I I I o i Z " - •0151:9.9.1 .^ jW A t[k•^-- L;;c;rN;x:1r ;'ROW./.. .- ` W el• ,i7'71•f 'vT'+"�:`TY'=. SOW F-- GAS LINE 135_34pc -r ^ •POWER POLE 4 r "� WHITE EQGE LING ,t , (PROTECT DURING CONSTRUCTION) 6.; TELEPHONE POWER POLE GRAVEL DRIVE'NAY PEDESTAL FIBER OPTIC; LINE DOUBLE 4"'`YELLOW (SEE TYP SEC. T AND IPROTECrbuRING ":ENTER ,..!NES (-.TB PROCESS) GRADING PLANS) (MATCH EXISTING) --V" ' 4 KEYMAP 3 Pi/I STA 48+99 40 PVI EL 4460 06 K 157 00 4480 LVC 408 20 _ PVI STA 55+43 75 PVI STA 61+37 02 PVI EL 4459 42 PVI EL 4457 96 K 1000 00 K 136 00 HORIZ 1" = 100' LVC 145 68 LVC 358 07 VERT 1" = 10' 4480 NTs r !OJVPT STA 59+9140 LEGEND *Q LUM PT EL 4158 36 6 a $N REMOVE EXISTING ASPHALT 4472 Q — — - — 475 ������� �C a a a R r i Q2Q Q ? ' iD Q�Q C > QQ P > W '� r7 - > MILLING AREA 4479 > _�,u - - - i, >- W �� 44 4465 1 I H I I - —t_ - -_ - 4 FxiSTINGrmrviNci 4. -' I ) 470 TYPE I DELINEATOR "C> tL f 4.10% L PROPOSED (TOP GR OF ASPHA T) T P if{AL EXTtNSION JLI(, C UKtt LI4IE - r I T _ _ 4465 TYPE III DELINEATOR — ( .-t__ L— — `� 4460 b a a — — - -4-153l--_—��— Y — - —a-- — _— — 4460 NOTE INSTALL DELINEATORS O ^-- ----�--- AT 16' OFFSET FROM f 4455 DRIMEWAY (L)i 4455 °O e m o r ^ 8 ^n co '�' S so irs4 ',� v w N N .- o a rn r� 'r° o g n rs `� (0 rn r� m N in �' m n CALL UTILITY NOTIFICATION CENTER OF COLORADO II x w „ x w ,I x a w S a „ o x a wet 4 d �I o x w A' „ o x a w ,' g S� x a w 32 „ 0 x a w 8 Ir x w A' „ o x a w A' , X a n x w d II 0 x w q x i w �' w �A ❑ x W II o x$ a w " ❑ x w II x w ` �A' „ x a w II o x a w A' „ o x a w '� o x w B. „ o x a y x a �- - --� CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE OR EXCAVATE 51 +00 52+00 53+00 54+00 55+00 56+00 57+00 58+00 59+00 60+00 61+00 62+00 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR PLAN & PROFILE (SHEET 46 5 4) Project No./Code Creation Data 12/11/2017 nwals DT ::--- - •s (rebate �UBLICVVORKSDEPARTMENT 1111H STREET No Revisions Last Mod,fedDate: 12/11/2017 !nrt,als DT ' -. 1 - •s ti i _.-. P O BOX 758 GREELEY. CO 80632-0758 PHONE AX (970)304-6497(977) 4 r� Path U I-s,c-rvE aeaecrswcae>'_s+x-Cn.e�ceTvl nr, s ee.: Revised Designer � TRAFF OR -41 Drawing File Name WCR87_28P 1 DWG retailer T TRAFF - void '�^eetNumber 15 of ',•,G AutoCAD Version 2017 Scale AS NOTED .nlu Enci±s Sheet Subset .. -., SAWCUT E)1STIt4G i-1MA. NIATCH E.Y.ISTING BRIDGE PAVEMENT EXISTING ROW EI_EI !ERIF 0 4: ST;+ I+ -q, rill `F?;ga,''Yr ROW FIBER OPTIC - A N MARKER ..; SECiiu PAVEWIL': 7 U N; AVVCUT- EXfS i !NG HM A 'T: MAT C' E:<1ST NG BRIDGE PAVEMENT (FIEW VERIFY) 7,5+08 80 is 3 ROW ROW ROW ROW ROW ROW ROW 7---- ROW --x-- RQ1�I�-- X130866 •',- E O! O 4 N,, -CO L' • 'R r 0 R�Ly X R®" `� R E 35D8 FIBER OPTIC STA 74j 00 TO STA 7508 80 MILL EXISTING PAVEMENT ? 0.2 5" MARKERS x DEPTH AND REPAVE TO MATCH TOP OF .ASPHAI. I ON EACH ND CONTRACTOR MAY USE DISCRETION ON MILLING DEPTH 1 WCR 87 :) ROW ROW n �- + -- f 434.00 g4.O0 0fT 66+CC :7•;i: 00"8+00 59+00 70+C(' ;loco y L 72.. 0D 74,I 74 • ro(, -I --r F F r.:: --H --� 4- �—� �^ ) mo Li-71-1PC 53+16 ' N 356674 �; END PAVEMENT STA64+90 a 2 0-2 5x TO STA 65+40 MILL EXISTING PAVEMENT DEPTH AND RE -PAVE TO MATCH TOP OF ASPHAL r BEGIN POWER POLE PAVEMENT � - E 350901 SURF�E ON EACH END CONTRACTOR MAY USE ROW ROW ` !y' D,SCR TION ON MILLING DEPTH ROW /11-4" ROWx - R≥W x ROW RO XD r- t::r:ti- L --6₹Y--i:: % L \F- ... __ 'iii..;: _�. ,, _ ... — Z _(tt,—+jai — - . [iD �' J/i r. —1 ROMk".:,k'�. /f{._- �...._ p „. ROW t OW Rt Y ROW ROW RU'k E x11.14 —E , rt: — . 4*59'01" .... .,. ` :1 IF — ROW ROW x POWER POI. E __,...x —x "�.___. _...-- KEYMAP PVI STA 61+37 02 PVI EL 4457 96 K 136 00 `V� 358 07 HORIZ 1" = 100 VERT 1" = 10' 4485 4485 PIA STA 75+74.30 LEGEND 8I z2, 0 N I �, PVI EL 4460 K,15XT 62 REMOVE EXISTING ASPHAL' J a- L v a ' 480 III IP !•_•AA 4480 w - - - b 4-- - • - - - I DAVEMMEIC i, ,, rREVERI,SE CROWD a Z p Z 15 a p a ND M UJW.3 MILLING AREA ill 0 c9 1�0 a w w to EXISTIIG GROUt Z :- w —� i .., . . n475 I E••'•'• 4475 BE /� (3%) -- IN FULL SUPER LL�LCWD I l I - -4 ;-----.1. - _______ - __�__ r MILLING 8 8 v — oo. ) 4 iv : to w + CI n CI CI �76 > w 470 `YPE I DELINEATOR -0- 4470 /l/ i--.'J I - r _ I - -I _ _ - —�' - - _ _ _ `1 _ �,A,� f �FN ILL' I 1-1 VI ` °i CI r 4465 "YPE in DELINEATOR 4465 J2'°- I PROPCIED (TOP OF GRADE ASPHALT) —• — --• _ - - `-. ---"'- _ _ _ 1- NOTE INSTALLDELINEATORS AT 16 OFFSET FROM f L 4460 4460 in 'iW g r7 N S tp t041N N R OD O ((�N Si CO _ 2 n W '- CA n O Q{p 1 N cALL UTILITY NOTIFICATION CENTER OF OLORADO A IW Cr w VW 'Ff. V w Wr-- n X w W w $ n X w u w W o w EX=4470. w n IL w EX=4470 n K J7 Ill n w W w n XI w W u X w w u w W UJ VI tl CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVAT E 64+00 65+00 66+00 67+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 7500 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR PLAN 87 - US 34 TO CR 46.5 & PROFILE (SHEET 5) Project No./Code Da11- "'"'> • 12/11/2017 nitrnwals _I °reatastMo Aw PUBLIC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304.6497 '',oRevisions e8 LastMuddedDate 12/11/2017 rnhals ;ji rev' Desrgner D TRAFF ;,R-41 .Thil Pa_b M 1 -ACTIVE PROJECTSINCRe7-SH34.CR48CAMPIAN_SHEETS Detaller D TRAFF Drawing Fie Name WCR87_PaP 1 DWG aheet Number 16 of 110 o,o Sheet Sunset sneet Subset AutoCAO Version• 2017 Scale AS NOTED Units. Erx ish 1 1 13, OVE AND RESET ROAD XING SIGN GRAVEL DR?VEWAY SPEED - - FIBER OPT C t NF BEE T`�P SECT AND GRAD+NG PLANS) WCR 44 .NTERSECi ON. PAVE TO CATTLE .(MATCH EX:ST;NGI GUARD, CON TRAC TOR TO GAIN RIGHT OF PROTECT DUP N„ CONTRACTOR TO GA:N RIGHT OF EN TP,' CTB PROCESS. EN1RY(SEEDR!`JE'NA� PLANS( LIMIT 5 5 - It=,�- �• I 3 P.-. ! l 1 O _N 3' 2 Y V A =,..- T oX . 1 ,. + C3 ^ �} X = N.5a0 ---gyp y F$ER-PT,C FIBER OPT,C MARKER d j' TELEPHONE PEDESTAL :':GG MARKER 3 1,-t 1'56 24' TELPHONE i z y s ., PEON', r! -5tj 3� �.,. - FA:ST:NG ftQW 4 t CC S A - 3 nr?C 0. _co ;F o = 3 _ m .. . 0 O . O + ' WWI-- --X • -- x r1GU 9 > tr 33 It - --x 10W—' Rty* ----t - -- —X. _ .. G o .. y V p \ — � —.� -X —z x X X X x —X X 3�7x-' —x x --X II ROW —'t i - - RO ROW ROW low i Q , , WCR 87--r ROW ROW ROW ROW .. ROW ROW o ROW ROW — ROW ROW - �- �' 76*00 ,- ,..1 -87 t0 �g— I I 1$ 00 _•n 84 �r-or; c - _T f I i I t I F i ^J 1 I 1 — ^w, + �` Z n a • • !; _L 1,* -`-E O/,1 O j ,,,-: -E 1• R0 -- ROM(-' ROW ROW ROW N* -1 +•t>0W _1�;r --- itSIP'EROW R t 0EX�_- RAM t ROW- -- = ROW • Rr. ROW _ -ROWS k !_ POWER POLE I Q POVYER POLE STORM LNES '-(MIT SI , T'R2•1) . �D r 'IREPLACEEXISTik10) y -- MAILBOX x x X POWER POLE. EDGE OF GRAVE X SEE STORMWArgRpl DNS) .1' WHITE EDGE 11Na ---1)ROTE�iT SPEED STA 2F,+5000, 0.r. - +=359 b804 ` -- ...• PTVS DUMAS: --X -X -x --X --X -X -X X X _-X IT ==350.912 11 f :,RAVE(.DREVEWAY (SEE EY'P SECT 'AND GRADING ��x� _ _-X CTBPR(SC ssil• CENTER I INT ti PLANS, ;SEE rip SECT AND GRADING PIANSI `� X -X ', (MATCH FXISrING1 S -.A Top l;re '1, F ROM EACH SIDE - , POWER POI E. a.-. (MATCH E_)GST,NGI R2-' ta; itiGCONCRETE Box N _x S -COkCRETt OCrk CONTRACTOR TO GAIN R!GH E OF ENTRY U }�TIEr/061+91 .. utveettesoA 6r41' +3943A346R eTX.15439:14€24.t t c)F,I�Inh r s4-...V4sa X4358 N ,: ri )V7 r ii IC) TOP OF `+1'1BCRADF (SEE v e s%x.41549 E4,50 94 3, Sl<)RMPRC)E,I.E SHEETS( t. PROTECT CURING ;rBPROtE3s1 •PRF EcTa:PMGCTBPR(Y ��1� L^ S. KEYMAP PVI STA 75+74 30 PVI EL 4460 62 K 11500 4475 LVC 91 56i PVI STA 79+48 04 PVI STA 82+85 48 PVI EL 4461 37 PVI EL 4457 65 K 151 00 K 157 00 HORIZ 1 = 100 LVC 19630 LVC 18840 DEPT 1•'= 10' _ } LOW PT STA t5+917 08 'ION PI S 78+8000 LOW PT STA 83+6398 44 LEGEND L OVV 7)1a PT EL 1460 ci^ 69 a:' HIGH PTE 4461 20 _- m3 LOW PT EL 4457 74 3n MOVE EXISTING ASPHALT 447R f3 - 4 -_ - - + .", + + fa� 4470 ������ 1 n u; tl to n q co M1 q . + t0 t1 1„ + I 2 I i I MILLING AREA 446 L w ..- 41 ' i �_ ,. WCrt 44 INTERSECTION 0 L) I _ E STING GRourso PROPOS GRADE 4465 _4 'PE I DELINEATOR 1 4460 ` - LT) M 4460 na DRIVEWAr,LI .--- ---- - - C----- +—[TOPOF- ----- --- -0.20%-�---� -`� •°E III DELINEATOR 4455 ORIVE#WAV (R) - DRIVEWAY — ;R) ----nmectro COO- STORM STORM 7/x48 -CONCRETE EXTENSION BOX UN 4455 NOTE INSTALL DELINEATORS AT 16 OFFSET FROM c 4450 (PROTECT ING GTE; PROCESS) p ^ ,- N CD ,- W m A7 LV 42 rn -D �i p eD �i Iii .�- incv r, t� �r O r. tv A„fVN n n �y 4450 CALL UTILITY NOTIFICATION CENTER OF COLORADO if Aq w a ui I n Q' W a I u ta ° W q 6 W u W gg I n .L I ,�i w s ° go 1J r q ff w h n E w n K W I v a , ii w in u 1 W h W n w s n , u W n •�� w W O cr Wil [L CALL 2 -BUSINESS DAYS IN ADVANCE 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 84+00 85+00 88+00 BEFORE 87+00 ORTHE MARKING OFUNOERGROU',• MEMBER uNt ;IES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR PLAN 87 - US 34 & PROFILE TO CR 46.5 (SHEET 6) Project No Code .,�.•i,- Date. '2111(201.4 Comments .. - • 4s: , - -' la_ ICWORKS.;I_-ART VENT 1111H STREET NoRevtslons Las, '3odlfedDate- 12/11/2017 ,,,als I R L.' r • i P 0 BOX 758 GREELEY CO 80632.0758 PHONE PAX ((97 356-4000 9 304-6497 :IA oath Ms -ACTIVE PROJECTSV11CRe7-SHC34-CR4•ACAPtAk SHE' +`.. Revrsed :e& ner D `RAFF 9 Drawrg Elle Name- WCR87 0SP . 1 DWG etailer C 'RAFF — Votd ' ' ' ' ' ` AutoCAD Version 2017 Scale. AS NOTED Units. Engkeh Sheet Suoset Sheet Suoset ?aRA.V'EL DRIVEWAY i'� .• ?n �. ":>J i2 )SEE. TYP SECT AND GRADING ;MA roe.; EXISTING; CONTRACTOR TJ GAIN RIGHT " v ,n a ' I PLANS) OF ENTRY a,o '' ' ' _ GRAVEL DRIVEWAY FIBER OPTIC LINE (SEE TVP SECT AND GRADING PLANS) (MATCH EXISTING) PRQ7ECTDURING SPEED LIMIT 45 O O u, x in :v 2 n • + a Z •). ,- s a, o• i Z J. / m 744 c` n / ?i Z t;rltiTING r:{ OW / ° "+ c z :. CONTRACTOR 70 GAIN RIGHT OF ENTRY FIBER OPTIC MARKER 8I TELEPHONE PEDESTAL C78 Q m o PROCESS) y '> 141+T S.GPi tR? ' } - , 3s0 306 98 T 0 E=350 843 0 c? :=5.. 17 '�' - !, '" Y —x WCR 87 ,% — 'ROW- ROW ROW ROW V ROWx ROW •x ROW X ROW K ROW •= 1fOW Rt39i — RUW —` ROW N - ROW OW X itOW=X R -RAW —4-- Q' o o 1 93,00 941-0(3 95.00 96 _ 8 00 97•CX3 900 99+00 100+00Co ,n 7vO +` n ,;,2.00 ..I;0 0 '- 4:o — - Z ROME+ -1 • cr-key rTF 4 404' - y ri-' It •' wow / —k-RO�i`4-i „ -.1%.0044. b'° I C:,N ''?9' Vi L=123.52 n 47 45 tiI �,., , ,ffgEI POWER POLE 042'28 REMOVE AND :755 61 POWER POLE EDGE OF GRAVEL 'Sal; r I01 , +, 6?A( RESET MAILBOXES a' WHITE EDGE LINEf r.l-1 '`Y GAS LINE DOUBLE a' YELLOW •PROPCED IRRIGATION LINE POWER POLL GRAVEL DRIVEWAY /PROTECT DURING CENTER LINES (REPLACE EXISTING) (SEE TYP SECT. AND CONSTRUCTION) /PROTECT PIPE DURING CTS GRADING PLANS) STOP _:TS 1,'•' FROM EACH SIDE OF PIPE PROCESS) (MATCH EXISTING) Ft OW FILL T≤) TOP OF SUBGRADE 'SEC ,... - 7TORA�t PROFILE Snit. rat - ` - 81....r_ • KEYMAP PVI STA 91+03 84 PVi EL 4458 47 K 79 00 HORIZ 1" = 100'K LVC 485 68 VERT 1" = 10' PVI STA 9986 30 PVI EL 4488 08 193 00 HOW 1" = 100' LVC 434 39 VERT 1" = 10', 4495 HIGH PT STA 98+6 75 4475 HIGH P i EL 4487 4 LEGEND / i Y PVI STA 9$+42 PVI EL 4485 20 ; g 2 N 490 REMOVE EXISTING ASPHAL - 44701 - 635pse� • �������1 LVC. ��� Cr, II O.SO90 — I it �= MILLING AREA EXISTING GROL.'ND i a j + +_ J _ w > u � u /♦ PROPC). �y1485 L• • • 4465 , DRIVEV0Y (TOP OR (L) R GRA ASPHALT a rn n l _ ' r Q o� ^ �+@ 4480 TYPE I DELINEATOR ` 4460 — _ _ _ > Wei r i DRIVEWAY (R) ILii 5 w TYPE III DELINEATOR PARABOLIC URVE '-_• 4475 E)TENSION N• `+DRIVEWA�/ (L) NOTE INSTALL DELINEATOR.`; 4455 PIPE 6 21-4 4470 AT 16' OFFSET FROM c 4451 N M p R aN0 a N g (O rh N 8 N Ot N in a0 O a) a CO r� rD r pI CO n '. g po tD r+f O (y O 8 O r� O ID $ N n N N n g O n i v� I� ALL UTILITY NO71FI(;Ail;y; CENTER OF COLORADO w �I4 3 W I .I x a t �r I W a n a It o x Sr. `L I h +t o W a I II o a "! I ° w a I It o a "� t a a o a �I II o x a ' PROP=4 EX= 441 4 .I x a W I II w a I+ II o x a w I l h �t o w a o X& a ' I x w a PROP=4 EX=448 ci .I a PROP=4 EX=418 :31 Q II o a o a_ Vtill GALL 2 -BUSINESS DAYS IN ADVANCE 89+00 90+00 91+00 92+00 93+00 94+00 95+00 96+00 97+00 98+00 99+00 100+00 BEFOREvOUDIG.GRADE OREXCAVAr• FOR THE MARKING OF UNDERGROUNr MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - PLAN & PROFILE US 34 TO CR 46.5 ( SHEET 7) Project No /Code :: Comments initials Crean n Date: 12/11/2017 rn0als DI oo PUBLIC WORKS DEPARTMENT 1111 H STREET No Revisions Last MoOded Dale 12/11/2017 Imams DT i ' L_- . - �. e r 5 • P 0 BOX 758 GREELEY CC) 80632-0758 PHONE 970) 356.4000 FAX (970) 304-6497 RevisedDesigner D "RAPE GR-41 u11'ah M\ -ACTIVE PROUECTSWVCRR? SIIS4LRIa1CAp1PLAN SHEETS Dewier ") rRAFP D awing le NameA�RBi_a8P 1 DWG Sheet Numoer 18 of 110 Void Sheet Subset _5 -nee! S•.o AutoCAD'lerxcn 2017 Scale. AS NOTED Units Engish 1 t C O ? m ? r -D m ^ - m O 4^_ .. FIBER OPTIC LINE (PROTECT DURING CTB PROCESS) FIBER[:RPT!C BUS STOP AHEAD "_. SIGN 01 n X 4 CONTRACTOR [EXISTING ROW - WCR 87 4; r' w Raw i 71V 0 ASPHALT DRIVEWAY ?SEE DRIVEWAY P( ANS: (MATCH EXfsrNG) 'SEETYP SECT AND TO CAIN RICH T OF EN TRY REMOVE FIBER OPTIC MARKER & 6tgILXES a iELEPHpNE PEDESTAL q it -ter Row I .iRAVEVR'VEWAY GRADING PLANS; (MATCH- XIST!NG; AND RESET':` TEfEPHONE PEOVTAL S O O's O CO , �., , a W R?/YI ;RO ROW---^ -._ .�_qow 39wc. RDa D+1 Rr..-- -ter w --. tOw -r- Row w_. 9 -L ''. i -n0 - 10'7+00 103+00 104+00 105+00 ' 09+00 1 +(:; 070 108 -tee 1 jy+Ud • -369Th • 11.00 112+~0(r 11 � • c-! + I I I I I I I I I I I I I I i I I I I o a-- 1 t . - �8-0 � , 't "' Rp+9r'..-.-_,...T+ .-�y.�. -1F4>rr+l?_-=a-+�I�sOfnr� t. �S7F� W.+n-. .:� 12Qa0+-et-� . POWER PULE POWER POLE 4' WHITE EDGE LINE CONTRACTOR ro GAIN cc: c GAS LINE PROPOSED STORM ! r. • (PROTECT DURING ~ Q REPLACE E=XIS it.DOUBLE 4- YELLOW CONSTRUCTION) RIGHT OF ENTRY CENTER LINES (SEE S rORMWATER PL .At. PROTEC T PIPE DURING . i GRAVEL DRIVEWAY PLACEMEt,; - (SEE TYP SECT AND GRADING PLANS: POWER POLE • -IW, . 4 (MATCH EXISTING) KEYMAP 4500 PVI PVI STA 99+86 30 PVI STA 104+11 58 EL 4488 08 PVI EL 4480 64 K 193 00 K 157 00 nORIZ 1" = 100 LVC 43439 LVC 29047 VERT ' - 10' 4500 LOW PT STA 105+4j1 10 ' LEGEND 8 0 N M � LOW' 1} EL 4480 78 REMOVE EXISTING ASPkA tr 449$e� a co ;$ 4495 �j et a n 4 w o II >ii UJ pp W > ¢ > a MILLING AREA 4498 ; at Hi i I VP D. �'--+�_--- EXIST NG GROUND o O . 0 4490 _ .4 TYPE I DELINEATOR 4485 -,{ _ � I rr=s- •4485 ill n.PE In DELINEATOR Ma 4480--------^----+----+---- 4480 4475 I F#ARABOLIC LINE EXTENSION ' CURVE I 1 ST O M NOTE :: - T AT16 OFFSET FROM E in V tp m R $ m p ^ O 8 �p N 7i (Dn � �p r p e. 4475 CALL UTILITY NOTIFICATION CENTEROFCOLORADO W U11 W a n�T1I1 V II o W DROP=44E EX=4482 1 II a W 1 11 W ,(1 �} II (JU W I d II cc W a I II a W a llI Q LL II CC W a jjI a ` CC W a jjjjl ij. 1 xiJ a 1 11 a jjI a II in a g 11 2 a II a f1 a 11 W a jj1 a 11 Wcf n I d. II W a 111 S I.L `1 W a jjI1 a ;co a rir 11 WCr a fI g ab I )1,c0 a 4 VW 1j1 II W 11 Q W a 1 Pil a CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG GRADE OR EXCAVATE 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+00 111+00 112+00 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR PLAN 87 & - US 34 TO CR PROFILE (SHEET 46.5 8) Project No./Code Creation Date 12J11/2017 initials DT a:e ^e is - R • ' PUBLIC WORKS DEPARTMENT 1111 H STREET PO BOX 758 GREELEY CO 80632-0758 FHAONE X((90)) 6497 9 No Revisions Last Meddad Dale. 12/1112017 Initials DT Full Pat Nt-ACTIVE PROJECTSVCRE7-SH34-CR4/ICATPLAN SHEE'5 Revised .iesi her 7AFF 9 ;R-41 Drawing File Name WCR87_P&P - 2 DWG 2etatier D T RAFF Voltl ,eet '. r.•cer 9 of 110 AutoCAD Version 2017 Scale AS NOTED Units: Engisn Sheet Subset - . ,. p Q Cr) EXSTING '756 �.Nco, ROW El ASPHALT (SEE DRIVEWAY ATTING` DRIVE'AY PLANS) al ~O r -r 0 O D2WCR87 w V . ♦ c+ r. r, v .SEE TYP SECT AND GRADING id GRAVEL DRNEWA T., r. • e i OF ENTRYw: b 4, Zw S TELEPHONE sl f. PEDESTAL RO*- %0.w N m to co 7 Et r R P, ,_ Zlu 1 "I ' 14 -, t CTB PROCESS) t' 44,5'1N 720 r •R0B---- I —ir -- .R01w--r---PON WS" — RON —+— ROW -- WWI R .. , —+ Res► sow 0 4Jeh MOW WS Y flaw RCW---•-- R(iN =: 1'15.110 - ''7-00 ' '19140 120.00 •1•.I. '2300 •24.00 '2g.00 i— 60 114.00 ''5•CO I I ''1:4=00 I I - -i -� 1 I { I I I { 22.00 I I I { CO I I I I I W i y/ it -=i --). 2 1' WHITE EDGE LINE :W:vEz POWERPOLE‘ :::r ChL=50 10' DOUBLE •U YELLOW • CENTER LINES M.. 1 4 11 ,, f,r KLYNIAP • PVI STA 115.10 13 PVI STA 120+22 91 PVI EL 4481 74 PVI EL 4493 54 K 15700 K 151 00 HORIZ 1' = 100' INC 345 38 LVC 27186 VERT 1' = 10' 4505 83 ' . 4505 LEGEND I SQ E �� REMOVE EXISTING ASPHALT r a + 4500 ���• 4500 �� $, t 6 torl- -1- t• .�.�.�_4 II > u w i 0 n �' Lu I I 3 50%7 MILLING AREA w „r ,I+t 4- 4-- - - - 4495• _ �. 4495 • - — — — _ _ -vPEIDELINEATOR O 4490 4485 } PARABOLIC LIISIE CURVE EXTEN4ION i � � ,4 - �'' 4 r'' ` ..... • - - EXISTINGG1GROUND tT 041CF T) + - r 4490 4485 VPE III DELINEATOR _ _ -'-'- �`t •r` f --- NOTE INSTAU_ AT NEATON 1e OFFSET FROM 4480 r 4480 rn m a5 8 N n 1 i f�i rD 8 O V V .- O A t0 s- w l 0 P eD P gi W r A N m �e ap m 8 R b Q (N : ALA UTILITY NOTIFICATION CENTER OF COLORADO II x ff x 1 > r r x r " X I r , r r uII HXi7 X w r r w r II >< w w , x w r ff w I X a w 1 H w r a Vi a CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVA - i 1144-00 115+00 116+00 ¶17+00 118+00 119+00 120+00 121+00 122+00 123+00 124+00 125+00 FOR THE MARKING OF UNDERGROUNI MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR PLAN 87 - & PROFILE US 34 TO CR 46.5 (SHEET 9) Project No./Code Crean Date '2/11/2017 dials _•••,T ,!e a 's Initials nn PUBLIC WORKS DEPARTMENT 1111H STREET :o Revisions last Modlf ed Cale 12/11/21017 rows at 1 1I • - �,. il r ''• itrAutoCAO'/ersron POBC1x758 GREELEY CO 80832-0758 PHONE (970) 358.4000 FAX 7(11'i0d-6497 r-ulPal u -.ACTIVE ORCJECTSWVCRII7_SH34CRs11CAU\PIAN- Sill Et; 3evise° Designer 0 TRAFF GR 41 Drawing File Name WCR87_P&P 2 DWG Detaller D `RAFP 7Oid 'sneer -.umber 20 or 11, 2017 Scale AS NOTFD ,ms ['Nish:• Sheet Sunset ceet Subset 'a; Lit,# tf tl;,A O O n O 2, •v m? O w O c O a °g REMOVE AND RESET I TELEPHONE PEDESTAL FIBER OPTIC LINE ;$Y OTHERS) GRAVEL DRIVEWAY ;PROTECT DURING ` (SEE TYP SECT AND GRADING PLANS) CTB PROCESS) ;MATCH EXISTING) FBER OPTIC - CONTRACTOR TO GAIN RIGHT OF ENTRY GRAVEL DRIVEWAY �:; MARKER EXISTING ROW ;SEE TYP SECT AND GRADING PLANS) (MATCH EXISTING) O O POWER POLE CONTRACTOR TO GAIN RIGHT OF ENTRY ib. * o y WCR87 `e ° ' o O O O ÷ ( ti 5 �� m "Wait 'w ----‘4�� ch 7ri-a►•---Rfsw .. -IPGs�-- aQiW'8.-� R�`N Pr RA' RC.Ir w �. '6�3yr'w_:.L 'f w - - w gryjir=lRp�1^—...a._. .._, 0, J' . �?..ip �� ,fir`\'t1 T ..S — . �,lp _Q 4321.41— +00 1r�"q.;,0 30+,p �.3'«b0 '32+00 ':ui�f�6 p I I ♦•i - I f I I I I I I I I I I I I I I I I I I I I I b^ V / .1Iui ~'l--' L.L..1 — py M , icy —�,.. - S31 pQy ty—s =- //--'---- 1R= -T—... __ ^KL�� -.r. �� Ste'' '__-.a "T••_t :y'T�i�.:seT _—k Z , = Q 2 _ / I N00 4r °8 ''0 ' POWER —.— .--YE.Y �-T-- _.y _( _ _ EDGE OF PAVEMENT POIF POWER POLE POWER POLE EDGE OF GRAVEL * '!STALL SPEED \-- ASIA: I SPEFC. 4" NHI7E EDGE LINE ADVISORY SIGN (VV3.5) , f ii , U 1 . Q STA 129+50 00/20 00 R u'®ar 35 :=36330717 SPEED DOUBLE 4' YELLOW CENTERLINES W3-5 E=350.830'1 LIMIT J �7 5 t -n k; Hwy KEYMAP t NTS 4520 PVI STA 128+88 48 PVI STA 132+98 41 PVI STA 137+15.33 PVI EL 4497 86 PVI EL 4501 14 PVI EL 4495 72 K 500 00 K 151 00 K 15700 HORIZ 1•" = 100' LVC 150 21 LVC 317 13 LVC 345 47 VERT 1" = 10' 4520 38 H$JH PT STA 132+80 04 LOW PI STA 137446 73 LEGEND W W m N HIGH PT Et_ 4500 35 S LOW PT EL 449¢ 64 o N 04 REMOVE EXISTING ASPHA 4515 ` — 515 4.-.-.- ........4 o ‘. dt t• `r ii> in M 4n y ` ui MILLING AREA 4510 ( III if J • 4505 - Li O PARABOLIC CURVE I li . TYPE I DELINEATOR -O- - EXISTING II GROUN4 {{{DE ; LINE tA1tNSit.N '- - _ -- ' 1 4505 TYPE III DELINEATOR 4500 PRORJSED GR -�� (TOP OF ASPHA T) 0. __ _' _ ' 4500 NOTE INSTALL DELINEA C---. ---0 _ A7 t6 OFFSET FROM __ c _ 4495 `a ^ �i N __ rQi ^ O w N `� w 8 ^ rn 2? ,� w °�i , ^ si y� to W �i 8 Si n H i3 A g p `r�i g p� O g ^ gi' r N. g N. C rn n {p ^ ^ O1 a �i r- ^ gi f0 a gi 4495 /'. CENTER O COLORADO gg xw CE L o X a '11a O� a ^ o is a w O X a w x a w '� a w O a w a '� a w Or O a w '� a w O a w p ff w E O ii W O a & w O w p w fill w OPI a CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE EXCAVATE FOR THE MAKING OF UNDERGROUND 126+00 127+00 128+00 129+00 130+00 131+00 132+00 133+00 134+00 135+00 136+00 137+00 F MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed VVCR PLAN 87 & PROFILE - U S 34 TO C R 46.5 (SHEET 10) Project No /Code Creation Date: 12/11/2017 .nrtm.s DT Comments sea - -- PUBLIC WORKS DEPARTMENT 1111H STREET N o Revisions Last Moe ed Date: 12/11/2017 nWals DT ? ' . :'': - 9 r P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 =;ll Pall Ai 1 -ACTIVE PRQ)ECTSMNCR87_5Ha4-CR.eICAD1PlAn_SHEET5 Revises Designer D TRAFF ,,R a • Drawing He Name WCR87 P&P - 2 DWG Jetader D TRAFF Vold Sheet Vurnper �f p •1utoCAD Version 2017 Scale AS NOTED Units English Sheet Subset Sheet Subset REMOVE RIGHT TURN FIBER OPTIC MARKER $ AHEAD SIGN TELEPHONE PEDESTAL PC 144+52 05 'N1 FIBER OPTIC LINE 79 I: -8R !o*.. ...„,_V — �. �`� • cil o 9• ,' VI . W1 �A ✓ ii r 4 -8R W ' 4 k i•8L -"-�+ •F INSTALL CHEVRON r'�CO•' _37 37 " $ k ,. m , � OHS 3 9251.: t i 44f R GHTI REMOVE AND RESET N 3Fi4808 ,PR(' iECT DURING CTB PROCESS) TELEPHONE PEDESTAL E 350789 33 ,. � ta5`00 i (BY OTHERS) -- , TELEPHONE �� wIG�~ / J �t1 �!3 r4s 0 Opp, y a .. ' / 145+50 (RIGHT RC 1x16+78 87 145+55 ;LEFT) 5x5 14H}dn 37 146+50 (RICH) 146+55 ;LEFT; 2 5 PEDESTAL .A' 9, \j ° r CATTLE �w _' F*� 'j OFFSET 20 LEFT ., � hb t.t> a3 n4,. �T• 0 1. MPH• \ REMOVE AND 3 p0 RESET BUS STOP ?� GK GUARD SIGNS ` .- F + , I.4 ` 4 ` 49 NU ' /' / \ AHEAD SIGN ',• Rt, ' .-:...4 6 ., .•..,:.:. r1S AI. ,_ 'EEf� \ 'iL .. ^-4 ,:,' p ADVISORY IW13 1P) ;i -'ICIOT sy�� \An400 6 C - .g44+06 04 ?j TO AHEAD SIGN flt 1Rti4.' POWER POLE Pid \ /' L=,Ri #� . '7Sa y!% 4 � o- �` vJ � �,a, k STA 1394.5r 7a! 03 -14'45'38' ,�`� A VE M \ �.:3+'1 a\xi)0 \�.o �1 POWER POLE — tttn � 5a'& Y v • \a y .. 7.� d \� EDGE OF GRAVEL 54 ft PROTECT ChL=205 u8 MAILBOX GRAVEL ORI /EWAY :::GAIN RIGHT OF ENTRY Ict\ ( LN[, w ,5L' rya p (j' :.. .. rc ;•. RC 148+30 21 T ` ET°END OPEN RANGE SIGN \ Nf,O 4744"N (MATCH EXISTING) 0 - ! 21 DOUBLE r YELLOW r r \ ,- 87 .-� / ., N7519.01 F jI ;c✓g 72 A Car .p r CENTER LINES ril y: O� c 9, POWER POLE KEYMAP vaaszr::.a+_.- s PVI STA 137+15 33 PVI STA 140+78 34 PVI ST A 144+14 54 PVI EL 4495 72 PVI EL 4498 99 PVI EL 4494 95 K 157 00 K 151 00 K 157 00 LVC 345 47 LVC 317 19 LVC 188 46 -ICRIL ' - 'UU' VERT 1'. r 10' 4515 4515 I HIGH in- sra ,4D+5566 ` z $ z Pvp �Ivl STA 15o+j11 EL 4as� 34 s5 LEGEND m 8 o 8 HIGH PT EL 4498 17 o�i $ < ≥ $ U U `f , `8, c U 8 U j LVCt 198 �9 61 00 REMOVE EXISTING ASPNAL' > Ir ++r— =ua -. ac 1 451 Q °� T — ,`� fa — CC « Li n W 71 u W A „ ',�„ { J I q _ II u={ Q .- 1y1' n § -: W > > tu W 7 q _1 U) t� -J W > LU0. Till > LLt > �7 2 MILLING AREA at IWIJI ` J W LL 1u i a' J u i J SY t 1i J lal-M Of - z mn (p4 O.i '�� ]I QC / e VS/Se 450 w' IJj{>t«` P~fiRABOLIC 1 LINE EXTENSION iCURVE I I _ _ _ ) W I ? t? o W I «- -1 LEND FUI fi I Q 4 LEV= 449 W O 3 OI 4500 TYPE I DELINEATOR 4500 Orin } _.. TYPE III DELINEATOR T ------......„__;1201 I I I I LLL --'+----- 4495 €TINGGRCUND(T OF ASPHALT) - « BEGIN PULL - --t- SUPER r2 60%) --4495 i BEGIN NORMAL CROWN 4490 NOTE INSTALL DELINEATORS AT 16' OFFSET FROM t 4490 cn A ^ 1_ t0 $ O n 0 V N r 8 1, rn ^ 4 a) Iei S 07 g Imo., m Of 8 ^ 01 S V 01 �,' D' v cr v S n 4 8 es) S ,a g r $', N g 8, a OI a) $ !� pj Oa $ a s CALL UTILITYNOTIFRCATION CENTER OF COLORADO sO I) w 1 II w 'ROP= 44f EX=4497 1 a iz a 4 ,( II A a QQ^se dI 11 ,t 1�. W n 4 II w a & v a II w W V II O A , 4 a wce a 4 v II w a ii 0_ a W o & 4 „ O w v• & II O w a a QQ II w a 1 w a g 0 w Qg Q .t Q '+ lI Cr w a I W I4I W a ; O I W I, et X a it a O W a_ CC a 2 -- 'I CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE vOU DIG GRADE, OR EXCAVA7.. 139+00 140+00 141+00 142+00 143+00 144+00 145+00 146+00 147+00 148+00 149+00 150+00 FOR THE MARKING OF UNDERGROUNI- MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR PLAN & PROFILE (SHEET 46.5 1 1) Project No /Code Comments Creation Date 12/11/2017 initials : - -^, PUBLIC WORKS DEPARTMENT 1111 H STREET No Renter s Last Moe ee Date: 12/11/2017 tret els DT A �I & P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304.6497 Revlsea Designer D TRAFF OR 4, =4 Pa:h M‘-aCrivE PROJECTSYNCRe7 4431%CRa/ICADIPLMI_SHEETS Detatter D TRAFF DrawingI h Name NCR87_P&P - 2 DWG Sheet Number 22 of 11C /aid Sheet Subset sr,eet s::oset AutoCAD Version 2017 Scale AS NOTED Units: Engish GRAVEL DR,VEWA- ;SEE TYP SECT AND GRADING PLANS (MATCH EXISTING; A 43 PVI STA 150+11 34 PVI EL 4494 95 K 15100 4515 LVC 196 89 a) 4510 4501 4500 4495 REVERSE CR 4490 -J L LI CC O z U w > Ct _1 -1 fir 1 2 X W CIr.+ MATCH EXISTING CATTLE GUARD (FIELD VERIFY) 'BNC) 153+57 31= 'SEE CROSS -SECTIONS, 3F5 171+54 227 =142' =32'4252' 'Sr 7 L- 140 3.1. ROW— " Row Row ROW — 0 EFS ?52+43 36— RC '5' *01 93 GRAVEL DRIVEWAY SEE DRIVEWAY PLANS( (MATCH EXIS'TiMG) CONTRACTOR TO GAIN RIGHT OF ENTRY n s3+ f- 1 ROW —,l ROw GRAVEL DRIVEWAY ;SEETYP SECT AND GRADING PLANS; (MATCH EX STING! w v O RC* WCR Row, f_ '35.110 I ROW.-----_ =145 06 R=3000 00' =r46.13- 0tiB=570 151(31"E CnL=1,15 04 '.c -AL_ SPEED 5n',- .v1111; tO1 _.. c=351 601.5' PVI STA 153+63 60 PVI EL 4490 36 K 136 00 LVC 396 42 2ROP=4493 79 EX=4493 10 151+00 a 4 W J u( BEGIN FULL S (4.00N) REVERSE C LOW PT STA '53+42 72 LOW Pt EL 4491 79 I'ROPOSEG GRADE (TOP OF ASPHALT) ses =:1'_.4 E 119_9 w n r" w a J EXIS1NG GROUND PROP=4493 14 X W PROP=4492 53 EX=4491 49 PROP= 4492 10 of W PROP= 4491 85 EX= 4491 53 PROP=4491 79 X W PROP= 4491 91 X W 152+00 153+00 154+00 PROP=4492 21 a W O EX=4492.93 PROP=4493 37 0 .G 4 W STA 5e+, Pi=36', z .151 i1 SPEED LIMIT 35 EDGE OF PAVEMENT EDGE OF GRAVEL 25 MPH IL R2-' INSTALL PAVEME BEGINS SIGN (W8-3) STA 155+42.05r20'L 4" WHITE ED UNE N=365,009 87 E=351 828 93 DOUBL: 4" YELLOW CEN R LINES CATTLE GUARD SIGN RUIN' ROW -- - ROM 156.97 I-IORIZ 1" = 100' VERT 1' = 10' N- a 4 a 155+00 156+00 161% PROP=4494 97 ROW--- ROW 4515 4510 r7 505 w 4500 4495 4490 32 'INSTALL SPEED ADVISORY SIGN ;M3 -5A; 500 BEYOND SPEED LMIT AND OFFSET 20' LEFT OF (ENTERI. NE ROW NOW Row Raw sca' -- -. ROW -- END OF CONSTRUCTION =;1D PAVEMENT '.'ATCH EXISTING (FIF, D VERIFY) -: 5:7). 'n.:1 ... CAL BEF FOR n sK -W'+'4 KEYMAP NTS 1, LEGEND REMOVE EXISTING ASPHALT MILLING AREA `VIE I DELINEATOR 0 -YPE III DELINEATOR "OOO" NOTE INSTALL DELINEATORS AT 16' OFFSET FROM CALL UTILITY NOTIFICATION CENTER OF COLORADO OR L 2 -BUSINESS DAYS IN ADVANCE E YOU DIG. GRADE OR EXCAVATE THE MARKING OF UNDERGROUND MEMBER UTIL 'TIES Computer File Information Creation Date 12/11/2017 - >a's Last Modlf ed Date: 12/110017 �'Ltia Is DT rUi Pat' 4t -ACTIVE PROJECT SWCCRe7_SH34-CR4e1CADtPLAN_SHFF Dramng F le Name WCR87_P8P - 2 DWG AutoCAD Version 2017 Scale AS NOTED Units : Osn Index of Revisions Comments ;nluais WELD COUNTY As Constructed PUBLIC WORKS DEPARTMENT 1111H STREET P 0 BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 rAX 9701304.6497 No Revislors WCR87-US34TOCR46.5 PLAN & PROFILE (SHEET 12) Project No /Code Rev sea es:gner TRAFF v o,d Jeta,;er , TRAFF 3R -4 - Sheet Subset -,' eet Number )3 ul '10 STORM ','.. atti of i. (PROTECT PIPE 1.. olit.a1 OUR:DIG CTES t.L 147=/.to ( pt.A�.t/.4Er,T., :TA: 10•}1,00 '1.37/.'3814 ASPHALT •-1,Sr)re a) R SEE rrP SECT ) s : < - 4 07f . .66,0.34• r4 9d 59'54• E r2ALL4)44-c:, 347 52-00 U1: -6B '9` 51.354,244,45 ,! u 2Ar:1 V4350.078.BT c ?'•1t 66 • 5OA77a; - �' NV( 475 .1RnlEWAV WI Ira, 38•;5 .9 4•]54 :34 16 .:•)5035_8) ROW net I L t3 '"Rv :. :G �D•'7iPE iptIRINfr C;TB B et [:ACF. n1E�IT; t . ,Ai -,..2 . TB ., A�D:.r '-_ A- •-• P S E ; p K \ Vt y .4 'I.,.,.1 rr!f.:I /;.3e ,ts ;c i•f!.(.4' +We rt -�B•:f3'5355F rn L-5689 '•A t0.H1C0 354 i13 1 XII 38 r .. 3.44 •a%,�: • ,1 04', .1 :L 1174.22 1 751 4.+VT15ai3Tit -20itd 1 E 35100844CTB!JNE)EP. r'a 194 : 3.99 rt l�f 2 ".nL 11 sir c Lt OM 9' r , 11 .47-1 _L. 5.d"' ENO 157r A;' F. - • .151 / .: �-'C !0•%30 V=354:/' S! '.• -. - ':35473?75 E.S1 '0917 _-,: :;' . E 351oee e9 - c„..----,� '� v ' 1 — J ROt '— RON -'- Q316'30'R G/,pO,ar� N ^••K)!41>t ""� St 9y ...row :Sr.: 17 S " t1 l s?P.•S �J 140.0 ^'3—H/0 -+ O . ''a- _ `5+ ',Botts r. r1c 4,)54.131t •••.... ROM— �_ ( 8 '> .. " ^ E.35116745 RV* ROW t) _. RJet— t., w` — 3-14/0 -- Sr /0 ' N 0) __ / -. — - - _ r N ENOCIAAVEI STA 11.1900 j 4054 :34 40 _ ,. + � -- — i-� _ t 1+75 'c+350 673 45 •_ t.; t OU - — I ,j tar1!:'O ..->r.t� ,,-,- I1 -"400 *D O `� ( 21)t4 2691l13iE 453- •'40.F E 35113SYS Ali -S, Yr.'', • 1 t— - - n:s4,r�,�9 \ ti .. _ •o� — ROMP ROW— ROW 1' 149]"�!'f7E N 354 232. 18 t) tv.15i•!155f lit y'_ `ter A h ♦ 3 3 a � A 3 Y ` {I. ;4-0 L• l 8.510 0" 2019' 8.440.00' R450000' ct 1478.16. estir 1'0'/�1d •S�N64�'3351'E C-16. .09. 3. *OM 11/A3 ')111144.1 11B•gK'SS' I re n6•Hid .54_ �h6•GOB+164• i't� E .n.�'xJ 5]' CAL•243a EL 44T•S4 CNL.le13. 011M756' �c r :•l0. OS !h IS& 1.29.02 '1/6433 QOM' Roil his t".4 214:4 ROW `-•~-140 a5a•latt r1 y.121 Sri .T4 00 •1.3S4 . t4 E=150.)449 OMITS 'o559W E - .:011 Sid 5656'W -• 0000 ,•:5 ;1 4.50 Kt .1171+• r:hB.I446 490SW ,•hl•A833' • Y/1 ")1x7,)1 .L 44912n I - I 1 }I ! I • clp n 4 Q lY I 11 le •''.a ' ' 43542339: 14.3-'+"5'≥ c.,51 Wilt C 151^1753 E- IS t,:u•!:5 L: u7f�52 NS8-5%ST'E t'. 4414.5? I o 7 I - CI 1.91 01 t0.6S• uµ• 00. 4.01.31051 CAS•NiJ'4Y09'E till 411P. -WY •4 51 Is F-151 n}: tc lir `l ` " v t KEY�AAP �. 1` -.-ar.- WCR 42.5 INTERSECTION 4490 •ORIt 1" = 50' (W) yERT ,' =5 4490 WCR 4490 HOR1Z • 1 42.5 INTERSECTION (E) VERT • = 5 4490 PVI STA 10F93 PVI EL 4418 K 583 LVC 25100 75 63 0 PVI PVI STA EI. li V 11.04 91 4477 73 884 25 JO 4485 8 0 -- & ry - - - - 4485 r 448 .7 c + W W n V Low irr LOW P11 STA 11 EL 441 —-� I.11 54 7 82 4485 STA 10+00 00b. EL=4480 50 4480 rn 200 w 2 00%PROPOSE r !_ is > TOP OF A S 1/ W 3 GR : ALT • — co ELEV= 447 1 t END GRAVEL STA 11+7000 ELc4476 17 4480 448O Q".J.� v3 ^2 w 200% O j� ELEV- 447E . '- ≥ W PROPOSED GRADE (TOP OF ASPHALT) 4480 PVI STA 10+2500 PVI EL 4480 00 K 346_ LVC 10 00 n � ---- •t ° �i7\ - _ _ J m . Q ii � w I 0 ° r- _..... 1 2 ENO G STA 1 7AVEL PVI STA 10+27 95 PVI EL 479 89 K 1258 LVC 1000 VPC= 10+22 95 4475 'R.,: STOR a EXISTING GROUND M ENO ASPHALT STA 11+14 EL=447782 / EL=442 J 08 00 +1900 7 85 4475 VPG 10+20.00 STORM ELEV= 4480 10 VPT= 10+30 CO 4475 EXIST�VG GROUND -�' ELEV= 4479 76 HIGH PT STA 10+2000 HIGH PT EL 4480 10 C° P% K Wit t X W a. m m ° c; , X W el to m , X a. W o_ PROP=4476 29 EX=4476 1 4475 vet} SEFORE =OR CALL UTILITY NOTIFICATION CENTER OF COLORADO 2 -BUSINESS DAYS M ADVANCE YOU DIG. GRADE OR EXCAVATE THE MARKING ELEV= 4479 99 VPT= 10+32 95 ELEV= 4479 75 v HIGH PT STA 10+22 95 HIGH PT EL 4479 99IS W co) Q' cr a N. a ^ ^ � 4 w °^° ^ , X W Y 4� OF UNOERGROUNO 10+00 10+50 11+00 11+50 11+75 MEMBER UTILITIES 10+00 10+50 11+00 11+50 Computer File Information index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 DRIVEWAYS - WCR TO CR 46.5 42 5 Project No 'Code C�oaiDate 12/11/201 - 3, ;omr�7eris rube Is - PUBLIC V11OriKS DEPART ME'.' 11114 STREET PG BOX 756 GREELEY CO 80632.0758 PHONE (970) 3564000 FAX (970) 304.6497 - '2e"'s " '' L W Wort ea Dale: 12/11.Q01' nI a•s .. 't4Patt M1-ACTVEPROJECTS%4CR61-9134•CRt6CAD%PLAs S"EETS SeU Designer 0 TRAFF ;hi :' Orawlrg E e Name WCRB7_DRIVEWAYS DWGJiffy, Detatler 0 TRAFF greet .taper 24 AutoCAD `Jerson 2017 Stale AS NOTED Jn:s =r,S1 Sreet Subset Sr•eet Sunset ... TM 'vr ER ASP A_' ° 5££ ^�P SECT; I7'7j Ns4w132: 3 :. ♦•35' 465'6 O / Z_ 3w . x•. C _ _ - 1 ttic O 1 l y i W S PT 10.5560 �: -J.•:- 1 :'. - --5++'eu s s ..T20;313., Y ♦. ,. : ;1 tt i aa// \ // --- / r a I U -.. ,< = :- .•I ._ ) �? , 1-T _ EI. MS890 ENC ASPNtif.T .4�p4�� .• a . .r. .. o _`E-1:31550?I���FCCi '.r✓; 11 :IC?at rAtitAAY e•3wn W.' 4' ..•:iN t .Ltd .-.R 7.- IAA ,. y A no38% --• 'Cr s tY -A - _ �,d t9 :• 4- O rrr 0004+a €.111) a + I r I ETA 10.1400 1 ,41.. .. 1 /•_ 4�p� F..350 ee+36 . \� .rI ;n :.7%n- Yj _ SEE MVP SEA i •- 0000 .'1 _...r Y. .tO6'3rtY I .'4 K.i ••'i I allail{ � 1T)•• 1 '. - - _ i if ^� i ar i _ :6 0373 :754 a ` W Z1 O�gy - 14 Fb' ma ' -150 L .1?-.1'7"t2•671Ilf I...406.3 - 5' 4>iC400 `��' P 9 '^ rt-sef 1nfl, I01 C. 44.10..77 n r 1 KEYMAP .� - 'ORIZ - .50' WCR 44 INTERSECTION VERT 1•=5 4470 4470 50 DRIVEWAY - STA 110+39.96 Y`R; 5 4490 4490 pvl STA to+31 at> PVI EL 4459 88 K 2087 LVC2500 w 4485 EL=4481 27 'STA 10+1400 1 ul - - 4465 ER A $ :63 ( S?ASPHALT) GRADE STA '6+0000 EL=4460 69 4460 • > 00%VPC= o u w _ 4465 PVI STA 10.77 t t PVI EL 4457 97 K 437 LVC 20 00 10+67 11 ELEV= 4458 39 VPr= 10.8711 PROPOSED GRADE 4485 (TOP OF ASPHALT) PVI STA t0+25 59 � PVI EL 4481 05 K 1248 LVC 1000 VPC= 10+2059 4480 •2 ' 130% -- PVI STA. PVI EL 10+50 61 &sa1 AI STA 10+1400 \ � . `_' 4460 ELEV= 4458 01 LOW PT STA 10+85 W LOW PT EL 4458 01 ELEV= 4481 02 VPT= 10•30 59 ELEV= 4481 11 LOW PT STA 10+20 59 LOW PT EL 4481 02 4475 \ 050% EXISTINGIGROUND K 236 LVC 10 VPC= 1(1.-45 ELEV= 4481 VPT= 10+55 ELEV= 4481 LOW PT LOW PT D0 61 31 61 65 STA 10+45 61 EL 4481 31 4480 EL=4480 41 4455 3 00%� EXISTING GROUND i�'. 38x 4455 V In. V la W - ii ww i 1 e a.X $ w V .- e w if Q' W rS 4475 CALL BEFORE CALy CENTER CEEN UTILITY OF COLORADO 411 2 -BUSINESS DAYS IN ADVANCE YOU DIG. GRADE OR EXCAVATE 10+00 10+50 11+00 11+50 FOR THE NARKING OF UNDERGROUND 10+00 10+50 11+00 11+50 MEMBER CU;'=S Computer File Information Index of Revisions WELD COUNTY As Constructed WCR DRIVEWAYS 87 - US 34 - WCR 44 TO CR & STA 46.5 110+40 Project No /Code Creation Date '2111/2017 nitsats D' ....+,..., . ^30 Rev s, =rs Last Moof ea Dais 12/11,2017 intrats DT -'.,3&.C WORKS DEPARTMENT 111tH ciFat MI -ACTIVE IMIWECTS1NCRa7 SI34C1141KAD%PLA14_sHFe'? STREET Rev:sea Designer .) WRAF: -, .t. Drawng P43 Nrne WCR87 DRIVEWAYS DWG GREELEOCOX80632-Q758 PHONE (970)358.4000 Detaner RAF : o c7 �utoC1D'Jtnsa FAX (970) 304.6497 Sheet SuOSet ._'+'!•' G_CSE• 201? Soo *NOTED 'inn Englsr _ i .. -7Pzs'5a ...H 42'.15'1 0C �'a'''• EL.I18.9ti, END A:.:EAll ;rA 10.3000 "I•J0; iR:: J ..,50 797‘.11 t ; ��' ` I .. o + �' \ STA :10 DRt,“.• S1A ' It? 5.01 4.10: It? 59 €.wn 41— - • r=1 55 038 Ia EaON 51 I48M c:74.4G•14 00 4-565 U_5.a •-)51518'6 *0W /� W -' .y - , >. N. 14U� A•Ya5 OJOS% . .•la.. EL444ikr 6,1 F s„, 6 _.R4'll J • R4Mt� ` . - 1A9 P. �i Ii CTL3 UNDER ASPHALT f1. R:- :: ^.P SECT eL N W SSN' :'; ^80wP .,.3180 4.2500 I 72'Z6'SJ• C20.419 54' 0034436'LST^N 61 iki c '350415_52 at aadJ.?0 0.00 pp 'J 1. 1 _ / R•4o 90 -wehf w _ ;; 5� • i : ' $ n 40•M`-+. :)'6 3! t::3 N 5' �0 � - '� it �-V 365003 ' :Al 1Y41' N'E• �Ly5 .. E 351012 79 Ctil.s4 40' •A" h•MS.00p 60 / r•'StP31RT / EL u97 !6 Y•h} 43' �/ i ;7.414 tl �1uJ.-, 14.56:, ?:V705 ,S,µ I, E• 35' ' ) RR JI - 1, - S fEr420 GRA•df.c. ra 10.19 50 /iellft r e 151 7?; 88 11) isk/ler 1 _ Sr 1 ' KEYMAP 1 z-• 4500 DRIVEWAY STA 148+00.47 4500 4 DRIVEWAY - STA 118+25.67 4495 4495 STA 10114 EL 4488 -1 30% oo '2 4490 STA t0+00 00 EL 4494 95 4495 STA 10+14 EL=444 PROPOSED / lit") � 60 00 59 GRADE WI STA 10+34 71 �KV1 EL 4493 12 K102 LVC 8 0 71 VPO= 10+30 ELEV= 449143 4495 VPT= 10+38 71 4490 STA 10+00 00 EL=448900 4485 - - 'PROPOSED Ap."'"-r . ae GRADE (TOP OF ASPHALT) END ASPHALT STA 10+30 00 EL=4488 51 4485 490% PVI STA 10+18 73 PVJ EL 4494 36 ,)• 0 134E ELEV= 4493 13 LOW PT STA 10+38 LOW PT EL 4493 33 v' 4490 K 1 79 LVC 500 VPC= 10+1623 ELEV= 4494 48 VPT• 10+21 23 ELEV= 4494 15 HFGH PT STA 10+16 23 NIGH PT EL 4494 48 4485 EXISTII%IG 1 , GROUND 4490 4485 EXISTING GROUND - 4480 4480 et) ni w 8 n w AI II w I Ng CALL UTILRY NOTIFICATION cN rr-R O 'Ot ORADO X w II W 11 w g CALL BEFORE FOR c.1........ 2 -BUSINESS YOU DIG. THE 813 DAYS GRADE 'N ADVANC , OR EXCAVA • MARKING OF UNDERGROUr• (]+00 10+50 +00 MFMBER UTILITIES 10+00 10+50 ii +00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO DRIVEWAYS - STA 118+26 CR 46.5 & 148+00 Project No./Code Date •""rr'5 ... ,•a0on Date 12/11/2017 ti.tats a!s tap . , _ 0UBLIC V CRKS DEPARTMENT n 11 H STREET P O BOX 758 GREELEY DO 80632-0758 PHONE (970) 358-4000 �Ax (970) 3046497 No Revsaors Last MMod,fel Date. 12/11!2017 initials ReY'setl es '!'Cr GAFF �' i 41 7'A a a7, U% -ACTIVE >ROJECTSYYCR•1_913 CARICAODLAh_ SNEE TS ?evader ) TRAFF Drawing File Nerve INCR87_DRIVEWAYS DWG ,heet Numoer 26 of Void irleet Subset Sheet Subset •AutoCAD Versor 2017 Scale' 'S NOTED Jetng1y, Jets E - •� _ ROW -- - SOW--._--. _ 57A 1011.400 GRNEWAV N•' '907. 1' STA 152.8001 €•151 N4305,111.01 35* a9033 .1^N ) It ROte ----+ .. _ 'OHM .-, _ Ue rJ 467 •.ws� ar . 151 a,.As �tl .4 / JJJ S '746(777- E �� .� M]213 0+)`J '5.4S N•3AS we 19— E'41t5 u�D�50�0 PC 10.14 U v 30:^_97.40 : Woe 81 +.-3G5'.Y):70 '-351 497 44 5i.Ur SI - • •:7'7 .• .6.6•453 44 \ p� E.,5148$:) L•ll Is 'W *6 '.'I.' .4127•53' le - --- .r,I VN 31 ` ty _ --_ \ ��I --• "i1� t •4.4 Ilk � • I ♦ la ,n°7 Ni f,•131 CO •a'_ - ``0+.9'. •: 4 .-`�.) -. �e` ENO GRAVE: •1. )65 •)74 :i AI; STA W444 S0+ '•)51.•1 Kt -54 N•365 071 ./ rl 449:53 •� `` E•35/ 497 74 1 1 i _ tgZ.pp l T �t�s�o :48+1.5Y: MrVi in•:9 KEYMAP NOT+1CAT10N OF -Ot 4 ORAO° 4500 4495 1 4490 PVI STA 10.1798 PVI a 4491 57 K 222 LVC 500 4485 vPc= t0+t5 ELEV= JPT= 10+20 46 ELEV= 4491 60 LJi PT STA 10+17 70 LOW PT EL 4491 56 1U 8 a i- m LAI DRIVEWAY - STA 152+89.61 4500 4495 PROPOSED GRADE (TOP CF GRAVEL) 4490 CALL BEFORE FOR . UTRrTY ^.. .;ENTER analog=— EL=449189 ' STA 10+1400 EL 449161 --END GRAVEL -2� 5 •" 3351 i - -- 1 25% I (EXISTING -4 GROUND PVI STA 10+31 45 PVI EL 4491 74 L 1 97 LVC 1000 VPG= 10+26 45 ELEV= 4491 68 VPT= 10+36 45 4485 ELEv= 4492 05 LOW PT STA 10+26 45 LOW PT EL 4491 68 a • I X Ill i( w 811if Erar.r 2 -BUSINESS DAYS IN ADVANCE YOU DIG. GRADE OR EXCAVATE THE MARKING OF UNDERGROUND MEMBERUTK•tIES UIJ 10+50 11+()0 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO DRIVEWAYS - STA CR 46 5 Project No./Code Creator Date '2111/2C' ' 5 s DI Comments J..o.c.1�ORKs%.'tr'ARTAAE.".' PO �x 75e *fin711tH STREET G REELEY CO 80632.0758 PHONE ) 7 9 ._ •.t.>rs.ons 152+90 Last Moored Date . 12/11f201: nita,s DT %u1Pa:h MI-ACTNE PROJECTSWCM7 91]4-CREBCAUhPtAN_SNEETS "' RS 2r L RA F GR.4 Ores' File Name WCR87 DRIVEWAYS DWG Detwier 0 TRAFF s ---Beet Number 27 d 110 autoCAO Versa, 2017 Sate AS NOTED UMs EngSl -Meet Sunset Sheet Sunset i! '5+00 I- - I a * A O CONTRACTOR TO PROTECT EXISTING VEGETATION OUTSIDE OF WORK LIMITS .' (*ye _ ROW ROW RC ROW ROW RC -- ROW ROW Row 4OW ROW ROW — ROW 46+0 it '1 A. Roi„T!?i_...4,3Ar---,tdfr;Rg11t — carr, fiat_ .04,0w -kO#- . -r va..—wrfit vis,.— -ACtli .e"t---ROW. Op---vnip s BEGItJ - XONSTRUC T IQN BEGIN 2'AVEMENT iAW :t-tTFiXiSTtNG HMA MACH EXISt:NG (FIELD VERIFY) STA 14+90 00 N'=351851 56 Er:35103x4 51 Computer File Information Index of Revisions C eaDon Date '2/11;20' n:ha.s Last Uodae4 Date 12/11/2017 • nitiais iT r4 Fat M1-ACTNE oR0JECTSWJCRe7_SH34-CR4aPCAo\PI AN -SHEETS Drawn; File Name ✓VCR87_GRAD DWG 111oCAD Verson 2017 Scale AS NOTED Unrts English 'Corrine his WELD COUNTY PUBL IC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 3046497 O As Constructed No Rev's:ons fev'sea 50 100 Feet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 1) Designer D TRAFF Delader D TRAFF Sneet Suoset SP;eet Suoset r m lr HWv '4 KEYf../AP f I LEGEND EXIST ING CONTOURS PROPOSED CONTOURS - 4 Project No /Code GR-41 Sheet Number 28 of 110 GRAVEL DRIVEWAY IMATCH EXISTING) (FIELD VERIFY) ROW -- ROW ROW Computer File Information Creation Date 2/l1 /201 rnrt:ais Last Modifed Date 12/11/2017 .nitrais DT Ful Pat 141 -ACTIVE PROJECTSIWCRel SH34CR4fCAD\PLAN SHEETS Drawing File Name WCR87 GRAD DWG AutoCAO Version 2017 Scale AS NOTED Units. English Index of Revisions N=152.^2e-4e L*20 57 R*:5 00" -.47DTSs• ChB*52Sv5'247.V ChLtt999 LL 44w -so N=3Sl.,+e. 9 E-15. C45 -i6 EL N42'3 LQ9 52 �1..r6S S34.62/ R*25'X' c i,°.l.r ChLri9 94 £i 44 1 ry: 452 5r:6:15 C. fy .V},fI WELD COUNTY PUBL LC WORKS DEPARTMENT 1111 H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE `970) 356.4000 FAX ;970) 304-6497 REMOVE AND RESET FENCE TO ROW LINE As Constructed No Revisions 100 —�— Feet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 2) LEGEND EXISTING CONTOURS PROPOSED CONTOURS - 4910 _ Project No /Code Revisal Vod Sheet Subset 3R-41 Sheet Sunset -7reet Number 29 of 110 Computer File Information Index of Revisions WELD COUNTY t.-445250 N-152,929,11 E-350.990.61 3.06 R=25 Cd .5nne 2r 40&=N 30'18 01-W "1.1=22 _5' LL 142051; N_.:.1 9!•4.4; O J:11,re:- '0 00' O ROW ROr GRAVEL DRIVEWAY (MATCH EXISTING) (FIELD VERIFY) Fi 4180.74 152.949, i' •t50.99O..Q L=23 56 R-25 00' -649Co6' C$8=N27'59'01'E (:01.22 03. f1 4490.30 5352 369,1 E*151 900.97 ROW ROW ROW -Y --Y REMOVE AND RESET FENCE TO ROW LINE - ROROw ROW - ROW ROW ROW ROW ROW ROW ROW ..••••-ef —:4 ... _. Y _.. -ttdAl• n Ir--A--r- tl =-- 11W--- *my' Creation Date- 12/11/2017 Initials DT last Moored Date. 12/11/2017 ro tials DT rue Pah M 1-ACnvE PRO.IECTSWYCR87_SH3a-CR4SCA01PLAN_SHEETS Drawrg cite' Jame VI.CR87_GRAD DWG AuloCAO Version 2017 Scale AS NOTED Units Englis- _. 0 GRAVEL DRIVEWAY (MATCH EXISr'NG, (FIELD VERIFY; cL use.at N- '5 4)7 69 F-15107'),9? -•21 53 •'_5 Cb .4Y'21'1Y M0•524 3710'V. 01-:79] EL. 1488.12. :,- 351 410.?N 50 100 Feet comments As Constructed PUBLIC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356.4000 FAX ((70) 304-6497 No Revisions WCR87-US34TOCR46.5 GRADING PLAN (SHEET 3) HWY 14 KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS - 4910 - Project No./Code Revised Void Designer TRAFF Dealer D TRAFF Sheet Sudsy Sheet Suoset ,;R-41 Sheet Number/ of 1 Creation Date 1 2111/20 initials DT -t. nexrar (- ea�1 F-131 015.98 54:0 10 i7 -ett0'5t" r 3..:44 40 i,6F Computer File Information Last Modeled Date: 12/11/2017 initials DT FtA Path M1-ACtIVE PROJECTSWCR87 SH34-CR48CADWtAN SHEETS Drawing Fie Name WCR87 GRAD DWG REMOVE AND RESET FENCE TO ROW LINE ROW- Row ;X ti a 'At7MOAt 6 RO.. 4144tH!'=t= *MA'alit,* at" fiCrW Index of Revisions I1 53 .i000 -497751. CRa-S•C 35iC'E 10114,1098' GRAVEL OR!VEWAY :MATCH EXISTING) /FIELD VERIFY) ROW ROW ROW 1 R * ROW ROW EL 448723 M=353.837.9' F-351 074.50 WELD COUNTY 8 Fi 4F88.35 W153911.10 F-7151 019,50 tL 4485.434 h•353 971.67 L=J5' 011.46 L=1802 RCS 00 04',74• Cb8=5_2 23'30"N CnL•1783' GRAVEL DRIVEWAY (MATCH EXISTING) (FIELD VERIFY) PUBLIC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX :970)304-6497 EL4484.45 x-353.987.93 F-'151 018.'0 As Constructed No Revisions Revisea '.L N:±.I.15 4-'54,fAl. /4 E -i51 V022 EL' 4483.45 N=354,02/.93 L•35" 017.48 189 RCS 0(7 -.31170'50. ChB•S!6 07 On Cn;=<5 49 100 Feet 0 O O 0 1` co H J H- cQ WCR87-US34TOCR46.5 GRADING PLAN (SHEET 4) Jeslgner D TRAFF Deta der D TRAFF Sheet Subset KEYMAP NTS LEGEND EXISTING CONTOURS PROPOSED CONTOURS - 4910 Project No /Code :5R-41 ,heel Number 31 of 1 1 0 O O WCR 42.5 INTERSECTION (SEE DRIVEWAY PLANS) REMOVE AND RESET FENCE ro ROW LINE POW • ROW-- ROW 38+00 _RL1NS.h4-...F h*1=J''r GRADE AND PL ACE RIPRAP TO MATCH PIPE INVERT ELEVEATION (SEE STORMWATER PLANS I 14 2 it 0 7J O \ : 2 Lao 1 � O 1E 0 I 8 8 CONTRACTOR TO PROTECT EXISTING VEGETATION OUTSIDE OF WORK L'MITS PROPOSED ITORM (SEE STORMWATER PLANS) W' - RC* - ROW ROW ROW—.. ROW ROW ?` .�#a __ierAtralt?Aq .. .na.:a—41SW0_F yet s 31 -ZalliCTRAIi3H71:11 PROTECT POWER POLE DURING CONSTRUCTION REMOVE AND RESE r ROAD SIGN ;RRICAPON PIPE (SEE STORMWATER PLANS) 50 100 Feet Computer File Information Creabon Date' 12/11/2017 Initials DT Last Woolf e0 Dale 17J11/2017 Init als DT u1 Pat M}•ACTIVEPRWECTS1WCRe1_SH34-CR4e'CAO\PIAN_SHEETS Drawl Fie Name VvCR87_3RAD DWG Aute-CAD Version 2017 Seale AS NOTED Jets Ergksr Index of Revisions CommeNS WELD COUNTY As Constructed VVORKS STREET PAk I MEN I' P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-40(X) FAX (970) 304.6497 vu .�ev.s,u• s WCR87-US34TOCR46.5 GRADING PLAN (SHEET 5) HWY 14 I KEYMAP ;•5 1 LEGEND EXISTING CONTOUR` PROPOSED CONTOURS — 4910 Project No /Code Revised Void _iesigne: TRAP: Detader D TRAFF Sneet Subset Sheet Subset 3R-41 Number 45.00 ✓ I r 47,00 X- �Jt1k r iir= nl =-wuiwa:F•ricut -ri! 7 - x i seer. AN ~apt.-- eneekorwitoor '21 LA1Fow cavic ---RI'Ike* .. q g .. Computer File Information Creation Date: 12/11/2017 initials DT Last Modred Date: 12/11/2017 Initials DT Full Path ii‘ -ACTIVE PROJECTSWVCRIP SH34.CR4ICADPLAN SHEETS Drawing File Name WCR87_GRAD DWG AutoCAD Version 2017 Scala AS NOTED Units Engish Index of Revisions WELD COUNTY PUBLIC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 -AX (970)304-6497 0 As Constructed No Revisions Revised Void a_�a�aL 50 ��� 100 Feet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 6) Designer J TRAFF Detaller D TRAFF Sheet Subset Sheet Subset i- VY14 1 KEYMAP 1 LEGEND EXISTING CONTOURS :9+_ PROPOSED CONTOURS — 4910 Project No /Code GR-41 Sneet Number 33 of 110 ROW ROW ROW ROW -•••;-- R'9N 5000 -SOW - . 4, �•e ti Computer File Information test Nodded 0a: 12/11/2017 ., gals DT Charing Ft Name WCR87 _GRAD DWG AutoCAD Version 2017 Scale AS NOTED Units Eng►sn 5700 L.4451.54 N•'+)A Sos so tw 51u o, GRAVEL DRIVE WA (MATCH EXISTING' (FIELD VERIFY' -409rle' 1.4:1 :1 4•:e•)4r -4070.14 Che•SZe (.nt.:o ea EL ,t4i9.5 t N-355. %13.?d -15e.)9I GRAVEL DRIVEWAY (MATCH EXISTING) (FIELD VERIFY! Index of Revisions Comments T t �4air 34 4S4 n :•11'4$ 14 i!i5 t•, awns* n3eh.S 3: sYiv Ch 9.21 49• rtuJ - -- ROW u:v4' id 4.4i< -401T0M �nd•::i'56'sfE CM 4:1AZ E u54,t4 .1=355 Si? ei ET150.401,iU .1 $4 C4, rROW n Enter( -17 Li R5 attar _n6W;0'i":4 :nl is 445e.40 P4-155,6.43.65 G- - 5n,A54:J3 WELD COUNTY \,0t - 5 Se '.,.i• 10 6I • 244 00 7-540 -seers :e6,4426 50:3 W :Oil 44 At a ,)B1 IC VVCRKS DEPARTMENT 1111H STREET a O SOX 758 GREELEY (7CO 80632.0758 AX(9 PHONE 0))304--649 ° F y)_ 0145 4 54+O0 0 50 100 Feel As Constructed tevisetl WCR87-US34TOCR465 GRADING PLAN (SHEET 7) Designer D TRAFF Deaner 0 'RAFF Sheet Subset Sreel Subset HWY 14 l KEYMAP NTS LEGEND EXISTING CONTOURS PROPOSED CONTOURS - 4910 Project No /Code GR•41 ireet'sumber 34 of Computer File Information Creation Date 12/11/2017 DT Last Modif ed Date: 12/11/2017 4'S DT GU1 Pet M 1 -ACTIVE PROJECTSWMCRe7 sH34-c34eY: A:'PLAN_;•^^ Dravrg File Name WCR87_GRAD DWG AutoCAD Verson 2017 Scale AS NOTED huts English .5335zs- ftE 54' Row 111•1 30. EL 4458 N-35.6 ?.40 a.: 0 As Constructed No Revisions Index of Revisions :ommerts Initials GRAVEL DRIVEWAY NA Teri EXISTING) IF!ELD VERfFYI EL 4457 7%; t.1158 7? F'.'5:U.1�.Z> sae R,s or -4414012r --„3=Nit -,IipNt - • :._ -.aow — .. Rpytrfr q w., RL - 115. L ' WELD COUNTY PUBLIC VCRKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 90632-0758 PHONE (970) 356-4000 FAX ;970)304-6497 50 100 Feet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 8) Retailer D TRAFF Sheet Subset Sheet Subset to CC r HWY 14 KEYMAP LEGEND EXISTING CONTOURS »1u PROPOSED CONTOURS — 4910 — Project No /Code 3R 41 Sheet Number 35 of 110 Creation Date 12/1./2017 0 IRON O O H00 Computer File Information last Modfeo Date 12/11/2017 rut Path Y% -ACTIVE PROIECTSWCR$? 9t34.CRatCAD\P AN ,MEETS Uawl Fie Marne WCR87_GRAD DWG AutoCAD'/ersion 2017 Scale AS NOTED Units English Index of Revtsions WELD COUNTY '!O Revisions PU9ljC WORKS DEPAR '.tt': tits H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE '970) 356-4000 FAX (970) 304-6497 As Constructed 2evisetl loci WCR 87 - US 34 TO CR 46 5 GRADING PLAN (SHEET 9) Des,g, , TRAFF Deteu • TRAFF Sheet Sheet Subset 1 HWY 14 KEYMAP NTS LEGEND EXISTING CONTOi PROPOSED CONTOURS — 4910 — Project No :Code 3R 4' Sheet Number 36 at 11f' CreaUCP Date initials DT NO WORK ;9+00 oA` E. - . .. a/n-1/H-U o/H . E o/k -E 0/}+ £ -- 0/H -E - - _- o/:; C 014-£ — ROW 90* 4O* — -- 3O* ROW ROM ROW ROW ROW ROW ROW ROW ROW Computer File Information Last ModifeaDate . 2/ -**/2017 initials DT `j Pat N L -ACTIVE PROJECTSWCR87-SN]M-CR4SCCA0\PLAN SHEETS °raging Fite Name WCR87_GRAD DWG AutoCAD Version 2017 Scale AS NOTED Umts Engish Index of Revisions nitials WELD COUNTY 't,t3t. U AORKS LdEPARTMENT 1111 H STREET P O BOX 758 GREELEY CO 80632.0758 PHONE (970) 356-4000 =4X (970) 304-6497 As Constructed No Revisions Revised Void $0 0 O M t - co Z O I— _ `0 CG AM— I Feet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 10) IDesigne, _ 'RAP: DetaIer Sheet Suose Sheet Suoset HWY ' 4 KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS 4910 Project No /Code 3R-4' eet Number 37 of a4n=.6o• fJ O M LU Z J 2 0 Asir BEGIN PAVEMENT CUT EXISTING HMA G (FIELD VERIF r) STA 75.08 80 14:35666 81 E=?.50896 80 PGA'_ _ROW �� Nn NO WORK sou _ r- ROW ALAM �•. f3o -.-f Computer File Information "2017 +c ROt7 ra's Creator Oate Last %area Date A Paj1 'dr-ACTNE PROJECTSWCge/-5113-CRatCAD?➢tAN SHEETS (hang Fie Name WCR87 GRAD DWG AutoC AD 'Jerson 2017 Scale AS NOTED Unas Ergish ROW-- ROW t- --E - A 7.z„isr -350 1r \..E ROW- 50 — R•:; 0a 0)9.7,17 7; .U'w /,hi •23 Sr 76.(10 k f CL ' Uf.t N 15r e94 v: Index of Revisions Dommerfs L. H1/2.a r.- IS/ WO.9 C ?X'S:5.dC NI':R -1 INTERSECPON SEE: DRIVEWAY PLANS) 1 `a ROM 77 .Co ROW I GRAVEL DRIVEWAY !MATCH EXISTING) (FIELD VERIFY) A "'I. T' ROW-- Row Row WELD COUNTY ',AK IC WORKS DEPARTMENT 1111 H STREET P 0 BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 PROPOSED STORM :REPLACE EXISTING) ?SEE.STORMWATER PLANS) 4 As Constructed .;o Revrs+ons gevisea S0 100 Feet WCR87-US34TOCR465 GRADING PLAN (SHEET 11) Sreet HWY 14 KEYMAP S LEGEND EXISTING CONTOURS • PROPOSED CONTOURS — 491 Project No Cr )r• 'heet .^amber 38 of 11C Lt.14(i . t.. 594if de, 'N C -35O aLP.E i4 ,3, 15:8 414,0d KC -4+41.55 rae 4t'` h'`� n: liv A0 " hv3&q4,,;u :ri64(45 91'59'E I1'U34.4e• N(is?7sW"E 82+CC '‘.........c....._ EL A1 :58:-`:0.c- c- iso 05.44 E 0 A -I E —$0 /I-� E E AO* Row ROW ROW ROW --•- F1 ++f.890 !.4.1.51!416,02 Fl 445:.'4 N. 15%! el 1r,.'5 t .38 45 Ra25 00' searne CM. all 77' GRAVEL DRIVEWAY MATCH EXISTING; (FIELD VERIFY CONTRACTOR TO GAIN RIGHT OF ENTRY ROW ROW -- ROW • 834;OO Computer File Information WELD COUNTY Creation Date 12/T' 'Male Last Mooted Date: 12/1/72O17 Initials DT Full Path M1-ACTNEPROJECTSWCRe7 SM34-CR4eICAO1i1AN_sHEET5 Oravi g F* Name ACR87_GRAD DWG AutoCAD Version 2017 Scale AS NOTED Units: English Index of Revisions Gals PUBLIC V1R::IRKS LJrPAi-2' VENT 111tH STREET P O BOX 758 GREELEY CO 90632-0758 RHONE '970) 356-4000 P -AX (970) 304-6497 As Constructed No Revls ohs Revised Vold (In 50 y� 100 Peet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 12) .3estgner D TRAFP Detader D TRA�F Sheet Subset Sheet Subset -WY 14 KEYMAP LEGEND EXISTING CONTOUR: -- PROPOSED CONTOURS - 4910 Project No /Code 3R-4 ^ -,'feet Number 39 of 110 Creator Date 12/11,20 CON TRACTOR ro PROTECT EXISTING VECE rA noN OUTSIDE OF WORK LIMITS O/W E — - 0/44--E - J/Jt-r - C%rF-E-- U -t ROWS-- Riiifr ROW ROW itcp Ste' Computer Flle In formation rut Pais Y hACTNE escusC sescss1 9r14ceacei)PI.AN-SMEETS Orating Fie Mn. WCR87 GRAD DWG index of Revisions GRAVEL. DRIVEWA`! (v!ATr;H EXISTING) (FIELD VERIFY CONTRACTOR IC) CAIN RIGHT Of ENTRY t•st: -ravroL" .re•vr, I. ROW s9,00 WELD COUNTY ••..d.._I .Crin 111 H STREET III P 0 BOX 758 GREELEY CO 80632-0758 PHONE ;970) 356-4000 'X 970)304.6497 PROPOSED ST ;REP) ACE EXI (SEE SroRM'nATER si As Constructed .c, 2ewslo.s WCR 87 - US 34 TO CR 46 5 GRADING PLAN (SHEET 13) Desire. TRAFF Deemer D TRAFF Sheet Subset Sneer Subset LEGEND EXISTING CONTOURS PROPOSED CONTOURS .— 49ip— Project No /Code GR•41 Sheet Number 40 of 1' u Computer File Information WELD COUNTY RCVS Ch&N4 31M/ ' Ft :4473.: t Ch 3.04',• -'4597^,>,!1 5011Y54r.,q -• Wit ROW 93410 ^� o ar..._n �ra_r EG_ __.-10j' _ - Creation Date 12/11/2017 Incas Last Modified Date: 12/11/2017 Inhats OT Full Path M1 -ACTIVE PROJECTSINCRe7 SH34CR4/ICA01PLANSHEETS Oraattg File Name: W1CR87 GRAD DWG AutoCAD Vann. 2017 Scala: AS NOTED Units: Engfah Index of Revisions GRAVEL DRIVEWAY (MArCH EXISTING) ;FIELD VERIFY! CON TRACTOR TO GAIN RIGHT OF ENTRY 4 •1/bar N-358 '-150 a3i [:d EL 441d �2 N-'-5_4.740./5 F- 145,49 EL,.�ir. ,?5 N-159,71141 E=3541 ✓A7'.) =2s 24 �., ra.91 smear E 15').595.1; 718=s:> Yf31'W :n',:4 le N it 54'514E 351 i._ 1477 E-.450 559.:3 -37 40 R=:S 044 staS42.25. ChafrH44.51:45'E Cn1+-1d r,1 REMOVE AND RESE I MAILBOXES 3=:500 = tc;. .eo•4r4r na=Si:'5i'1 E _11x.=21 4A' GRAVEL DRIVEWAY (MATCH EXISTING) (FIELD VERIFY) 'UBLIC WORKS DEPARTMENT 1111 H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE '970) 356-4000 FAX (970)304-8497 0 As Constructed No Revisions Void ROW L- 4ow — Roy. 50 ID° 1 Feet WCR87-US34TOCR46.5 GRADING PLAN (SHEET 14) Sheet Subset CO WY 14 KEYMAP :-s LEGEND EXISTING CONTOURS PROPOSED CONTOURS - 4910 Project No /Code R.4 Sheet Number 41 of 110 Computer File Information Index of Revisions WELD COUNTY ROWS *Vi ' Row' —t rov ROMr ROW-'-- Row's"- ROvd- R0* —`ROW— 1--110,1- 9681" --i*1018—1 ROWS —POW - E ROW —k RON- y---Raw--I- Ifitt Creator 2/11/201 :n,Uak Li I lastrdodf ea Date '2/11/201; �rvba1s DT F A Pat V -ACTNE PROJECT5VYG111/ 94%1-CR.tCAaP;AN S"EE '5 (hays; ilk sure JVCR87GRAD DWG 4utoCAD Jerson 2017 Scala AS NOTED i3 ;;omrnertts I _ ,,r 101,400 ao: PUBL JC WORKS DEPARTMENT 1111H STREET P 0 BOX 758 GREELEY CO 80832-0758 HO E(9730456-4� FAXf 102700- As Constructed -:o Revrsiorts Revised i oia 100 rant U Q WCR87-US34TOCR465 GRADING PLAN (SHEET 15) Sesigre, n Dwane Sneet Subset Sheet Suoset HWY 14 KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURs 49tU — Project No./Code 3R-41 Sheet Number 42 Jr O O O O co O I-i WI J U CQ ROW --, — ROW -- BROW ' RIR 4- RDW SCwRe* ROW ROW —,r ROW ----&Ow RoR —B ROW 11 iii Y'. 111 LL 4480,07 ^124160. E25:52 E -.1h1.86 i9 :.KJ re) R=2.6. 00* .70'42404' aBy837 ' 9'45 W Cry 1.,::8.97' CI 44%1 )4 tl.160 k1?,' 5 E-150ee3.'n 105700 16 ca ho R4wti-x—s3i0w— - ROW1 _ 108 — .. u'tq [fai--30,1V1-- -R0NT, EL + Jel.7J F.150 eE6.4J F't 4476.07 :•YJ 7T N. 1624 tMi+.'', R.25 00' • 15$7 4A4 P15 0.7tY3fli Ch8.SJ9' 31'irE Chi +29 ee' GRAVEL DRIVEWAY (MATCH EXISTING) (FIELD VERIFY) CONTRACTOR TO GAIN RIGHT OF EN TRY %AT' 50 100 1 Fe.' Computer File Information Creation Date- 12/11/2017 Initials DT Last Modited Dale: 12/11/2017 initials DT Full Path Ms -ACTIVE PROJECTSWNCRe7 SM34CR4eCAC%PLAti_SN EFTS oravang File Name WCR87_GRAD DWG Au1oCAD Verson 2017 Scale AS NOTED Units Engish Index of Revisions WELD COUNTY PUBLIC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632.0758 PHONE (970) 356-4000 FAX (970) 3046497 As Constructed No Revisions WCR87-US34TOCR46.5 GRADING PLAN (SHEET 16) KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS —4910— Project No./Code GR-41 Sheet Number 43 of 110 VA1' REMOVE AND RESET MAILBOXES Computer File Information C'eauor Date 12/11/2017 nbala ^T Last `loafed Date12/11/2017 ,rnpals FA Pat Yt-ACTVEPRO/EC?SYYCRi)_91i4CRUICAD'P'.AA _3)t_ -s Oravag File Mn WCR87 GRAD DWG AUNCAD Vers+cn 2017 Scale AS NOTED Umta. Engisr WYf. Q ROW k0'N PROPOSED STORM (REPLACE EXISTING; (SEE STORMWATER PLANS) Index of Revisions GRAVEL ORNEWAY (MATCH EXISTING) (FIELD VERIFvI l023 45 R•:sar sower Mid/)0' Sit))' c (>0,12 00' 1174-00 WELD COUNTY .c R•15 Y, S 4.0;44 sears. - 643 '0 ;jiers;•.iiic ..MB oY< ) 25 .-O-11 ''Li& WORKS DEP'A7 S REEL WENT 11 o O BOX 758 GREELEY CO 80632-0758 '!-ACNE (970) 356-4000 FAX (970) 304-6497 As Constructed Revises 100 - Feet t-IWY 14 KEYMAP LEGEND EXISTING CONTOL PROPOSED CONTOURS — 491 WCR87-US34TOCR465 GRADING PLAN (SHEET 17) Detare! <n. • Sheet Subset Project No !Code 3R 41 Sheet Number 44 of 110 ASPHALT DRIVEWAY (SEE DRIVEWAY PLANS; CONTRACTOR ro PROTECT EXISTING VEGETATION OUTSIDE OF WORK LIMITS n ROW.c RC:ML--r— Wips —IR Ka -7— ROW --et ROWS.- R0114 16rf10 -1 J +dr OAtxylio±,---#6_AO_.. P -C;*, Creation Date 121" .' 317 : 5 Last %deed Date 12111;2017 ba.s '1 at Y1-Ac-IvEPROJEC/5WCM1"9134-CRN'CAo1PIAn_s- E Drawng F+k Name WCR87_GRAD DWG autoCAD Version 2017 Scale AS NOTED 'Jnrts Engish (17700 hi,x c Q2 / ' 118700 4+3214 ! 362 461.11 :=i5e $3-93 •:a:e R.ts;i cna•S45 E Cn L•Jt 30 sa_.1 aa� p 6 W1L 1, GRAVEL DRIVEWAY !MA rCH EXISTING) (FIELD VERIFY: CONTRAC 70R FO GAIN RIGHT OF EN TRY 120700 t_t -awl/ r►? 744r.--= e,R9S ,r-_", IM/11 E Rc:: „V _,RaY�/� ,- %tm:r— !JIM - 8' C.tKS DEPAR" Mc', 1111H STREET P O BOX 758 GREELEY CO 80832-0758 PHONE '970) 356-4000 FAX (970) 304.6497 O ni As Constructed No RevIs,crs Void 50 100 Feet Computer File Information Index of Revisions WELD COUNTY WCR87-US34TOCR46.5 GRADING PLAN (SHEET 18) i KEYMAP LEGEND EXISTING CONTOURS -_ ,g•p PROPOSED CONTOURS — 4910 Project No :Code R 4' - eet Number 45 of GRAVEL DRIVEWAY s: (MATCH EXISTING) !FIELD VERIFY) CONTRACTOR TO GAIN RIGHT OF ENTRY t•:OrA R•r✓r00 "h8•t444 MOVE - AQW --x *O04e-- 4QW—•k-* Q* -'*0* iI--N —fir RO k- -WOW ' ROtt t0.4GW ROM __-• ROW (20'00 a `-tgfr --M '4— �=� "3�T� R '• tf • R6 rye -Y �' —k 4 lE • -/r ft 4493.;a N !areal F-05C.30e: r Computer File Information 1St hModrfed Date •., ntia:s Al °atYr-ACTNE PRC1k; ' SWCRel_SM3LCRIQLAtPUW_SHEE TS Dra+wq k Yams NrC^R87_GRAD DWG Aut:0AO'lemon 2017 Scale AS NOTED Unrts Engksh Index of Revisions WELD COUNTY -"„dL C r'.C;b(S cr'ArV 1111 H STREET O O BOX 758 GREELEY CO 80632.0758 "HONE (970) 356-4000 FAX (970) 304-6497 0 As Constructed - evs�ors •zevsea 50 100 Feel WCR87-US34TOCR465 GRADING PLAN (SHEET 19) esigner 2 TRAFF )etauier 0 TRAFF Sheet Subset Sneet Sunset r1WY 14 KEYMAP Y LEGEND EXISTING CONTOURS - PROPOSED CONTOURS — 4910 Project No Code 'R4' sheet Number 46 of 11:' Wit Rd6 Row '' lbw •:H:. i•;5. JO .11007100. ,g.515 ANTI "UL. - — r U. 44t45 - N -563.330-? F - 360 76. 5.4 4891:1.^E� 00 6l M7A�> $363311 a r 1'28700 • Computer File Information Creator ate 12/11/2017 ^alai is last •ioCi'ec Date 1211''2017 Intla:s 3 T :.i o7+ V 1-actrvE aRO.tECTSWCl167 ga>4C1146CAp,PLAM AiEETs Drawing He Name WCR87_GRAD DWG \utoCAD Verstcn 7017 Scab AS NOTED Unt6 it 1447 V. f.�.4•� L'+1 9- L -SL/ /at X 18 00' _y ,. Index of Revisions 3RAVEL DRIVEWAY [MATCH EXISTING) FIELD VERIFY) 'T.ONTRACTOR ro GAIN RIGHT OF ENTRY Lt. itml.nl• 4010 kW t! C-330 /46 fYE Off Ft '*1.3.97 -353 338.64 ic' n, ,A 1.39 i7 4*:5 JO' C00' Cherouc3: r3•E 25l..15 1R' ROW ROW 130400\ -r-. •31400 EL.4415 >3 ter 111 6F.•5 F•.1ST 74tiM ---6t —Y —5t _4 _5 _f -X - - ROW nvK' ROW— - Pnw - — RG+► — RAW ROW WELD COUNTY •'.ri3i. C /Ci KS DEPARTMENT 1111 H STREET PO BOK758 GREELEY CO 80632-0758 nHONE 97C 356-4000 -AX 1970) 304-6497 0 As Constructed No ev 3signs Rersea Vote F - Z 50 100 Feet WCR 87 - US 34 TO CR 46 5 GRADING PLAN (SHEET 20) • 1 -rWY 14 KEY MAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS —4930— Project No -Code 3R-41 -,'feet Number 47 01 11C: Al CONTRACTOR ro PROTECT EXISTING VEGETATION OUTSIDE OF WORK LIMITS }Pak SIC IT ra f:3 or 34+00 V t 4 Rot ROW -- — kUW 135t00 ROW _ —Y —t '.6: R•16.7 .enter ,„ ha•N45'47 3TN Cht•19 ea r, —1 ---3. Par 1'3600 • t,L I Pit. h -3M :86.51 E'iSO '85.37 37+00 S GRAVEL DRIVEWAY ;MA rCH EXISTING) (FEED VERIFY; CONTRACTOR T;-, Out " Fe -i1 l e� _ _� f1 t -L - � -- '� n — p/ LL(`-'S�G- �ii1f YafrL---ow U/FT-t w4S - ---i S/t ` r _ it �- 4 X - 11 XXX . t -) ---'X -X - 9 - --X -z - -4 - -X .. _It ---1 _., - - -1( -- A C'eaton Dale 2/1 •!20' 7 nibs last %teem Date 21112017 nitcat rug Pat Y1-ACTNEPRQ:ECTSINCRt7.50.14-CR4KAplPLAN_SrEE7S Drifting Fie tare VVCR87_GRADDWG 4utoCACI Verson 2017NOTED '3'e Oorrr'e'!s 4$1111, PUBLIC V1ORKS DEPART MEN T 1111 H STREET P O BOX 758 GREELEY CO 30632.0758 PHONE (970) 356-4000 FAX (970) 3046497 0 C•a 7) R•+� Cv -'313.20. MOM: SI =i +4M633 C✓tt•+99: —war —4 REMOVE AND RESET TELEPHONE PEDESTAL (BY OTHERS) As Constructed No Revisions RevIserl Void 50 10O Feet Computer File Information Index of Revisions WELD COUNTY WCR87-US34TOCR465 GRADING PLAN (SHEET 21) Designer .) :RAFT Detarier D -RAFT Sheet Subset --1 -1WY 14 KEYMAP NTS LEGEND -O( RS PROPOSED CON I UU1'i S - 4913 Project No /Code GR-41 /beet Number 48 of 110 O O O O t, cv) Q cn z_ J 4 la Q 2 4 SVw� R47k7--WO* - REMOVE TELEPHONE PEDESTAL ;BV OTHERS, REMOVE AND RESET BUS STOP SIGN 00W MOW 1--- MYR W nP4 F�/iIOiI QC __e_ - e--R9M —I v —x --x EL r,yg-'? q- s� <a R- 00 .ee'N'7t' Ch8.5.7'a4U'W Ch Lc?t $4 143.00 CRAVE I I-IIR'VE'NA` tMA)C ,,ISCiNG). Computer File Information "Create Date 1211,12C • ais DT last kloebfeo Date J2/11O017 nitia is DT r A Pat Y' -ACTIVE PROJECTSWCRa7 5N3A-CN /CATPLAN SHEE•. Drawrg ode Name WCR87_GRAO DWG At.,toCAD Version 2017 Scale AS NOTED Units Englsh Index of Revisions WELD COUNTY AMS iIJ CG MENT H STREET t1 P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 3564000 AX 1970) 304-6497 0 TS So 100 As Constructed Feet .-.V1;V '4 KEYMAP LEGEND EXiSTtNG CONTOURS b i PROPOSED CONTOURS — 4910 Project No /Code Creation Date 12111/2017 (-meals DT Computer File Information LastNornfed Date/2/11/2017 rntiats DT ',A Pat N' -ACTIVE PRQIECTSVYCR.7_913LCROICAOWtAM_S,IEETS ()rams] File Name WCR87 _GRAD DWG 1(17 cy0 idex of Revisions Infra s GRAVEL DRIVEWAY (SEE DRIVEWAY PLANS) CONTRACTOR TO GAIN RIGHT OF ENTRY WELD COUNTY PUBIC WORKS DEPART MEN T ¶111H STREET P O BOX 758 GREELEY CO 80632.0758 PHONE (970) 356-4000 FAX (970) 304.6497 -t :1 l.iu,,b v3tl5088 0 2•,;1.:65.15 L•2 f: R•75 M' s•••12.41. _tiaw+ei • A05Z GRAVEL DRIVEWAY WATCH EXISTING) (FIELD VERIFY) As Constructed '.0 Rev(sr Or`6 100 1 Feet WCR87-US34TOCR465 GRADING PLAN (SHEET 23) .-es+gre' J "RAF IL. Deta tier D rRAFF Sheet Subset Sheet Subse. .iWY 14 KEYMAP LEGEND EXISTING CONTOURS - 49.0 , PROPOSED CONTOURS E Project No Code GR-41 Sheet Number 50 of ¶ tU R•=5 4: .474tsr Cnt•re :a 4493.!5 to 7.1 Et u,) ft us "J N- chlti n , 90C . v ,tf. Computer File Information Creasy Date 12/11OO17 nazis Last Waited Dais 12/11/2017 JT 74 Pat Y1 -ACTIVE MIOJECT$WCM7-g134-CR4tCA 4PLAN_SnEz S Orawng Fie Nan VVCR87_GRAD DWG AutoCAD Verson 2017 Scalp AS NOTED Unds Errb GRAVEL DRIVEWAY :MATCH EXISTING) 'FIELD VERIFY) -44177f . e?5 • 443:.4 • :< ,4 .. stow l u.: 4 5. .id .4 E- u,t 6' +t_ 'r.4 -. t. 4 ' •d5' st9. ROW i,•:0 �! (.25 00' nr!-'1S6 a7)f-14 ,.,, a: 4+::"1.00 .TM'WW cnp•N11'9J a PE ;IN, ail 01' ROW Row .Fa+00 Pntr--' Rot, 1 -I ROW AG ...as-. %V,* ROM' Index of Revisions GRAVEL DRIVEWAY (SEE DRIVEWAY PLANS) CONTRACTOR ro GAIN RIGHT OF EN TRY WELD COUNTY -'v&.: �1+CR MEN: STREET PO BOX 758 GREELEY CO 90632.0758 PHONE '970) 356-4000 Ax '970) 3O4-6497 ROM. ROw ---- ROW ____ gip__ _ _-�W ROw ROM Rol ROor As Constructed ,w.i Rev.s,ons Void ROw es.g'e' Sneet Subset Row r 1-1 156{97 ' 100 Feet rS CC N HWY 14 I KEYMAP NTS LEGEND EXISTING CONTOURS PROPOSED CONTOURS — 4910 — Project No 'Code ii-eet Number 51 01 110 I SITE DESCRIPTION A i'NOJt CI Silt I UCAIION: Ile palrx.l wittier boil abng the nkistkig oftener d nit Weld County Rood (WCRI 8/ hoe Slate Highway ISM )4 In WC:R 46.5. 8. PROJECT Silt Ill SCRIPIR)N: Iho pnlocl wit isclode paving of Weld County Rood (WCRI 8/ tlnl the installation of of peemoaenl omens content ham Share Okpiwaiy (Mg 34 it, WC If 46.5 This roadway we bs buts t*ng an exiting dgnmerrt and wit Inc so nzcawl'Mn, grading. Ixstrkq. drainage mgpnwmrsrelf. sniping. anti tteailyalbn Rprnp wi be Iskk:[el al existing chef innocent drnixge shucturos. the Mans Wale. Mwxgenetil 1'kxn (SWMP) cows; ( ocOwe tbie Crest irk rtagem ant aactk:m (WPC Invented wih the WCR $1 Rdxdweay 'nprovenent Piojns 1 nod ixoyklm ninnies. the toner wi IM r nrnMt'led in nee otiose. (:.PROPOSED St QUINCE t OR MAJOR CONSTRUCTION ACTIVITIES: FAcnw,IOn grertkp. froVeq dknicege inhaovexrledil► slecAng. and ,tatsiraNbn 0- ACRES Of O61URlANCL I. !obtain] of conshuclbn 141O II CCI: 72 acres 2. IOW tuna of ixoposod rlelurboesco II DAL: 14 h ones 3. Tolol bona al sooclfig: t 4.5 ones 4. Iola, thee of itips ,ibus hurtatce: 3,3 (saes S. Inlol oar el NEW Impervious surklce. 3.3 <kms E. EXISTING SOIL DATA; Soil Types to the poled area have boon celcxnsneel rrtng [tie Nuluecd Rowutces Coate vicefhu Soviet (NRC:S) Soil Sulwty Toe Woks County. Resod an NRCS. niu toils in the vtkslly nit WCR 871s e:lnssMknd as enmity A and B ,yin to cpnup. yew A sots hove it high inlilolbn min (low lunch potential when thoroughly wot those consist at doili wel chcnext to eacossivHN chained sands at pavely sanrdsI nse soh have n high ink, nit water hununbskn. type R soh how a rncxkxakr intNhatkxr inks when thoroughly wet. thew c onset al moderately deep or deep iitadexatnty WIrI tWhims' In tv wool (toined soil tint have not. hlately tine IeaMUe In nsrxkwably r oaw Matue. These soil facet a mockxale tale nit w(tta Iranxnhtiot. I. FXISTINGVIGIIAIION riling s uvenbrn c insets manly of gnsss. Vrrgelutlw homed survey nod Onto dncosenkitkx. Mel he c-omnblos by the le skxe (:nnhnl Stx'cnfsts if CSI hick to conskuclicn G. POfINIIAI POI l UTANT S SOURCES: Soo MI C:omhuci'tau Activitiesunder Point tksl Polubul Saxcm- the SWMP Atlmnihota shall rxesxan a ht nit ua potential pohrtanh aria their Incalksnt in erten-kingn wilt, umasclbn 10/.25. II. RECEIVING WAIIR: I. Oulni locations: Sim (Aadbg rind Mnemonics Plon Sheets In bcalbns 2. Names nit intoning wala(s' on silo: South Pirtle Rives 3 Union, incoMng wale: Sault; ('bile Risher •Intine are instance necamt wane nit the stale is Imes ,.maul: South Nolte RMx h mmgdi itely cictjcx:enl to the Inver NUN-SI ORMWAIt R USCIIARGLS: NONE All OWA811: G,nonclwcka and Commelne clowciteng: Discharges to Cho ginned ni weirs knit construction dewcit ei,Q oinking)* [nay his (xtthtxinxl provided Mal O. the thine is poxtnc wnlne noel/or pan'dwolor combined with slo,nnwsla Ihel down not cookies pekAcxits h. the scsucn and ilM'S/Canhol Mnotuos are icletrtiied in the SWMP r. dlschagns do not know the sir as hence raison es lo stakwo wales d. The conlrncla sckri ,7010(:1 of wan Mori arid lacifkts born wale al rye tinges. Areas ono Icc:ilos inhint:I a Ibo(skq. agouties, nI the moire ot wale, sixth be pnrnplly clewafexed curd restated tit no cost In the owner. Inc shed ke hoe .,.hewed of any delxb caused tin tbcxei g. Any': irwrila t,g sWM for corn in rttcadance wits Si hseclkx' 107.25 CONTAMINAII IT - 2 II <list Wooers in amt morel Ills abnwe c:illmkt n selxsoln COPS txnndt dell In, oblcnect by 11w: Cadtnc3o hosts The (.I)PIII Son tlnnrkud s(Mckd Ixnvisbn 250 in/twines Wink, and Co iannhwkcl WuInt 2. SITE MAP COMPONENTS: -re-construction A PROJECT CONSTRUCTION POTENTIAL SITE BOUNDARIES ;See SWMP Sae Maus dint) Sari srseetsl 3 ALL AREAS OF GROUND SURFACE DISTURBANCE Isere SWMP wtd Pk"' shwhi C AREAS OF CUT AND ALL (see SWMP and ono theetsl 0 _OCATION OF ALL STRUCTURAL 8 Ws/CONTROL MEASURES IDENTIFIED IN THE SWMP- Location of the following to oe ocated by the :CS- materiats'monogernent material usogs s17aI isevention and contra sanitary and septic waste management. Cuid waste management. 'saladous waste management vehcle and eguipnent management conaete washout structure. E LOCATION OF NON-STRUCTURAL BMPs/CONTROL MEASURES AS APPLICABLE IN THE SWMP (son SWMP/pin shocisi r SPRINGS. STREAMS, WETLANDS AND OTHER SURFACE WATER here SWMP/nkul Owen G. PROTECTION OF TREES. SHRUBS, CULTURAL RESOURCES AND tAA1URE VEGETATION Rau SWMP/inn Meets' H AREAS USED FOR STORING AND STOCKPILING Of MATERIALS, STAGING AREAS 'he'd trader, fueling, etc.) and BATCH PLANTS. to be determined by ECS. • I CS ki rwate the 'naps in int-rnelaln n with 708 03 3. SWMP ADMINISTRATOR. A SWMP ADMINISTRATOR FOR DESIGN. It it I n indlvkluolisl ixislkn and 111b who is insaxsnsibk, la dnwtlnlxrµ) SWMP sheets dung the desks,. phsso) NAME/TITLE CONTACT NFORMATION DEVIN TRAFF 97640x3773 DTRAC OWELDGOV COM 8. SWMP ADMINISTRATOR FOR CONSTRUCTION, (As defined in Sutnec lino 708) The Conhrsnla lha/ designate a SWMP AClminatnla lot Canshuctton upon aswetstdp of the S WNW the SWMP Adminehalrs shit an nr,vr the rwrvx/operola and inhume rospoc.s dy la d1 design changes to tot SWMP in item ntatbti and mainlnnareco n nun rkrrr' to 708.03. the SWMP Administrator shuts tin •nsonrisd to to .rgtbrtwsnliq, inaislahrkng arid levhkq SWMP ncuding the title and contact innervation. Iho eciMles and cesponebitles of the swivel reeni nidella shtl cxkhess al aspects of the rx[yecls SWMP (Update 1h: irulnrmntkw, below its, each new SWMP Adrnnishakx) (Copy d TICS Carll'ealkn ,nerd nba lot hwinded In Iht SWAN' Shifter* I ^CAME/TITLE CONTACT INFORMAT':ON CERTIFICATION, START DATE ENGINEER APPROVAL CONTRACTOR C EROSION CONTROL INSPECTOR, [As tkrM1wd in Subsection 708) Inc C orslrucla may designate unit corer. Co nhal inspects. Ilse limbs C.outrol higncla shallcomplete ete du1W1 ion x I rxdarn. a with untied tin, 708 03 b I ICom Of II CS Certis-nth,, must also Ix, included 6 the SWMP Nnletxxtk.( NAME/TITLE CONTACT iNFORMA- ON CERTIFICATION I START DATE ENGINEER APPROVAL. CONTRACTOR 4. STORMWATER MANAGEMENT CONTROLS FIRST CONSTRUCTION ACTIVITIES 'ul CONTRACTOR SIUtl I'IRIORM 11111O11 OWING. A POTENTIAL POLLUTANT SOURCES I valuate. amplify ix ate nod anx-riso chi potential sources nit polkdaoIs at the silo in accackrnc:r: with subsection 10/.75. CDPS•SCi' and (iktce In the SWMP notebook All RMPs/Cnrlhnl Methuen inbled to colonial pollutants shat be shown on The SWMP 0le''rip py the Contractors SWMP Actmknishala B. OFFSITE DRAINAGE (RUN ON WATER) I I)ex-,ibe flint ux''Int RMPI/('.ul lien, MOM, ens nn Ike SWMP the help that Mete linen irntdtrmerdna to rxkhnsS nit tile rulrOu wale h accordant., will sulnrx:tide 708.03. C VEHICLE TRACKING PAD/VEHICLE TRACKING CONTROL RMPs/Cor'lcnl Moethnet shall he innbnenierl kn cx:coctthco with subset ixx. 70804 D. PERIMETER CONTROL 1 n'eeimetes Lethal shall Ise rnlatifbrmd as the CV item cx. the SWMP to nevoid Ilse potnniki kw pc*atnnts bovkq the cdnlructksn sin boondcrint mammy the slantwala cktshage systeel. rx allschlgi.0 'e inks weans 7 Peahens cordial may r onset nit tegnkrfiae tx,tlwt rxemt sit trrnc:e eroYn, but noting nnclkrrnn of other RMPc/C:nnMi M']ahans cis appoved. f Pasmeta control sisalbe is arc erenrN.c with subset: hors 708.04 S. DURING CONSTRUCTION Kr SYUNS8II u¢ 5to WIMJ' AUMIN5IRAIOR UIJRING CONSTRUCTION Thu SWMP thouk3 be rumich•rrd n Ilona d.r.Im'rol' that is (ingeniously reviewed rind modified Drnibg construction the Iolbw(rsg diens thrill be ridded. updated. or am onied needed by the SWMP Adminisknla ii err ne(ku'c 0 with subsection 708. Owing cooties ton indicalo hew loins Thal how not Boon rxkkened diking rlresign no being handled In constrtic line. It items cue coveted I., the Ienryskttn rx igloo sec ti s at the SWMP rrntnbook indkalo below what incline the disc union Inlets ninea A. STOCKPILE MANAGEMENT: Shull ter done in cx:codanco with sober(: lion 10/.25 inn 208.0/ B CONCRETE WASHOUT: (.om tete wash out Wale rs waste. hem Tied laboratabs Iron) [nth lg (x1114xnient shad be contained in accordance with subset lion X08.05. C SAW CUTTING: Shrill be done in cn.c.Oidiv,cn with subsection 107.7$. 708.04 708.05 STREET SWEEPING mum be cone in tact: name with sob sec tknn 20804 6 INSPECTIONS A InsoeCtions snag be accordance w'Ath subsection 208.03 (c) 7 BMP CONTROL MEASURE MAINTENANCE A Maintenance shall be m occ ornance wear ,urne+c'or 208.04 (I) 8. RECORD KEEPING A Records shall be Kept in acCOrdance with subsection 208.03 (a) Computer File Information Cream Date 12/1/2017 n10a-s last Makfec Date ' 2/11 r2D' ' „twits 'Apa'h Vn-A61NE PRQJECTSNCRII_SHM-CR41'CAD%PLAh_SHEE-S Drawlrg FIk Name V CR87_SWMP DWG AuIoCAD r/ersmon 2017 St11i AS NOTED Units -ncisr Index of Revisions 3'P Comments WELD COUNTY As Constructed -'uEkL C WORKS DEPARTMENT 111tH STREET P O BOX 758 GREELEY CO 80632-07S PHONE 1970) 356.4000 FAX (970) 304-6497 WCR87-US34TOCR46.5 SWMP (SHEET 1) Project No Code revised (Pd Sheet Subset 9. INTERIM AND PERMANENT STABILIZATON STRUCTURAL BMPs Control Measures 'nil may NI anionic)* .118(1 oil !hv I .rife( I II .11111. II .111(11.11 nn1.9ir i otutint IXCK Icele may +w Iii 1• •u.! • pI• add IITtliluht It, A. SEEDING PLAN. Sal iaatxuatim. tail t anadksnrtd in kNnod seeding Mathes) mulching tweed keel and mulch tacklers we be required lot or. ostknaled 1 A.5 acres nl d&wbini '^,., �t .A �. ulat wNhii Itxr fight-nf•wcry Sniff which ore not unlaced. the 'careering haws nssd rains shat he used: •-r--- ., r • We. o. • lJs . a =: 3r aM COMMON NAME BOTANICAL NAME LEIS RLS PER ACRE 7' -r -w •• fie • '"• "��TM ' :t • M"r,�'•~'' � ...falai:a van p••• .: LS I:re-. '- r -. a -• PASCOPs'tU M SAWN. 2 SIX NE STERN NH EAT GRASS _• a'.rfl i -t *et •AP -O.PS BLUE GRAMA 9QUTEtO1A GRACIL.S 1 SIX • - -.'.t n-,e�''• . our 3 .••tiv - .r S•0ECAIS .y A MA ea/TE LMA cu vtPENOU LA 2 250 '- SMOOTH BROYE !WOWS INE RIMS 2000 . - - r_ -,n ny .•ate w �• .+a. -..<.•t: •�* r • -. .M'.Cas T fl SAND DROPSEE D SPOROSO(US CRVPTAN0RUS 0 250 f e.e.-sr. navy.; •1- ' PERENNAL RVE GRASS LOLUMPERENNE 0750 • ,^..s -i :.-- _ , _ aorwve . XI sei••.11Y✓is•.a. a sr •• ••• r`el• r•s•• tract r+ r tract ^'Casc......••Os ':c......••s+an •a X SLENDER a1EATORA55 ELaUS T1tACNCAULUS 2 500 - M•'p' _" - staveV•M w•.w taw I r Sp IS e tut N9RA14P NOW ••.• X ALRALIORASS PUCCMELLIA 1250 �.,• .t-• ,y saw J.mu•.se. •tr rsn.. SWTCHGRASS PANICUM VERGATUM 1000 ..Taff xA9r•.tt i 'gourd ;.wnN•IM ream.resr,aordeed•.•.n 1">er+....e"m",•.a•v-:...1y w•..0 Ps. MS I. "•1 al 1p,ne• 0a•• STERILE Me4EAT 10000 TOTAL 24 000 ..-v.'v..w.,...•.A :.1r tM,01P IhJ 7.. billeted ni X x B SEEDING APPLICATION i see seed 0.25 each l0 0.5 inch Info Ihn sod In mewl t netts not cx:cealeb to o ikll harm Ix(scwk ut1 ex Miaowed CO doubts the role and puke 0.25 de h to . 'fate', fay' •. PN owl •%lot• X X 0.5 inch into the sail pin subsection Pt? C MULCHING APPLICATION: Apply a nsktimum of 2 tore of ca tied wood tree hues rr 7 I/2 Ions of cali6ed weed tee straw pa maw aid in cxxoi&nce wish Sectir.. 713 runt • •- • • •a as^'i•=sva.- -ne chancoN cline it kilo the sea le combinoton wan an animate mulch locklice I. Par to wade. shutdown ce lie surname seeding virintkyveclosurn7 Urn-nmprelnd slopes evil be mottled with 7 tan of mulching fwsxrd Nee) is one nechoa.coet anew info the lopinl it cornbinnenn with on npcnfc mulch torlainr tar u,tnnc lions 706 twirl 213. NOTE GMP debuts and r.Otothel not c awned try the SWMP re Standard Plan M-206- Isaias Ie added to the SWMP .uslebook by the ICS. Changes to the SWAM' wcnanleif by field conditions D SPECIAL REOUIREMENTS snug be added to the SWMP notebook by the tr•-S. NON' NON-STRUCTURAL 'MPs/Control Measures !hat may he poter.taM toed an am projocl In mmbn and sediment con trot practices may knck'de. but tie riot limited to: E SOIL CONDITIONING AND FERTILIZER REQUIREMENTS: I roses. conical (fiestas two used b knit the amount at soil loss on site Sodinenl control devices ale designed to confute sediment on the Irr$ec I sae. C'onslitic tires caolrots tin RAN'Pe r.ttl Maanset 'elated to construcYen access rind slctdnc. NONE RMP/Cooled Measure bcnlbnt inn Inch -cited on the SWMP site mop. F SOIL RETENTION COVERING: On SID -xis and ditches segueing a blanket the hlanl(nl shall be placed di feu of moth and nnik Is IackIIM and placed alter reeding Inatha) Sc., u - - cWMP sae map in blanlent/Irm bcollons. .' ... _ 'urws- of .'a .1ref _ ...., .. . G RESEEDING OPERATIONS/CORRECTIVE STABILIZATION JVJ •• '..•'4r.-•••:�r♦_.J•'•�.r9.-•'•4tl:!•/••J•:JCbb1It6eJi Prd to partial ncceplmnn 1 M seeded ulnas shall he meowed duke the 14 day inspections by the SWMP Admi.ktruloi and or (Joann Control Int im Mr toe tare soib cruised by suloca a wind 4 • n•n rt r•an • IN bees •a -Vas F -ca -• I3a=was 001 qM• ai' t. M• YAMA J✓ri:s •YJJ:1 A rim• ermine.. Sae curios caused surface orambit.dulambit. . blown away mulch. etc . Veil be re -graded. seeded. anti how tee closiprntted mulching tippled as necessary. ay ..0 addiin ttl roe to the project to the Put[al Acct -" . "• • . • -: tt...tr -cry ra•as r' •'r°'� _w•• a •PRI�•,1''..•••rr s.a N..:c.- 2. the Contractor shagmaintain serxing/moth/tackitm/bkenkef/IRM. mow control weeds re apply herbicide to control woods in seeded (seas .Tula natart-n nt the stomweeet crestnictinn kirk. • 10. PRIOR TO PROJECT FINAL ACCEPTANCE A. PatfiOO Acceptance be 1n 107.25 (0), 208 '0 and 214.04 at the Polial Acceptance at the promo: shall be determined by the 12 TABULATION OF STORMWATER QUANTITIES snail accordance with subsecten _t SUMP AdrnlrlsfralOr and the Engineer Which temporary BMPs/Control Measures shalt remain until 7015 revegetatton 1s established or which shalt be'emoved B At the end of the project. all ditch checks shall either consist of temporary erosion togs (d equivalent) or permanent riprap A BMP/Control Measure sediment removal and disposal shall be paid for as 208 Removal and Disposal al Sediment (Equipment) and 208 Removal and Disposal at C. All storm drains shall be cleaned prior to the Final Acceptance of Itse projectSediment (Labor) All other BMP/Control Measure maintenance shall be Included in the cost of the BMP/Contrd Measure D . Sto ntwotte Inn nut insist ton Ircunlrnr•nl In Weld County B. Estabishment d seeaeo areas shaft be paid tor as . 212 Seeding tnative)) This Shall Inckale mowing deed contra reseedfng/mu1Ch/taCkltier I ) NARRATIVES ;CONTINUED NEXT PAGE) A. ADDITIONAL BMPS/CONTROL MEASURES AND NARRATIVES: RMP/Corihnf Mestsue ditto's and rtnotives not covered by the SWMP re Sketched Pkus M-208 P4716 shoe be added to she SWAM' notebook by the SWMP Admniskolce. 6MP Matrix A-Slandad, heeva bee' howled airing wen Pandora Rey rnNI WMw. R a Non•Sialxkwct SW we ho .nett cr the .ienclo (I rvwratMn tfoes not ,N•try the SW me Arfm+utkalte tMuRwteu a Ntn•Srutdtnd LAY' mrttlM,pl)rt un X- h the column and ctxnpiale a Mon-Slundtr•i PAP Specification and Minutes. ler the SWAB' notebook 1. the SWMP Administrator shill place on x" n the rctrnii In the on Site when the 1*/Control Measure hrn been totaled 3. Mace on X" i. the calker,. RMPlturafd &osv so be located by SWAM' Sauna, i.lcotur dl the SWAN` Adnw,i.lrotrr •hol locale She sMP/c:.•r.h.a Abeam dtxi.g comltuctlon, those 0MP/Control Manures can not currently locale() rn. SWAY' Pbns but can anticipated In be used doting caolructbtt In. Vehicle lreskkng Pars Batch Monti Sc.). the SWMP Actminishnloe that locale these tybt to or during construction acid rolled on SWMP Mop. 4. Place an 'IC in the column Installation NAAP/t..pdrel Measure Part on.tnxflon N the RAN'/(. ..ntf•A Meawro Is to be Indian) take la constructfun ictAAly Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 SWMP (SHEET TO CR 46 5 2) Project No /Code Creator Date 12/11(2017 •-' a , -' '. 7u31!C ytiORKS DEPARTMENT 111tH STREET ,� Revisions .. s Last Ilo0fe0 Date 12/11!2017 f S O BOX 758 GREELEY GREELE Y CO 80632-0758 Pt -ONE (970) 356- -40800 FAX 970) r j Rat M1-ACTNE PROJECTS%SCRe7 Seelt-C•7i*CAC.P,AN_SHEE 7 E Revised J -RAF= ,R.4, Drawing File Name yVCR87 SWMP DWG �e7 tauer D TRAir = Void --eel Number 53 of 110 1uwCA0 Version 2017 Sole AS NOTED Units Em gasp Sheet Subset Sneet Subset 12 TABULATION OF STORMWATER QUANTITIES (CONT.1 SPECIFICATION DAY ITEM 0ESCRIP'!ON PAY UNIT INITIAL C.ONST N'ERIM CONST PERMANENT STABILIZATION 'TOTAL QUANTITY SSP 203 fang •'A 80 3 30 0 SSP 203 9weeon9 (We Plctup Riodm; OUR 24 0 24 0 PSP 207 Togic4 CV Si 70 0 33470 0 SSP 208 Erosion Log Type 1 (! 2 itch) _F )691 0 3691 0 SSP 208 Set Fence �.F 5292 3 5292 0 SSP 208 3u1 Berm _F 2797 0 2 797 0 SSP 208 VenCleTracking Pad EA 20 20 SSP 206 Concrete Washout Structure EA I 0 ' 0 SSP 208 Staanred Staging Area EA • a la 5.SP 208 Removal and i,Isposal of Sediment :Later) HOUR 43 U 40 u SSP 208 Removal and Deposal at Sediment; Edwtxnentl 'JOUR 30 ' s0 0 SSP 212 Seeding ;Nerve) ACRE '4t '4 5 SSP 212 Sesa.ng (Native) lRana Broadcare) ACRE t 3 ' 3 SSP P3 Spay On MUfcn Blanket ACRE 14 5 '4 SSP 116 Sots Retentldn Blanket (L andbk 928N) SY 5983 0 5983 3 SSP 216 Tuft Reinforcement Mat [Primal) SY 5983 0 `983 0 SSP 208 Eroson Control Management 3Av 30 'II -.1 I❑Ilk'ixdrrd that rxklMbrull BMPMentitial Memwms and LIMP/Cannot Mncnlnn nut infllkrf en! shown nit the SWMP Sae MOM Vital IN) ragUbml an the (unreel Ins - -• IwmtilkvIt (Hid rnl)kx.nitttinl et Ilene hurl are beyond Ifrra issolut %enti e IIn. 14`<5 tulnot 'kn. ?WO) (1114.1 208,04. QueiWNleslot all 1Mh/Conbvl MeatWret Shawn above ore initnefed. and have been Increased the udon een conditions and normal IM//CranItal Measure Ile expeclaney• r)Ilr lr194i3 ORA he :(Mu stc,i Ixccrdhq to Ihn I dtdlkvn not Incest ill this toll us directed mid t plxnwxl try Iltn I M lnnn. Pnymcvd 01111 ill! ICY Ole sic unit whit , nmpktled text rxttrxkx used. 13. BIOLOGIC IMPACTS A ENVIRONMENTAL IMPACTS: 13. Wnikst,d Impctclt: YES NO 14. Sean Intpnck: IFS NO IS. Ihtnelennd taut F ntketucnni Cow es: YF S NO tt OS to one of the obovn hears roe tiny comas inquiet] or oddllirxurl fictkxn wooded 1404, nlc,) Ntjlkxlwile Emma, :. levetHering lumina (In Ire obloktod by contlIWIrx) NOTES A. 1CM for SWMP A¢nstkholot I or Lat hlnicfloe or tto!forl Cahoot kiprt tor) n iK. lueted et the : O,1 of fhe work ft Conrot Sot •hot be Irippnt4* tor nafuM! IPvl !d due to viobtion or lotntwdtet Perrrvl. Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46 5 S WM P (SHEET 3) Project No r Code ,aloe Date ... •Vila's "we ... ..� au &Ic 4QRK S s DEPARTMENT I ITJ r`� PO BOX 758 GREELEY CO 80632.0758 ` PHONE (970) 356-4000 •.o gev's.or.s I as: moored Date 12./* :201 ' 'tlh8,s -. - rUI Pr u‘-ACTNE?BOJECTSWCM7_il11t CN4/CAO7lAN_5„EFTS ,icy sec' <•h:"r-e' s -=7Ar� y .R .: • Drawing Fie Name ACR87_SWMPDWG .e!aller ', ';iArr ,Old -- ''ee! , ' 'ire' '1 FAX (970) 304-6497 AutoCAO Version 2017 Scala A$ NOTED Umts Englst 1 Sheet Subset - 1 14+00 ------------4---------I�-------•�--- NOTE_ TOPSOIL AND SEED ALL AREAS DISTURBED BY CONSTRUCTION ! ! ! e ! 1 ! ! ! I SEED 8 MULCH • Styr BERM (18" HEIGHT) • Ise=acf�-f��sc-ads—:��t-.auce—_.fet--ar_—_.+se-�f� 15+00 1 i I 1 I 16+00 EROSION LOG (12') TOPSOIL 0 18+00 YollAsit A 50 t o0 Fe Computer File Information Creaoon Date• 12/11/2017 is DT Last Nodded Date: 12/11/2017 inmats DT Full Path u s -ACTIVE PR0JECTSIWCRe7_9+34-CROCAD%PIAN SHEETS Drone Ale Name. WCR87_XSTRM DWG AutCAD Verson: 2017 Sob- AS NOTED Units: Engksh Index of Revisions atet PUBLIC WORKS DEPARTMENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 As Constructed No Remsions Revised Void WELD COUNTY 19 WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 1) Designer D. TRAFF -retailer D TRAFF Sheet Subset ec' SSe' Ce KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT PENCE EROSION LOG (17') TRM ROCK RIPRAP TYPE L (Dso = 17') SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW Project No /Code SIL r BERM (18' HEIGHT) 'S.- � SEED 8 MULCH 20+00 21+00 I "••-••+•••a011. 23+00 r.w+r-ari, r OPSO!t. 24+00 I i►-sea►f.i••••a—••••-. a.. -� a -e—� _ _ i-'r �►�.s.- ist e-'- S listi.'i171.i-'i=i- - -`f i •— L.' i—L . a-' _ — _ — -__ Computer File Information C capon Date '2/110017 rnba s T tast'Jodd ea Date '211112017 ern Oats DT 'Tull Pali U %-ACTNE PROJECTSWCRI)_ SHS4CRISCAQ4PLAN SHEETS Drawing File Msme WCR87 _ XS T RM DWG AutoCAD Verson 2017 Scale AS NOTED Units Ergisi' Index of Revisions bop WELD COUNTY ARM PURL IC WORKS DEPARTMENT 1111H STREET P O 30X 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 EROSION LOG (1r) 0 5O p--p—•r•• As Constructed :b Rev's Revised Void 10O Feet WCR87-US34TOCR465 STORMWATER PLAN (SHEET 2) Designer J 'RAFF Detainer D TRAFF Sheet SuDset • HWY 14 KEYMAP LEGEND STING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG dose (121 TRM ROCK RIPRAP �A TYPE L (DS0 - 121 SEED & MULCH 1777 a TOPSOIL SILT BERM (18; FLCVV ARROW Project No Code GR41 Sheet Number 56 of 1'I O' O O' O W era S � . 2 26+00 SEED & MULCH 27.00 -p- TOPSOIL 28+00 29+00 • T 1 �- � �--�a�--rte �.-�-�--- -�'�-�•i--�--�-� � i=��i-�.�.7rL�� Z i 30'00 Computer File Information Create Date 1/1017 rnnats DT last 4JodreC Date 12111/2017 nihars DT 'ul Pat M1 -ACTIVE PeCuaCrarAater 91)4.CR itCAIrP_AN SHEETS Drawing File Name WCR87_XSTRM DWG AutoCAD Verson 2017 Stale AS NOTED Units English Index of Revisions EROSION LOG ''7) WELD COUNTY PUSL.C WORKS DEPART MEN? 1111H STREET O 90X 758 GREELEY CO 80632-0758 'HONE (970) 35X4000 (970) As Constructed Rev1Y0r-S Revised Void r s .-r-1 _ 50 1 at 'Co i Feet O 0 0 0 CO U) Z J U Q 2 WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 3) 'RAF ]etader 3 TRAFE Sheet Subset HI .4 KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SIL- CENCE EROSION LOG ow:4. TRU ROCK RIPRAP TYPE L (Dso = 121 SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW Project No Code �R4 -,r"eet Number 57 at 110 v Index of Revisions Computer File Information Creasy' Date • • /2017 'tats DT last'Jooifea Owe 'rain r20 • "bats OT ij Pat u\ -ACTIVE vgaECTsiNcye rxLaalcaowuN_5HEETS Drawing Fite Name JnICR87_XSTRM DWG AutoCAt7'Jersion 2017 Scab AS NOTED Dints F.ngiv' Cernmerts ^-teals TOPSOIL -w s-.5-- y.. .__ t-ROSioN LOG (12") • WELD COUNTY 1�— u3�IC WORKSDEPAR"MEN 1111 H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 3564000 FAX (970) 304-6497 • •i , ' , ' - • RR ••�a.- 0 so 100 imnarirri Feet As Constructed .:: Re„ b,o'.s Voib WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 4) Sheet Subset Sheet Subset HW" 14 KEYMAP Nr5 LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG fir,, (17) TRM ROCK RtPQAP TYPE L tDc = 17) SEED 8 MULCH TOPSOIL SILT BERM (18") FLOW ARROW i ea:fiti �i •.•-•., Project No ?Code 3R 41 Sheet Number 58 of 11c Last Moddlo Dale '2/11/2017 InnatS SEED & MULCH 4480.01 N=354 211.01 E2J50,964,i4 4478.20 r4=354,208.;14 E=350 961 02 4478.40 N.: 354 ' 01 150.962.16 +430,75 "4=.',54 193.12 Er350.976.63 4478.92 '4=354 173.49 E=350.972.62 EXCAVATE AND PLACE 12' RIPRAP TO PIPE INVERT D50 = 12' DEPTH = 24" MIN 4478.82 N-154 169, t7 "4 35' ,015.90 4419,68 178,89 8.1 009.58 4480.,11 54,196,11 0(i9_56 Computer File Information 7 annals °rasing He Marne WCR87 XSTRM DWG AutoCAD Version 2017 Scala AS NOTED Units Erglsh 1479..'19 ;:91.2,12 94 ion'11 76.40 N.7.154 1•43.86 F.:3:4 969.83 447.5.23 N=9 294,8? E=_15! !N6 3! 4471.46 4=3_54.;10. :f0 Er351.91.5.12 4475.64 N=354,280 95 6.351.019.1.2 PROPOSED STORM LINES '14" x 23" HERCP ;SEE STORM LINE PLAN AND PROFILES; 4479,53 N+'354 E1193.48187 4479.83 N=354 278.53 E=350 981.86 4419.28 4=354 276:79 E0350 974 20 447 ,Lp 5147288.'S28a'a 965,006 4470.15 N4.154 214.i't E+J51.407_71 44/9.50 V.:r_94 259 :a 1 E=3511)11),25 Index of Revisions '475.170 Ns 3S4 413,69 E•150.979.'5 4476 e? N-'1'44•, E=150V • PLACE 12' RIPRAP TO PIPE INVERT D50=12' DEPTH = 24' MIN PROPOSED'RRIGAT!ON LINE .24' RCP', SEE S TORM L'NE PLAN AND PROFILES; at -7. GRADE 7 MA n ti . 3 r SURROUND PIPES WITH 12' RIPRAP 050 = 12' DEPTH = 24' MIN 4475.61 E=351 91'1.85 WELD COUNTY :%uaL,C WORKS DEPART MEN i 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 0 EROStON LOG '12'; .eslgrer sr+eet Subset roPSO'l KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG do (17'j Project No /Code Computer File Information index of Revisions SEED K MULCH Ir) gar 410•1' rt. alter Mr"- liter arrillinit 7�K'J1e.' r• r ...F w z -J U I— Q 2 • . -a- 44.00 415.00 N TURF RE'NFORCEMEN T MAr (PVRAMA t! INSTALL PER DETAIL AND SPECIF'CAPON) 3 4?.0L 48+00 4R7►1 airfilra'grwtirll.'t171nK urn.-r11�!rw.�...y_ .. 1..- ti I • _�� -..n _ `c -s. .. = _nc n• _a -,r — i .�...� �� -It.- s z�-r -: ---v - a tc; SILT BERM t 18' F1f'c;h r Creaoon Cate +2/11/2017 ,nttads DT last warred Date 12/11/2017 Inaba is DT JI Pal w1 -ACTIVE PROJECTSKCRe7.9I34-CA4CApWIANSHEETS (Yawn) File !lerne WCR87_XSTRM DWG AutoCAD Version 2017 Scale AS NOTED Units, E gls)1 N_ EROSION LOG (t2) 'rn-errs rutla,s \\_ TOPSOIL PUBLIC WORKS DEPART VENT 1111 H STREET P O BOX 758 GREELEY CO 80632-075& PHONE (970) 356-4000 FAX (970) 304.6497 As Constructed o Revrsrons •7ev seci '%0ld WELD COUNTY WCR87-US34TOCR465 STORMWATER PLAN (SHEET 6) Designer D TRAFF Deader J TRAFF Sreet Suoset -HWY 14 KEYMAP LEGEND PROPOSED CONTOUR', SILT FENCE EROSION LOG 4l IS\ (17) TRM ROCK RIPRAP TYPE L (DSe = 17') SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW Project No Code GR-41 meet Number 60 of 116 last Modred Dale: 12/11/2017 initials DT Computer File Information eaw Date 12/11/2017 'rutin DT Pat MI -ACTIVE P11paECTSVNC11IV-5416 CNU)CAGRAA_SHEETS Draws; Fde Name ACR87 XSTRM DWG AutoC.40 Verson 2017 Scale AS NOTED units Engish EROSION LOG 12'; SEED 8 MULCH Index of Revisions TOPSCt -- 524-00 WELD COUNTY 53.00 aUBL;C WORKS DEPARTMENT 1111 H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 As Constructed No Revisions 100 Feet WCR87-US34TOCR465 STORMWATER PLAN (SHEET 7) esgnet etarler Sheet Subset Sheet ..oset r VY 14 KEYMAP LEGEND EXISTING CONTOup-- PROPOSED 'CON �i�rFs SILT FENCE EROSION LOG (12') TRM 4 ROCK R)PRAP �A TYPE L (Dso = 121 SEED 8 MULCH TOPSOIL SILT BERM (18") FLOW ARROW Ow - Project No /Code .;R-4' ' eet Number 61 of Drawn] Fik lair* ACR87_XSTRM DWG 56.0/0 Computer File Information °ah u\ aCT1rE DQOJECTSVICR.7. 4•}tCR4CCAp%P, AA_SHEET S AutoCAD'!e#sicn 2017 Scale AS NOTED units English SEED h MULr! 57'0C Index of Revisions :cm rents TOPSOIL 59.00 WELD COUNTY &UBL'IC WORKS DEPART ME'. 1111H STREET P O BOX 758 GREELEY CO 806320758 PHONE 970) 356.4000 FAX (970)304-5497 As Constucted WCR87-US34TOCR465 STORMATER PLAN (SHEET 8) TRAFE" D ' RAF F Feel Suoset �'-eet Suosel HWY 14 KEYMAP NS I LEGEND EXISTING C0NTO:• PROPOSED CONTOURS SILT FENCE EROSION LOG toma* (17') TRM ROCK RIPRAP _ TYPE L (O5p = 17'1 SEED 8 MULCH TOPSOIL SILT BERM (18"1 FLOW ARROIV . . Dm - Project No./Code .3R 41 Sheet Nurrcer 62 of 110 Computer File Information creator Dare 12/11O017 lntrals O Last \ irht ed Dar: 12J11/2017 Irnbals DT P371 M1-ACTNE PROJECTSriCla7 94]4-CROCAppLAN SMEE'S Drawn; Ft Mare /4CR67 XSTRM DWG AutoCAC /snow 201, Scar AS NOTED Units Ercbsr ndex of Revisions TOPSOIL WELD COUNTY No Rev�sior*S auBLjC NORKS SiREARTMENT a ET O BOX 758 GREELEY CO 80632-0758 PAX HE lc9770)'3046497 As Constructed Rev sea OTC WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 9) cs.grer _} TRAFF etaller D TRAFF 5teet Subset 'reet Subset r- WY 14 KEYMAP t LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG ^k X12] TRIM ROCK R)PRAP TYPE L CDs° = 12") ` SEED & MULCH TOPSOIL SILT BERM (18"1 FLOW ARROW r Project No /Code OR -41 Sreet Number 63 a' Computer File Information 12/11/2017 initials DT t(4$t Maefea Oat 12/11/2017 Fit Pet Y1-ACTIVEPR0JECTSVYCAp_S1IYCRAaICADUPtAN SHEETS I nit ;als OT Qa g Fde Name. 'WCR87_XSTRM DWG AutCAD Verson 2017 Scale AS NOTED UralsEngi Index of Revisions robots 1+00 72,00 WELD COUNTY �u3t :.ORKS _:c •.,2 ME �1111 H STREET P O BOX 758 GREELEY. CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 As Constructed No Revisions Dearer J TRAFF Deteuer 0 TRAFP 0 0 0 0 M N. Q to W, Z O Q 2 Sheet subset rMY 14 KEYMAPSi !41•5 LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG ope1 (177 TRM ROCK RtPRAP lisma TYPE L (D50 = 177 SEED 8 MULCH TOPSOIL SILT BERM (18") FLOW ARROW en - Project No Code Sheet Number 64 of 110 G0 74*00 75*00 - Computer File Information Cream Date 12/110017 nib.ls I.asiMadge:Dot 12/11/2017 rctlals ' u1 P871 M \-ACTNE PAOJECTSM/CtI) SNS4-CRNICADkP. AN _ • c _ Drawv1g File Name VVCR87_XSTRM DWG atoCAO Version 2017 Sale AS NOTED Units _ngish EROSION LOG (12') Index of Revisions / • 4 1 _ _w fy--r -r- up7 tfcht E=350' 2L "., sr J59 :? E=35O33.9 WELD COUNTY dl /CRKS DEPAH7 MENT 1111 H STREET D O BOX 758 GREELEY CO 80632-0758 `HONE (970)�� 0 SEED & MULCH PROPOSED STORM L INES ;60" RCP ; :SEE 510RM LINE PLAN AND PROFILES) As Constructed No Rev.s,ons Vot0 78+00 rr -44 %.31 ".•58,!'.133 509:0.5 PLACE 12' RIPRAP TO 1PEINVERT 050::); - 0EPISP 24- MIN WCR 87 - US 34 TO CR 46 5 STORMWATER PLAN (SHEET 11) Sheet Subset KEY MAP SETS LEGEND EXISTING CONTOURS SEED & MULCH J•rel Project No Code GR-41 Sheet Number 65 0l lie 80f00 Computer File Information Creation Date 12/11/2017 Maio DT Last Modeles Ja:e '2/110017 robals tul Pall V %•ACnVE fR0JECtSVCRI7 91YCRaICATP. AS_ .4r -E Draang =t Nome WCR87XSTRM DWG 4utoCAD Vence 2017 Scale AS NOTED .snits = h7' ndeX of Revisions S w w _ f r Sr-- I T f S 0.-- 83.00 WELD COUNTY ''UBLIC WORKS •SEPAN MEN i 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356.4000 FAX (970) 304-6497 SEED :; MIA OH As Constructed vJ 't BvS.;Y 84.00 WCR87-US34TOCR465 STORMVVATER PLAN (SHEET 12) —es,gne. Sneer Suosel LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG am% Or) TRM • ROCK RIPRAP �u�q TYPE L :Dso = 12") I SEED S MULCH TOPSOIL SILT BERM (18") FLOW ARROW is Project No /Code Sheet Sutset - 41 :'gee: ''.. rrae' 66 J ' 1 C Creation Date 12/11/2017 Initials DT 86tOC Computer File Information Last Matted Date '2/11/2017 Initials DT uMPat M1-aec'nvE'ROJECTSVNCRe7_9134-CR46CA(TPUN SHEETS Drawing File Name WCR87_XSTRM DWG .r- w.. ..w-....•1.. !`-t •!.v r Index of Revisions .ommerlts WELD COUNTY ' t7 v`CCRKS DEPARTMENT 111tH STREET P O BOX 758 GREELEY CO 80632-0758 0HONE (970) 356-4000 FAX (970) 304-6497 PROPOSED ST 13RM ! 'NE 7. RCP (SEE STORM liNE PI AN AND PAP -,'9 F.S • A t,:!''ktPRAP r`? PPE ,Nt:FR1 DEP1n `.1-r."ty As Constructed No Revisions 4454 7 t•�.-OS ?_ gn .37 WCR87-US34TOCR465 TORMWATER PLAN (SHEET 13) resigner 3etatler Sheet Subset Sheet Subset -,WY 14 KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG (17'1 TRM ROCK RIPRAP TYPE L (Dsa = 12") SEED 8 MULCH TOPSOIL SILT BERM (18•') FLOW ARROW rite Project No /Code 3R-41 Sheet Number 67 of 110 \,,toCAC Verson 2017 Scale AS NOTED Jnits 'ngicr loi0 TURF REINFORCEMENT MAT (PYRAMAT} (INSTALL PER DETAIL AND SPEC!FICA r PON, Computer File Information le Marie /VCR87 XSTRM DWG SEED 8 MULCH q3 ) Index of Revisions 44 -00 WELD COUNTY 95.00 ( .,vdt. C. ACNKS H STREET3?ARTMENT 1111 PO BOX 758 GREELEY CO 80632.0758 PHONE '970) 3564000 FAX (70) 304-6497 EROSION LOG (12") As Constructed .o Rev,s:ors WCR87-US34TOCR465 TORMWATER PLAN (SHEET 14) ets.y.,e, eta tier Sheet Suoset ISneet Suoset m HWY 14 KEYMAP 'V'S LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE -r -• EROSION LOG own, (17) TRM ROCK RIPRAP TYPE L(050=171 SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW •_e �e _e Project No Code 3R-4" Sneer Number 68 at 11.: 98.00 Computer File Information Queen Data 1:': ats tasl Moored Dale ' Z 2� nit,als r'J aat' Y.,-acfwt PWKCITWCRnr s,M-CUICADWIAs_ tYave g Ft* Marne WCR87 XSTRM DWG A toCAD Verson 2C1 ' Seek :S NC. E3 ,^,s SEED & MULCH a a rOPSO't Index of Revisions 101+00 WELD COUNTY v\ChtKS DEPART MEN' 1111H STREET P O BOX 758 GREELEY CO 8O6320758 PH ONE '970) 356&4000 - AX 1970) 3O4-6497 As Constructed No Revs ors 102+00 Shell Sunset r' i al U —4 --WY 14 KEYMAP LEGEND EXISTING CONTOURS RROPOSED CONTOURS SILT FENCE EROSION LOG eat (171 1RM ROCK RIPRAP UCLCC TYPE L �Dsn = 17) Imo-''"- ' SEED & MULCH ( • • • - TOPSOIL SILT BERM (18"' FLOW ARROW Project No /Code 104+00 Computer File Information Create Date: 12t11/201. inhale DI last Modred Date . '2/11101 irrhals DT rull 4,-ACTME WIWECTSWCR$1 SHM.CM/lA(%PUN SHEETS 0rawny ;le %me R87_ XSTRM DWG AutvCAD version 2017 Scale AS NOTED Units =nlr 105 .00 Index of Revisions TOPSOIL SEED 8 MULCH 107+00 WELD COUNTY -luck C WORKS DEPARTMEN' 1111H STREET P O BOX 758 GREELEY CO 80832.0758 PHONE 1970) 356-4000 FAX /.970) 304-6497 halo As Constructed WCR87-US34TOCR465 STORMWATER PLAN (SHEET 16) ctader ' RAFc -neet Subset Sheet Subset HWY 14 KEYMAP NTS LEGEND EXISTING CONTOURS l PROPOSED CONTOD :H> SILT FENCE EROSION LOG rat (ir) TRM ROCK RIPRAP TYPE L ;MA = 17) SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW ;•40.:11.1 ON - Project No Code Ala r PLACE 12" R•PRAP 1:] — P!PE 'NVERT ter.:. 12 DEPTH 24' Mir: 1b1t.11 i. -:s.: •r.....--,.•... •w._ ...-_r Computer File Information Creation Date i2/11/2017 nmais DT Last +.IaLf ed Date 12/11/2017 Initials DT 'JI Pat M) -ACTIVE PRCJECTSWLCR87_SH34-CROICAD1➢LAN SHEE'5 Drawing =Ile Name WCR87_XSTRM DWG AuioCAD t/ersu3n 2017 Scale AS NOTED Units Englsn 148119 ^t - 161 494.11 E=350.825.93 roPson yip Index of Revisions Comments nibal5 � `4. •_ 4477.92 N=361.49324 E =350 81,},25 44A1. N=381 508.'4 Eg35O.826.6e 112+00 PROPOSED 'RRIGAT!ON UNF. (24' RCP 1 r (SEE S rORM LINE PLAN AND PROFILESi • I 113+00 t 1> aa:-.+..-.• ��----f-�+.�--f- EROSION LOG ;12'1 ' et. C.'CRKS. EPARTMENi 1111 H STREET P O BOX 758 GREELEY CO 80632-0758 DRONE (970) 356.4000 rAX (970) 304.6497 a •• .1 -. .r w • . -. • ..1. -• -4 -- — • ..,... -. 0 As Constructed o -tev-s ons Rev:sec Void 50 too 1 toot WELD COUNTY WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 17) ,es.gre• 7etailer Sheet Subset Sheet Subset iVY • KEY MAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG (17') TRM ROCK RIPRAP TYPE L (D50 = 12") SEED & MULCH TOPSOIL SILT BERM (18') FLOW ARROW kl� 2 Project No /Code Creme Date12/11/201; Irwtta:s Computer File Information Las! Moperea Date 12/112017 nee .5 rj Par M %-ACTTVE PROJECTSWCRI7_SH3-CR{ICACAMtANSHEE'=_ Drawing He Name vVCR87 XS rRM DWG AutoC.40 Version 201 7 Scab AS NOTED Units Engish TURF REINFORCEMENT MAT PYRAMA T; (INSTALL PER DETAIL AND SPECIFICATION) Index of Revisions WELD COUNTY 'uthC:11�HSR ART MEN P 0 BOX 758 GREELEY CO 80632-0758 PHONE '970) 356.4000 FAX i970) 304.5497 SEED & MULCH As Constructed '.0 •Rev•sJur'S VOid ToPSoiL WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 18) es:gt e' ;neer Subset Sheet Subset or "P! 1 N KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG (171 rRM ROCK RIPRAP TYPE L(Du = 12") SEED 8 MULCH I • • •' •� TOPSOIL SILT BERM 118"1 L CNV ARROJV V //!_ Project No Code GR41 Sheet Number 72 of Computer File Information Creation Date Last %tallied Date: 12/11!2017 Initials DT rjp Pah Mt -ACTIVE PROJECTSANCRl7_SH SA-CR48'CA01PLAN_SHEETS Drawing Fie Name WCR87_XSTRM DWG AutoCAD Version 2017 Scale :S NOTED Units. Engbsn '•; E() I'•1ULCH -...,i.--,....--...r. 4••••44/4044•--••••••••••-• ...r..► -w e-i.-a.r. . • . EROSION LOG ('12'1 Index of Revisions 124+00 roPSol WELD COUNTY 125+00 t., v1CRKS ZEPAR- MEN' 1111H STREET P O BOX 758 GREELEY CO 80632-O758 FINE (970)AX (970) -4 356-4000 126+00 As Constructed Revised 4WY'4I KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG 021 TRM ROCK RIPRAP TYPE L (Dge = 12") SEED 8MULCH I- .-.I TOPSOIL SILT BERM (18"I FLOW ARROW OW - Project No ;Code C-eaxc Date 12O1/204 Computer File Information last'Jodifea Date • 2J111201 ' rutrars Drawing Fie Name JNCR87_XS'RM DWG SEED & MULCH 129+00 EROSION LOG i 12") OmmeMS Index of Revisions SILT FENCE 131+00 TOPSOIL WELD COUNTY PUBLIC IAORKS 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX 1970) 304-6497 132+00 As Constructed '.oRevrs: , l ev'sed /Odd • IF- -•--r- ti t • -r r 100 Feet WCR 87 - US 34 TO CR 46 5 STORMWATER PLAN (SHEET 20) eta let greet Subs.,. Sneet Sapset KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG oak ROCK RIPRAP TYPE L (DS0 = 121 SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW Project No Code 3R" 44 'reel Number 74 at ill GS•. - e we - 134+00 ( 4114p1 • ;.omputer File Information 17J11,12017 Init'a DT last Mocifed Date: 12/11/2017 Initials DT "4 Pat M %-ACTivE PROJECTSWICRa7_SH34.CRESCAb1PLW_SHEETS Drawing File Name WCR87 XSTRM DWG Aute0AD %/ersto(' 2017 Scale AS NOTED Units Eneksn SEED & MULCH 135-. ) Index of Revisions • . . . 136+00 ( • f e --.I••••-• EROSION LOG ;12'1 WELD COUNTY A101-o(S JtPARTMEN' 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX 1970) 304-6497 roPsoIL 0 138+CO As Constructed No Revisions Revisea Void 50 100 Feet O O O O 4- O) C'r) Q F�— W z_ J U Q WCR87-US34TOCR46.5 TORMWATER PLAN (SHEET 21) esigr er )etas;er Sheet Subset Sneet Subset pee KEYMAP LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT PENCE EROSION LOG eat (17) TRM ROCK RIPRAP TYPE L (Dso = 12"1 SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW Project No /Code ;R.41 Sheet Number 75 of 110 • 3 00 w� Z Computer File Information Index of Revisions WELD COUNTY ....._� a a r- ..- — ., w �. 140+00 • • •.^ 142+00 SEED & MULCH T414-00 se r • tea—_.._rte--•r-r- tr-r.—•�—�-.err-��._-.. _ i-i►• . �� -. -. ." Creation Date 12/11/2017 nitlals Last Mood eft Date: 12/11/2017 initials � r iI Pat M1-ACTIvF PROJECTS4NCRe7_SHb-CR4e'CAD\PLAN SHEETS thawing File Name WCRBT_XSTRM DWG 4utoCAD Version 2017 Scale AS NOTED Units ng1sh Date r--p.--r�•�---�•-+-_�----�- Sea. Comments EROSION LOG I12") 143+00 •'udt abC)F KS 'AR I 11t.7, 1 1111H STREET P O BOX 758 GREELEY CO 80632.075E PHONE (970) 356-4000 FAX (970) 304-6497 It 0 5O As Constructed *Jo Revisions devised Did 'F,. s _ .t -T — err !.- 4' s--'S^w.-e- -- .r -.- 100 WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 22) . esigrer IRA; Detailer TRAi " Sheet Subset Sheet Subset N. m CC HWY 14 -.- KEYMAP t •r5 T LEGEND EXISTING CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG (12") TRM ROCK RIPRAP TYPE L (Dso = 12") SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW Ow - Project No .Code •SR 41 Sheet Number 76 at -U- r SEED AND MULCH .., _- ,.r— — orPrf WS- tritiT ta7=00 ( M .. Uu ��•"e`..` te...-�=�=�.:.. _ — . •- ._ ... '.__-.1'yS fief; Computer File Information Creation Date 12/11/2017 initials DT Last Idodifed Date: 12111/2017 Initials DT ri Path w %-ACTIVE PROJECTSWCRS%_SMla-CR4ICA0IPIAN SHEETS (hawing File Name WCR8 XSTRM DWG AutoCAD'Jervon 2017 Scab AS NOTED Units' Engish ;1. • 1i k 148.00 149.0° TOPSOIL r 0 50 Index of Revisions • _ WELD COUNTY As Constructed -'udL C JKiiiKS i *Art' MENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 DHONE '970) 356-4000 AX (970) 304-6497 No Revs 1 WCR87-US34TOCR46.5 STORMWATER PLAN (SHEET 23) Revisal iesigne: D TRAFF voia etader D TRAFF Sheet Subset Sheet Subset KEYMAP N -s LEGEND EXISTING CONTOURS DROPOSED CONTOURS SILT PENCE EROSION LOG �♦ ! 17) TRM ROCK RIPRAP TYPE L (DSII _'7) SEED & MULCH TOPSOIL SILT BERM (18"' *LOW ARROW eta -Si • • • i J Project No /Code GR-4 •.. meet Number 17 at 110 Creakx '/201 rooms SIL f FENCE Computer File Information lat%loaf et :taw ' )l11/2017 Irut,als :Li Pa M)-AC-'VE PROJECTSVCRp_SNYCR4/CADSPIAN SNEETS Drawn; Fie Name ..CR87 XSTRM DWG \utoCAD version 2017 Scats AS NOTED Uncts _ngish Index of Revisions TOPSOIL WELD COUNTY Bt. C WORKS DEPART VENT 1111H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 SEED AND MULCH As Constructed es s.::' s 1evisea Iota WCR87-US34TOCR465 STORMWATER PLAN (SHEET 24) es gre`RAF= Sheet Subset • HWY 14 KEYMAP N' LEGEND EXIST INC CONTOURS PROPOSED CONTOURS SILT FENCE EROSION LOG et (12) TRM ROCK RIPRAP TYPE L (Du = 177 SEED & MULCH TOPSOIL SILT BERM (18") FLOW ARROW •si. Project No Code 3R 41 -3heelVurnoer 78 of lit .J1 -040E TO MATCH ExiSTNG:-. SURROUND PIPES WrTM 12 RIPRAP 050 • t 3EPIH .:4• MN :SEE STORV.'MTER SHEETS :CQ g.M=_•x9'.85 STOP ;TB FLOW F LL TO 'TIP OF SUPORAGE OFFSET 31P,a'L STORM 38+7z FLOW . r0 FSUPGRACE .-'OFT 20 51 $14 ?Af14 14 JFFSET :'' `."'- YSTAL-CONCRETE CUtt4 4446,1BEE DF •a: --. _r'fr- • BOREsoLE UT& Et•4475: STA, :3.33 45 MEASURED _ - BLOW E6 OFFSET :6 at • 64 00 r F E S - ?6.',''d STA •0.40 CO M=-+54 199 213 F:? -50 966 03 CAUTION. AA5 LNE IPRCTECT OUR RIG CTS -}-� PRcicESs, S SORE HOLE i t IL E: •41tS 0C MEA_'tRE4 :'• SEcOW 1V S'a .;) 4 STA 11.'0 C. '•=154271 �r4rr—f'-410-- WRENrAE '1TIL EL•47! IJ MEASURED Ye OEUWW £5 3TOP : T9 ; LG'WF:LL TO "OP OF 3UPGRA3E ,F= SET it!. 4e• —>1r -SF -at'• STOP CTS FLOW FILL TO TOG 07. SijPCRAGE OFFSET ?n 4.1-R -- STORM 38+72 BOREHOLE uTlt Et-4Ar4 d5' MEASURED 3r BELcH/ _—r•a••-- as... es— 'Cr iTA “?.40 OO '1:244 :8;50 E=:51-015 59 F. ICAVA1: J.140 PI.ACE ' .S:, • REF'�1 .1 V•� :.nEE1'5- A tOREi.C.LE IT': ? L•4474 i '4EASAE C ! 4• B Et (.4.4 4485 4480 GRADE TO MATCH PROPOSED PIPE INVERT (460%) 64 00 LF 4475 8 26 LONG 14 x2 4470 Al STORM 38+75 U td` 'Agz I'o 0 MV - 4_ , • ' 39+15B A 11t16.01 ED END SECTION OUT = 44768 c.W in 1. Di Dii y u_v. DF 14 x 23" HERCP 0 0150 FT,FT LONG 14 x 23" HERCie "HERCP FLARED ENID • SECT IONS SECTIONS PROP=4479 19 EX=4478 5 h 4 X L I PROP= 4478 51 10+00 10+50 11+00 VERT 1 _ 4485 4480 FLOW FILL (1000 PSI MIX) TO TOP OF SUBGRADE 4475 INSTALL CONCRETE CUTOFF WALL (SEE DETAIL] 4470 4485 4480 GRADE TO MATCH PROPOSED PIPE INVERT (3 75%) STORM 38+72 LL N LL 6400 LF OF 14 x 23•' HERCP 0 0150 FT1FT 4475 8-S LONG 14x 23" HERCP SECT 2.6 LONG /4•-x 23" HERCP 7LARED END SECT' 4470 HORIZ ' 70 VERT I ' 7 4485 4480 FLIDIN FILL (1000 PSI MIX) T401 OP OF SUBGRADE 4475 GRADE TO MATCH EXISTING (390%) Q 92 N CO nX OD N- W ^I n I W 0. 10+00 10+50 11+00 INSTALL CONCRET • CUTOFF WALL (SEt DETAIL) 4470 11+50 -ANY14 KEYMAP CALL UTILITY NOTIRCATION T:EVTFR OF cot ORADO wr sea �rr—n CALL 2 -BUSINESS DAYS iN ADVANCE BEFORE YOU DIG. GRADE OR EXCAVATE FOR THE MARKING OF UNDERGROUND UFMBER UTILiTIES Computer File Information Creaxl• Date 12/4 /2C• - '•an L as:'4OOIf ed Date '2)11/1017 .•Mtiats DT 7u1P311 M1 -ACTIVE PRCUECTSWCRO1_9'3LCR4/CAMPtAN_SMEETS Drawing Fie Mn WCR87_XSTRM-LINE DWG AutOCAD Aryan 2017 Scale AS NOTED Jots Fngis14 Index of Revisions WELD COUNTY As Constructed i3 a\OR I(S DEPARTMENT 1111 H STREET P O BOX 758 GREELEY CO 80632-0758 DRONE (970) 356.4000 - AX (970) 304-6497 WCR 87 - US 34 TO CR 46 5 STORM - STA 39+72 & 39+75 Project No %Code e v. Sal JOW •V• Sheet Subset eet Number 79 of 110 it IBER OPTIC Llf•JE (PROTECT I: DURING CTB PROCESS) stop ors FLowFILLTO TOP OF SUPGRADE iI` 5TA 40.62 36 FIEL FIELD FIT PIPE Tn EXIST nJG ♦ CONCRETE STR:;CTL RE ENO OF PIPE . 40.5-58 STA 10.30 2 10+00 r �_ 1 j I ( i \\ 1 / 4 _.!:-H.. C 1 L ..-P-EL=44%010 ME.ASURED4.6-BELCWEa BOREHOLE jj 1T4LEL=.J4i?12 -?,..7"s 1 MEASURED GBELO.WEi END OF PIFE : • - -A STA Va0'.:- 11.00 t7ER f E 1R{. -i:I 1 1 i J'^- H f?''a , r�l f I - I,S • . \\ 11 \$ ` . -.. ,a1 - --_� - 5. I ` i t • iliRRl`UI'Jr�piPt_�' .'.i- + caaP ;•F _ ' <`' ' • Er -'T H ',1'N 'tEE ST lAsA'EP r ,s4EFTc,-CP ,iM E'.S ''r`:B . r7' 9389390 ;T•1 ''•Se `mot N. 9 tY _J .. _ )ft0Is__ 1 ..ire° ..• '7 _ 9I4.00 t ••.rU "' 4u• o 17 OFFSET 19741E r� 51ORM 40455 I STA 40+67 6 OFFSET ?0=6'R '10•UU {— ?v yr-;£?:,,: y �; I ... r/ 1 t 1 / � �'•. .,� - _ iTa •:.40;R ,I I t t , X1 ?0,' 7• 7,40f3. i 1 T 3s; ' • JS E 33,70 I SURROUND PIPE WITH 1:!' RIPRAP D50 = 1•r• DEPTH = .4" MIN 'SEE STQRMWATER S � 5tth' Ned 09'13"E Ft OW riu. TO 4000 TOP OF 4•JPORACI- 1 STA 40•@t r7 ! CAUTION OAS LINE IPPC;TF�' PLAN SHEETS c ` DIME VSfOPJS} I 1 i 1• +- j j 1 01 RiEJG CCNISTRJ- C' :.. l is 1 . . i... 1 1 is i •o iV1/1 14 ALL KEYMAP 1 STORM 40+55 RIZ 1 JERT 1 = 5 4485 •cJRIZ 1" = 50' 'RiZ • STORM 77+40 STORM 77+52 I vERT 1.., s rERT 1 - 5 4485 4480 Y7 a C‘l g PIPE 40155* 0,7027 447286 Cu Q Z . ," el co p t�'1 4 1D4- < N I I QQ .^- V ^ 0z N N ry ry Q ,1 mi,_ 4460 — --"-- $ > 4460 4460 LL ? - - - 4460 ($ FLOW PS i < b Z cc Lau)4. I zr"4480 > O ' w2 < > ,- Z 4455 1 TO FILL (1000 TOP OF SUBGRADE 48 00 LF OF 72" RCP 0 012 FT/FT 4455 4455 MIX) �I 1 4455 FLOW FILL PSI MIX', �• (1000 TO TOP OF SUBGRADF. 4475 i - 6-8' LONG 2.8' LONG SECTIONS 60" DR PPE 60'- DIA RCP SECTIONS FLARED - INSTALL END CONCRTE 4475 54' LONG PIPE SECTIONS 4470 \ 24' DIA 4000 LF OF 00060 FT�T 24" RCP 4470 4450 ----- - • - 4450 4450 CUTOFF WAL.L4SE�_ 4450 DETAIL) X MI PROP= EX=4475 6 8 n X 11 W Q tCl 11 O X W 1 N f�QQ? X In 111 X Q w 1 X W C 1 Xizo Al ai 1 a CALL REFORE • OR �...O�ra rrw.r 2 -BUSINESS DAYS YOU D1G. GRADE, THE MARKING OF IN ADVANCE OR EXCAVA' UNOEROROVN' 10+00 10+50 11+00 10+00 10+50 11+00 10+00 10+50 11+00 VEVBER .,Tit. -'Es Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - STORM - STA US 34 TO CR 46 5 40+55 & 77+40-52 Project No ;Code Creation Date . • . ntals DT Date Cor^mehts Mna's .3,..41.C✓nORKSDEPARTME.`+' '•°'e`'5°'-5 laa11IoafedDa1e 12/11/2017 Initials DT _ • 11/111 STREET `�. 4 T ' i•- '1 ' P Q BOX 758 � '— GREELEY CO 80632-0758 ` V PHONE 970) 356-4000 FAX (70) 304-6497 e F;/ P3�1 Y t-•�CTNE%tO,lECT5yyCR�l_$1/JMCRMCA01PtAN-SsEE'5 2ev� es yr ! ' RAFF 3R 41 Orawrrg He Name J1CR87 XSTRM-UNE DWG etailer . rRAFF Sheet 'number 80 of 1 "., AutoCAD Verso= 2017 kale AS NOTED Units =ng isr Sheet Subset Sheet Subset -1 ; f 1 ' .PTI- CE_- i 1 t- - :r�liY lr� 1 ! I l.1 _ -3,.'PEH L- I,11-•i_ L-34` -r, r • ,''=A - -. _ .. -.. _ , 1 I 1 ? • • 1 ; I I t _ --ti \ \ / / / I _ — �— It Z7 l i li,c: 1 ' it t i t cES- I+..cg8 STA .. Y>.5o' •' c=350 i6 i5 -TA tt7+E3;7 OFgsET 27(4.3 R • NI_•3.A'II"E SURROUND PIPE 1 WITH 1:-C- RIPPAP c66‘,1-2.._ t DEPTH >4 AA t• T SEE STGRMV ire' I I 0I 3 I _ .R I,JIMENSIONS) MEASURED 3.1( 3EI ,a $TC P 'oi.1 90-'5.9? OFFSET .'.4 P', ),,1„ '1 104:24 Of.) —/ I t t ? 31 i .s i /I - 1 --.,.,: i vl h rq S7.� )e t 9 _-nPrr.F 51 r-:?RAO° .0 PTO iiA:'�`H?• ..r' - Y STA 1C-4,. ;cc SET ',I : 1 1 Pcg,. rt•, _S a 714 0.24 -; C.. 4 a1 ``., l(''' 1 ! • IL 1 t 1 1 k SHEETS cCP : % INSI cat./,�I crY >i\ •.:hE It .•PPOMSTR,JC .. r .if l 'HWY14 ift. ,A KEYMAP i __�_„�,. STORM RlT 1" = 50 90+52 STORM 111+58 VERT VERT ` 5' Y' = 5' i V VERT 1" = 5' 4485 - 4485 Qo o c, T. a ` II AT z Z a 8 9zrLty a o + a) 084460 4460 POP- + co ya> u v) to .i 1= z .:( -• m wa> Z 4455 W FLOFILL(1000PSIMIX) TO TOP OF SUBGRADE 4455 4480 - - ----- 4480 % 1 1 40 00 LF OF 72" RCP 0.017 FT/Fi 4450 5-8' LONG. 72" DIA PIPE SECTIONS 2-S LONG 77 DIA RCP FLARED END SECTIONS 4450 56 00 OF 24" RCP LF 0 0070 FT/FT 4475 4475 INSTALL CONCRETE J CUTOFF WALL (SEE DETAIL) // i ' 7-8' LONG 24" DIA PIPE SECTIONS 2-6 12 LONG. 24" DIA RCP FLARED END SECTIONS ur W to w X J�' W CC EL INSTALL CONCRETE CUTOFF WALL (SEE DETAIL) O R 2at X y v d O fY >4 X 0 W cc a c4� an CALL BEFORE LATER OF COLORADO 111 2 -BUSINESS DAYS IN ADVANCE YOU DIG. GRADE. OR EXCAVATE FOR THE MARKING OFIUNDERGROUND '0+00 1 0+50 11+00 MEMBERunto-Ts 10+00 10+50 11+00 Computer File Information Index of Revisions WELD COUNTY As Constructed VVCR STORM 87 - US 34 - STA 90+52 TO CR & 46.5 111+58 Project No /Code Creation Date '2/11/2017 indtals DT Comments nt!ais 14c-1ev,sions Last 'AoodedDate 12/11/2017 ;nrtlals DT _ ., 6 _. _ �,..,BL c AORKS DEPAR I MEN r 1111 H cul Pat sl A -ACTIVE PROJECTSWVCRe7_SH34-CR4e1CACTPLAN SHEETS STREET P O BOX 758 Revised es: rer 3 -RAFc GR-41 Drawl File Name VvCR87 XSTRM-LINE DWG GREELEY CO 80632-0758 PHONE (970) 356-4000 Seta ier D 7RAFF VOW Sheet Number 81 .), a , utoCAD Vernon 201 ScaleAS NOTED Units _ngisr =Ax (9701304-6497 Sneet Sunset Sheet Sunset HOR /"=50' HOR 1"=50' HOR 1"=50 VERT 1-.5. VERT 1"=5' VERT 1=5 4500 4500 4500 4500 C :XISTING IOW 4500 PROPOSED GRADE 4500 [EXISTING ROW n 9 TOP OF SPHALT) 9 W .✓J } t to 1Z / 1 R W QQ W 4495 4495 / ` 4495 4495 EXt.S'tNG GROUND 4495 4495 \ / 7 \ \/ ''' / \,�i r-- / \�/ ---/ --/ \ \i 4490 4490 4490 4490 4490 0- 4490 sr .-U a 1 06 Il Wu. 4485 4485 WLL 4485 4485 WLL ' - 4485 .::;“, 50 100 100 50 50 100 100 50 50 100 WCR 87 15+00 00 WCR 87 - 16+00 00 WCR 87 - 17+00 00 .4OR 1..=50 HOR 1. _5. HOR 1-.50' iER' 5 500 4500 VERT 1.=S 4500 4500 VERT r=5' 4500 4 4500 XISTING Ow 42 du18 4495 4495 c 4495 4495 w d 4495 4495 W : -N r- 4490 4490 449a 4490 4490 4490 1 X EG=4492.8 co 8 018 co tV g VI 4 I'D w i WLL - LL 4485 - 4480 4485 448 4485 448^ -50 0 50 100 100 50 0 50 100 100 50 0 50 100 WCR 87 18+00 00 WCR 87 19+00 00 WCR 87 20+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46 5 SECTIONS (SHEET 1) Project No !Code Creator Gate 12/1' IL-. • •-.trais r• , Comments _ -4.IBL•C ilK14KS „E&ARTMENT /llim o O BOXSTREET GREELEY CO 80632.075" PHONE (970) 356-4000 - - - tW MWade°Date. 12/11a017 rnha's .%T �A PO Mi-ACTIVE PRQIECTSwcRV.,9I 4.CMKA0tPLAN,SHEETS es 3R 4' Drawing E s Name JVCR87_SECTIONS pwc ;R .r •. meet Numoer 82 of 11U - FAX (970) 304-6497 autoC.1D Version 201 7 Scale AS NOTED Jnits E sr ^,� Sheet Subset Sheet Subset NOR 1"=50' NOR 1 =50 NOR 1=50 VERT r=5' VERT 1 :5' VERT 1-'=5 4500 4500 4500 450. 4500 4500 EXISTING ROW z 2 9 w w i d X5 w tY 4495 X w wo Wit 4495 ot ?� w 449f, 4495 i 4495 PROPOSED (TOP GRADE OF ASPHALT) 4495 /! I / \e EX'S—NNGGROUND � ..� / __ 4490 4490 4.— 4490 a 449C 4490 i n �y stN (pup 1n 4490 =' =e_ N V., i 44e w LL 4.485 4485 WLL 4485 4485 W LL 4485 -100 -50 0 50 100 100 50 0 50 100 100 50 0 50 100 VVCR 87 21 +00 00 VVCR 87 22+00 00 VVCR 87 23+00 00 -4OR 1.=50 '-IOR ,=50' NOR 1'=50' VERT 1 =5 VERT 1"=5 VERT 1 =5' 9 2 2 9 2 i 4495 4495 ii4495 4949 4495 4495 4 5 J w V d 'c w d T �� i� `� / / 4490 4490 \ ne5(; 4490 'es a49C 4490 till /, \ —Cf .. c0.4 i 4485 rs 03 y- t 4485 U it 44@5 (� (n� .: 4485 II it 4485 WttL WLL us u_ I 100 50 0 50 100 .100 -50 0 50 '00 0 i0 100 WCR 87 - 24+00 00 VVCR 87 25+00 00 VVCR 87 26-00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 SECTIONS - US 34 TO CR (SHEET 46 5 2) Project No ;Code CreayOi Date 12/11/2017 Intiats DT .. -2 omr''ents �i,t CAORKSDEPARTMENT 111114 STREET ',04evS]Or„ Last loafed Date: ' 2/11/2017 intuits OT PO BOX 758 - DHONE ( O ) 356.4000 ELEY. CO 80632-0758 AX (970) 304J5497 74 Pat us -ACTIVE PRaECTSVYCRI7_91Mt.CR4ICADIVLAN_SHEE-5 Rev sea ,R ' Orawng He Herne IVCR87 SECTIONS DWG Void "ret Number 83 of 110 ,,toCAD Verson 2017 Scale 4S NOTED Jnrts English Sheet Subset NOR 1"=50' HOR 1"=50' NOR 1"=50' VERT 1"=5 VERT 1"=5' VERT 1"=5' PROPOSED GRADE 'TOP OF ASPHALT) 4495 i i 4495 4495 i i 4495 4495 i 449 Z W Ft WX i d J U 4490 �-. 4490 4490 4490 4490 4490 / / e \ / \ /se cow r`�: EXISTING GROUND in 4485 II 448:, 4485 4485 4485 II 4485 6 8L 88 88 LU WLL LULL W LL 100 50 0 50 100 -100 -50 50 100 -100 5C 0 50 100 VVCR 87 - 27+00 00 WCR 87 28+00 00 WCR 87 - 29+00 00 »OR *•=50' HOR i"=5G NOR 1"=50 VERT ' =5' VERT 1' =5' VERT 1"=5 4495 9 c� 4495 4495 4495 4495 L� 9 4495 L UUPi I 2 w ! Z i e W w d w i I tj 449C 4490 4490 4490 449, 4490 - - - �t... / M tri N e c 4485 -- ro 8 — i gli i 4485 II 4485 :.1 '. (6O 4485 OOII ii 4481 (?(7 L11 LL. LL U. W LL 0 50 • 1DO 50 7 50 lot •100 50 2 50 100 VVCR 87 - 30+00 00 WCR 87 • 31+00 00 WCR 87 - 32+00.00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46.5 SECTIONS (SHEET 3) Project No Code C eaacn a _, • a s DT •c. nq a's _ . X<. ?UelLiC v1,eJRKs DEPART MEND 111tH STREET PO BOX 758 i GH ONE (97O) 3�a00005? rAX (970)304-6497 .:�'ev 6�,. I. as! Vnc.rec :a:e 42/11[201, nti416 DT r,,/ Pat W \ -AC 'IVE MNECTSV CRe1_l134CR4fCAp'PLAN_SHEETS Rev sed —es ;ire( - 3R-41 oramq He Name vvCR87_SECT IONS DWG Deteiie' .'otd -Meet Number 34 at 1 l 'wtoCAD'/erson 2017 Scale AS NOTED Units E^5 Ysr Sheet Subset ±. : ' HOR 1"=50' NOR 1"=50' NOR 1"=50' "=5' '=5' 4495 VERT t VERT t VERT 1 =5' 4495 4495 EXISTING ROW r. 4495 4495 4495 z 2 2 w ff w W ! 4490 4490 PROPWED GRADE ! 4 w 4490 (TOP OC ASPHALT) 4490 4490 4490 EXISTING GROUND . \ / 4485 4485 , Ina. 11% 4485 a U 4485 4485 tag ^� 4481 4 WLL' 4480 4480 WLL 1i 86 100 50 0 50 100 � 00 -50 r 5o 1004480 �.100 50 0 50 100 WCR 87 - 33+00 00 WCR 87 34+00 00 WCR 87 - 35+00.00 HOR r=scr NOR 1"=50' VERT 1"=5' VERT 1"=5 -iOR 1..=50' VERT 1.•=5. 4490 4490 4490 4490 rT w� w 2 4485 Cl d 4485 4 ig UJ et 4485 4485 - - -a- 4485 4485 'e 't, ` . .... .frt*h1,., .... 4480 ` 4480 4480 4480 A A 348O 1 i 4480 W II1 W�U II 4475 II II 4475 U. W LL. 50 0 50 100 '00 -5C 2 50 100 100 .500 50 100 WCR 87 - 36+00 00 WCR 87 37.00 00 WCR 87 38+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 SECTIONS (SHEET TO CR 46.5 4) Project No 'Code Create Jaw '2/11/201% 'rnbais YT Cor•mefits ?UBL.CflRKSDEPARTMENT '111N STREET r No-evis:ors tamMoot eb'Jaa 1211100' -'routs DT P 0 BOX 758 GREELEY CO 80832-0758 ?FiAOXNErf9770) 4900 9 A Nil V %-ACTIVE weaECTswt RI7_9+xLROPCAMPLAN_s�EE's Rev;sea :esx3ner Drowsy File Marne VNCR87_SEC'JON SCYVG _eta;e vat] Sneer ', . ocAC VKson u" Scale k.5 NOTED J isn 1 meet Subset Sheet Subset HOR 1"=50' HOR 1'c50' HOR 1"=50' VERT 1'=5 VERT 1••=5' VERT 1-=5- 4485 4485 4485 4485 PROPOSED GRADE 4480 (TOP CF ASPHALT) 4480 U Z 6 U Z - 1--- 4480 U 2 6 2 4480 (4 I- 4480 4480 y j w8 i w¢ W W j 1__ ♦ \ , EXISTING GROUND 4475 / .. \ 4475 \ \I�-__ --...... / ` \ lI \� 7 4475 X 4475 4475 EG 4476.4 4475 _ 'rs O � . X r -is 44 o P 4 4470 1414 us 4470 8l? W LL 4470 4470 II LL 4470 6 W 6 LL :1470 0 50 100 10050 0 50 100 100 5C 50 100 WCR 87 39+00 00 WCR 87 40+00 00 WCR 87 41+00 00 HoR 1,.=50- HOR 1' =50 HOR VERT t"=5 4460 VERT =5' 4480 VERT 4480 4480 t-=50' t"=$ 4480 .60 EXISTING 4ow a 9 R 9 wiz wtY - w uo 4475 4475 4475 '� 4475 4475 4475 ^� \ / \ J / \ / Th 4470 4470 4470 V 4470 4470 a 4470 EG=4473.7 EG=4472.8 FG=4472.63 in to i col 00 S Is O OiJ 1465 1 LL 4465 4485 Wu_ 446J 4465 4485 0 so 100 100 50 0 50 100 -100 80 0 50 100 WCR 87 - 42+00 00 WCR 87 - 43+00 00 WCR 87 - 44--00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 — US 34 TO CR 46 5 SECTIONS (SHEET 5) Project No Code Creaser mat^_ _. ' x2017 ' a s OT 1•^ :,„ ,"e s _ ,, -3;,I4.•t: ACRKS,stPARrMEN T tSTREET P O BOX 758 GREELEY. CO 80632-075r PHONE AX (970) 304.6497 -.O-R�.S:0„5 last ficcuf%0Date 12/11/2017 rotWls DT ril Pat Y w-ACTNE aRWECTSWAS7.9Ua.eRMCAbwCUN_S„EETs �evsed RAi ` GR-41 Drawing Fik Herne WCR87_SECTIONS DWG DeP., t. D TRAFF iota iheei Number 86 of 110 AutoCAD Version '017 Scale AS NOTFO 'ands Ensisr Sheet Subset Sheet Subset HOR r'=5O HOR 1"=50• HOR 1 • =50' VERT 1•-=5• VERT 1-=5' VERT r=5 4475 4470 4475 4470 4475 da75PROPOSEA0.0.TOP GRADE ° CF ig lu d 9 9; 9 4470 ....--s.... 4465 — 4470 uki w ef 4465 f / 1 ` I\� ^`� 4470 4470 - ... �te `/ \ / / \ \ s./ �( J `l EXISTING GROUND 4465 4460 r 446y 4465 el o N. 4486 4465 WI. •.- N..- FG- 488,14 I itR n q I- 4 i n LULLLL 4480 W 4460 W LL I X -50 0 50 100 100 -5C D 5C '00 100 •50 0 50 10C WCR 87 - 45+00 00 WCR 87 46+00 00 WCR 87 47+00 00 HOR 1=-50' HOR 1 .=50- 'aOR r•=50' VERT 1 =5 VERT 1"=5 VERT 1 =5 4470 4470 447 4470 4470 4470 2 4486 i g 4465 4485 it Z 2 446: 4465 N 4465 W W A ti K ,a� unr it to Go R -- / / / / N. \\ ..{, / •1- t \ d �.. W \\ _J / N.` \ ‘, r 445E 4480 4460 4460 4465 4460 \ 1'\ "I V �/ at 8��pp pp W W i �i V V W W WL�L u. u 445600 50 0 50 10 4455 44'100 50 0 50 100 4455 .104 -i0 0 50 toe WCR 87 - 48+00.00 WCR 87 49-00 00 WCR 87 5000 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR SECTIONS 87 - US 34 TO SHEET CR 46 5 6) Project No Code eat sate 1ti11 • , as -'tri31J1 :G Ar'2KS DEPARTMENT P 0 9OX 758 41e. 111114 STREET GRFFL FY CO 80632-0758 No rev La'AodteG Last Gate. 12/11 r2D' N�a+s Revised �R-4' C:I Pail w+ -AC -WE PRCUE C'SQcRI 7_ 9.kCR4ICAQlPt♦N Se.EE 'S Drawing File /1 eName CR87_SECTIONS 0WG PHONE PAXt)35 (973564O 97 Void '' Number 87 of 110 ... Sheet Subset kutoCAD Version 201' Scale AS NOTED Units English -1OR 1"=50 NOR 1"=50' HOR 1"=50' VERT 1"=5' VERT 1"=5' VERT 1"=5 °ROPOSED GRADE (TOP OF ASPHALT) 9 9 i 4465 4465 9 4465 4465 5 4465 4465 tI U1 to WIT wI ss u d I._ a- 4480 4460 , 4460 4460 J 4460 4460 �' 44 / -9i � ""`/ / _ .z X EXISTING GROUND ± ='s S <m 3-1111-4: 4455Si O8 3 4455 4455 - -- --� OO - 4455 4456 4455 OO 1` LULL uJLL W LL 100 50 2 50 100 100 50 50 100 -100 50 50 100 WCR 87 - 51 +00 00 WCR 87 - 52+00 00 WCR 87 53+00 00 HOR r"=5O HOR 1..=50. VERT 1`=5' 1-=5 4465 4465 HOR 1"=50' VERT 1-.=5 4465 4465 4465 9 r IRO 4465 d ? vX_J 1 Q 2 4455 x g w CC 2 a ul re W� q ' ', PEX 4460 r • 4460 4480 // / / 1 4460 1/I , • 4460 ,'' �, /��A , ✓'` vo V / 445• 4455 4455 4455 t0 1A O co cv ;7: 4 4n 4455 u 4455 ((ui� n I th n tau. Wt9 - 4450 4450 W u. 4451 4450 100 -50 0 50 100 100 50 0 50 100 100 50 0 50 100 WCR 87 - 54+00 00 WCR 87 55+00 00 WCR 87 56+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 SECTIONS - US 34 TO CR 46.5 (SHEET 7) Project No 'Code Create Date '2/11001% rut185 Date corTers �aLiC1j111e-4 WORKS STREET P O BOX 758 GREELEY. CO 80632-0758 FAX PHONE (970') X49 0 (9 -_.DRevislors Last hlodieaDa4 2/11, 17 robels 1evised DrRAF� esgner D ,.;k.4' PaPatw -ACTIVE PROJECTS% CRer 9134-CRI CA0ALAN s!E-c :',A Pat Detader D TRAFF 1 DrawingFie Nome CR87 SECTIONS DWG Number 88 >I • old - Sheet Subset Sheet Subset AutOCAO'lersc- 2017 Scale AS NOTED Units=rr,YsIi I HOR 1^=50' HOR 1'.=50' HOR 1,.=50' VERT r=5' VERT 1-=5 VERT 1 =5 4465 4465 4465 4465 - 4465 4465 EXISTING ROW cL STING ev PROPOSED GRADE (TOP OF ASPHALT) 4460 r hti W 4460 W 4460 446C W / //P----4.--:-..\.° --- 1 4460 W R ��. / �` 4460 •tea /\ 4455 / 4455 445.` 4455 O I O 4455 • W EXISTING GROUND 4455 O 4 I1 I I68 1V 4450 W tl 4450 4450 til U. 4450 4450 4J tL 4tI` -100 50 0 50 100 100 50 0 SC 100 100 50 0 50 10C VVCR 87 57+00 00 VVCR 87 58+00 00 WCR 87 59.00 00 4465 HOR 1' =50' -cc. •"=50 HOR 1-=5a VERT r=5 VE•-- 1 =5 VERT 1 =5 4465 4485 4465 4465 4465 LISTING to Q ROW ROW d 4460 4460 44& 4480 4460 4460 '\ /S.. / \ tic / `-.ea 4455 4455 4455 4455 4455 445., f1 H� i 3 8th W LL 4450 W u. 4450 -- 4450 4450 4450 4450 50 100 100 50 ) 50 -'r -1Oc 50 0 70 100 WCR 87 - 60+00 00 VVCR 87 61+00 00 VVCR 87 - 62+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR SECTIONS 87 - US 34 (SHEET TO CR 46 5 8) aroject No ,'Code Crux- ,.,: �2/11�. ,s _-QS.Cv'ORKS.EPAR7MENT 1111H sTREE7 •.0Rev &.of -s tom:%. t%ate •2/110017 nbats DI E O BOX 758 GREELEY CO 80632-0756 _ ?HONE (970) 356.4000 AX 9701304-6497 -'j Pat M`,-AC"NE PgWECTSWCRV_91M-CRE CA0lPUM_sHErs Rewsea ;es `; . . „2A''• R 4 Drawing File Name WCR87 SECT!ONS DWG )eta. t- J TRAFr Von" -- Number 89 of 110 AutoCAD'Jerssn 2017 Scale AS NOTED Units Engly• Sheet Sunset HOR 1`=50' NOR 1"=50' NOR 1""=5U VERT 1-=S VERT 1"=5' VERT 1":5- 4465 4465 4465 EXISTING _EXISTING ROW 4465 4465 EXISTING ROW PROPOSED GRADE 4465 EXISTING ROW d (TOP OF ASPHALT) U 014% -2ODo t= 000% ?.004b '�� rn o CPC o . 00°1_ 200 / W rf 4460 4460/ / W et 4460 4460 / 4460 4460 / \N. I \ `�,— / / 1 \ ` -1 / / �— • `-S / / \ \ `\ 1 // EXISTING GROUND".. / N. \\ / \\ v / / r N 4455 4455 4455 4455 ! 1 4455 4455 W i H 00 W La_ II OO WLL II II II 00 W LL 50 0 50 100 •100 50 0 50 100 100 50 0 50 100 WCR 87 62+03 66 WCR 87 - 62+50 00 WCR 87 62;54 77 HOR 1"=50' HOR 1"=50' NOR 1"=50' VERT 1"=5' VERT 1"=5' VERT 1"=5 4465 4465 EXISTING ROW U 4465 4465 4465 4465 EXISTING ROW j EXISTING ROW EXISTING ROW '7 60 EXISTING ROW 1.7704 %' 2 �% EXIST Ifs ROW 2.0096 -2 000 /' •60 / \` 4460 / -,..\�� \ \ 4460 / \ 7/ / 4480 4460 \ \\\ 4460 `1 4460 /\ ` /!/ / / / N. / / �\,` / � 5. / / / / O oD 4455 / / r - 4455 W i t�Vp . i 4455 M i V 4455 WLLL. 4455 Q II LLLL 11 4455 II WLL Ii 50 0 50 100 100 50 0 50 1oc • 100 -50 0 50 100 WCR 87 63+00 00 WCR 87 • 63+05 88 WCR 87 - 63+46.77 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46 5 SECTIONS (SHEET 9j Project No./Code Creailon Date' ,: ''201 % inroals Date Commerts jp .,, 'UBLCvVORr(SCEPARTMENr 1111H STREET Last Moored Date 17/11/2017 • nrtials DT P 0 BOX 758 GREELEY. CO 80632-0758 PHONE (970) 356-4000 FAX (970) 3046497 Desigre' 711 r "R 41 ".4 Path N 1-aCTNE aR0lECTspNCRe7 S,+St CR18VCA01PlAN_SNEE TS Drawing File Name vVCR87_SEC' Ot.s CWG Ce a' er C 'RAPE Sheet Number 90 of 110 -4toC,1D'letsiun 2017 Scale AS NOTED ,,,m t. T"cksr Sheet Subset Sheet Subset NOR 1"=50' HOR 1"=50 HOR 1"=50 VERT 1"=5' VERT 1"=5' VERT 1"=5' 4470 4470 4470 4470 U 0 PRCPOSED GRADE 3-6004'3 36�' -30Oe. _ PROPOSED GRACE EXISTING GROUND 4465 (TOE OF ASPFALT) 4465 / .7.--,..-, `1 ' 4465 (TOP OF ASPHA.T) 3.8pg6 3'r'01 z 4465 / / \ •• 4465 / \\ 4465 I= / � \ \ // / \\ EXISTING ROW O / / • \\\ N./ w to EXISTING GROUND / /� \\ J \\ 1 // •\ \\ W Cr f S 4460 W W W CC / 4460 / / \ \\ 4460 / / , \ 4460 4460 / 4460 f \` / \ / // in rt•I / / Ina / / \\ 1 / . 8. \ 1/ 1t r / ll 4455 UU4455 , 4455 W U 4455 WLL 4455 W Li - 4455 ) _50 0 50 100 100 -50 0 50 100 .. C 0 100 WCR 87 - 64+00 00 WCR 87 - 64+50.00 VVCR 87 - 64+90.00 HOR 1"=50 HOR 1"=5O HOR 1"=50' VERT 1"=5' VERT 1-.5 VERT 1"=5' 4465 1465 4465 4465 4465 4465 EXISTING EXISTING ROW EXISTING ROW PROPOSED (TOP OF ASPHALT) GRADE ( g ci CI t C 4460 EXISTING GROUND 4460 4460 r�\ W 4460 4460w / / / ` Nor \ / \ / 1 / / \ \ -- �r �� 'S / / \ / / \ \ \ _..— \`vr_ _v$�1 c .1 X . / / / / I N. 4455 4455 4455 p 4455 4455 4455 ee. In i (H tut,.WLL W LL 445000 50 0 50 10 4450 �� 00 50 0 50 100 4450 4450 0C -50 0 50 100 4450 VVCR 87 - 76+00 00 WCR 87 - 77*00 00 WCR 87 - 78+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 SECTIONS - US 34 TO CR 46.5 (SHEET 10) Project No 'Code 12/11/2017 -.:.a is DT CreIasi Mon .-. �-,:�- s .. 'L9i.C;JVOKKSGEPAKTMENT 111tH STREET -�evsions d tastrloarteaDare 12111/2017 inarals DT 'T�� �� t___ . ti P O BOX 758 GREELEY CO 80632.0758 t)HONE 1970) 356-4000 SAX 970) aryl 6497 r4 pall MS -ACTIVE PRgJECTsv,cRe7_4 DI 3s-cR4 CAPIAn SHEETS Revised Designer D TRAF G ,,R-41 Drawing File game WCR87_SECTIONS DWG :;etader TRAFF Vo;C -,neet Number 91 of 1 1U AutOCAD ieryrn 2017 Scab AS NOTED Units English Sheet Subset Sheet Subset -+OR 1' =50 HOR 1'•=50' HOR 1"=50' VERT •"=5 VERT 1 =5' VERT 1"=5' 4465 4465 4 4465 4485 4485 4465 9 'I3 9 w PROPOSED GRADE a l d /‘. y 9 W / \ w i<//_(TCP(rASPHAT) 446 4460 / I ` X. \\� 4460 4480 a y -- EXISTING GROUND 4480 4460 / / ; ; \\ I i % \ \ i I ,. t X:: ) ', / 1 4455 4455 N • °' r 4455 4455 I I al 4455 4455 aoS ii Fi i w a 11 LULL 1 II LU 11 LL 445 4450 4450 445O 100 50 0 50 100 100 50 0 50 100 -100 50 0 50 100 WCR 87 - 79+00 00 WCR 87 - 80+00.00 WCR 87 81+00 00 -OR , =50 ERT , =5 4465 HOR 1'•=50' VERT 1..=5 4465 4485 HOR 1'=50' VERT 1•=5' 4465 4465 4465 •ci lii 1S 4460 m tea 4460 4460 a ! 4480 =1460 4460 /'..., ' I \ / 4 1 ` I t 4455 \. 4455 4455 -- - - L--- 44^.. 4455 - FG=4458.60 4455 EG=4458.3 FG=4457, 77 1 CD. a A CO 1 H 8 6 6 W W,... 445O 4451 4450ry4�450 4450 4450 -100 -50 .1 -I 1 ro , nn ,0 1 ;0 100 100 50 50 100 WCR 87 82,-00 00 WCR 87 83+00 00 WCR 87 84+00 001 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 — US 34 TO CR 46.5 SECTIONS (SHEET 1 1) Project No 'Code caamDate' ,V11/2017 r ras '.3 Revisions Last Plodded Date 12/11/201 r. "'batsaUBLUC'WORKSDEPARTMENT P O BOX 758 alti, 1111 H STREET GREELEY CO 80632-075 PHONE (970) 356-4000 FAX (970) 304 6491 r'A Pat Ms -ActrvE Pecucci5MCRlli$M-CR4CAokPLAN s. EE Ts 1CViSfd 'e5Kj(''.' RAr' D18weig File Name. v�CR87 SECTIONS DWG Detai;er RAFC oia • autoCAD Verson 2017 Scale AS NOTED Una Spy Sheet Subset Sneet Subset NOR 1"=5O HOR 1..:50, HOR 1"=50' VERT 1"=5 VERT 1"=5' VERT x=5- 4465 4465 4465 4465 4465 XISTING OW Ca 4465 ISED GRADE F ASPHALT) azir 4460 4460 us r1' W 44J 4460 tb Ce iset 4460 4460 w a ^ �X EXISTING GROUND I- ♦ / , I 4455 4455 I ♦ 4455 4455 CO CO 4455 4455 A a N. I' G=4458.07 1 *a iu� WLL 4450 4450 n w a 4450 4450 n 44x-'. 4450 0 50 100 100 5C 0 5C 100 100 • 50 J 50 100 WCR 87 - 85+00 00 VVCR 87 86+00 00 VVCR 87 - 87+00 00i NOR 1"=50' NOR 1"=50' HOR 1"=50' VERT 1 =5 VERT 1^-_-6• VERT 1 '=5' 4465 4465 4465 4465 4465 4465 cXISTING ROW 4 XISTING OW 95 9 2 9 4480 w 4460 4460 446 4460 r) as 4460 _ _ � ----cm‘.` r j ♦ i 1� 1 1 1 1 4455 4455 + 1 4455 4455 FG=4458. 17 — 4455 4456 1 1 if I 00 I WW Li_W 4450 4450 LL 44,, 4450 4450 -- 100 50 0 50 100 ")0 -50 '.) 50 100 • 100 --0 9 50 '00 VVCR 87 - 88+00 00 WCR 87 89+00 CO WCR 87 - 90+00.00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46.5 SECTIONS (SHEET 12) Project No /Code `ate Corrmerns Cresson Date- '?/11/2017--;rnt:a s -. - au& C nK RKS DEPARTMENT 1'11H STREET P O BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4000 FAX (970) 304-649/ ^40 Rev,S.o-S Last loaded Dale • 2111O017 initiate DT Revrsea es,grer R-4' ti j.all - r %-ACNE weaECTS Rh7 94)4-CR4eCAbtPtµ .., etauer Drawing Re Marne VHCR87_SECTIONS DWG Vba Sheet '/umber 93 of m meet Subset S'-eet Subset AtaCCAD Vernon 2017 Scale AS N0TF� NOR 1"=50' NOR 1":50' I -40R 1"=50' VERT 1 -5 VERT 11=5' VERT 1=5 4475 4475 4480 4480 4466 i 4465 9 y 3r iz w 4470 9 to y X 4470 4475 4475 4460 W of \\u�i ac 4460 w� ;�+ w� V r J / J 4485 - �'�� /r*�G\ 7 J / 4465 , -- ! ,� \�/\/ .- N. // \ J 4456 • a 4455 r If ! v 4470 OHO 4470 66 IL LL 44� (96 IL U. 3 6C4 W I LL S -100 -50 0 50 100 00 -50 0 4460 50 100 4485-100 -50 50 100 WCR 87 - 914-00 00 WCR 87 92+00 00 WCR 87 - 93+00 00 NOR •.'=50' VERT 1' =5' 4485 4485 4490 ++OR 1.',50' NOR 1"=50' VERT r'=5 VERT 1"=5' 4490 EXISTING ROW EXISTING ROW 3 4490 EJ R1 EXISTING ROW 4490 E 4480 4480 4485 ppp C / /t d 4485 w / J 1 / / ! i I 4485 1 4485 \ r \ a \ / `\ 4475 EXISTING GROUND PROPOSED GRADE 4475 4480 1 1 / / 1� 1 \ EG=4477.9 FG=4476.89 LSPHAL 4 • 4480 v 0r` r 4480 tn0 ti W 4480 4470 14"r' 4475 WLL W LL 4475 .100 50 0 50 d' .100 50 50 100 100 -50 0 50 100 WCR 87 - 94+00 00 WCR 87 954-00 00 VVCR 87 - 96+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed VVCR 87 SECTIONS - US 34 TO (SHEET CR 46 5 13) Project No /Code Cream Date. /2/1141017 .rotas , - 'U&t-.C.: VCR KSvEPAR'YEN: 1111H STREET P 0 BOX 758 GREELEY. RCO 806320758 HONE 1970) 356.4000 SAX ;9701304-6497 . '«.,. s.nrs Last 4od,fed Date. •2)1141017 'routs _. .11 Pat M1-AC'NE WtWECTSVYCRO7 SH14CR•ICAr71PLAH SHEETS deviseU -a y - RAPE GR-4, Drawing a Fde Name VVCR87 SECTKONS DWC eta ier rRAF r Vod Sheet Number 34 at tutoCAOVerson 2017 Scale AS NOTE() ,;n.ts c 6sn �i Sheet Subset Sheet Subset HOR 1"=50' HOR 1"=50' HOR 1-=50' VERT 1 =5' VERT 1"=5' VERT 1"=5. 4490 2 $2 4490 i 0$ � cQ w w tY 0 w i O in K w ccw O rr 4490 PROPOSED GRADE 4 4490 490 (TOP OF ASPHALT) 4485 J 4485 1 / 1 �� / r � f �\ 4485 ...b.- 1 11 ` / / \ / 1/ f \ ( \ / 1 / / f \_ EXISTING GROUND 4485 4485 bi f/ / 4485 4480 _ 0) M CD O n M Nl1- i ! 4480 i i i 68 (98 4480 4480 6U' 4480 wLL UJU W U- 1 'IC 50 0 50 • o ' 'r -50 3 50 100 100 -50 0 50 100 VVCR 87 - 97+00 00 WCR 87 - 98+00 00 WCR 87 - 99+00 00 HOR 1"=50' HOR 1'=50' HOR 1"=50 VERT 1•'=5• VERT 1"=5 VERT 1"=5 4490 _EXISTING ROW _rt 4490 1c7) to - 4490 x WitW� R 4490 L z 4490 2 7 U J4490 J • D �Xc w w U wit 4485 448:: 4485 1 f� �� f 4485 4485 ���\� '1 i / / ,4135 r � / \1 / / / 4480 4480 V 4480 cos 4480 v WLL 4480 68UJLL 4480 • I . .-.,. 50 0 50 100 .100 3 5C 100 4475 4471: 50 0 50 100 4ry WCR 87 - 100+00.00 VVCR 87 101+00 00 WCR 87 - 102+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 — US 34 TO SECTIONS (SHEET CR 46.5 14) Project No !Code Creation Date 12/11/2017 a ` Comments .natets --.',6L C 11/2/CRKS JEPARTMENT •111H STREET '.0-teV'S'gns Last Mathieu Date 12/11/2017 nuals DT P 0 Box 758 GREELEY CO 80632-0758 PHONE 0L97tj )� X4000 F,Al Pa:h M1-ACTNE PR CUE CTSWCRII SH YCROCAOIPLAN SHEETS .--- Rev,sec ��esigner =n. - .3R-41 Drawing F* Name WCR87_SECT;ONS DWG r 'etaiter ; TRAFF void Sheet Number 95 ;r AutoCAD Version 2017 Scale AS NOTED Units Engish Sheet Subset sheet Subset HOR 1"=50' HOR 1"=50 HOR 1"=50' VERT 1"=5' 4490 VERT 1"=5' 44l�O VERT 1'=5' 44904490 ^ r PROPOSED GRADE (TOP OF ASPHALT) 4486 ^ 9 d 9 8 d4485 lY ul u 4485 4485 9 9 4485 w N i cc co wo 4480 4480 Hr \ 4480 r I ,V 4480 %v/ 4480 f` / /�� GROUND 4480 ki vr / to. \ .4. EXISTING srcid en 15C i 1 - IL U. 4475 4475 - J WLL — - - 4475 4475 W LL 44 0 50 100 100 50 0 50 100 .100 .50 50 100 VVCR 87 - 103+00 00 VVCR 87 104+00.00 VVCR 87 105+00.00 HOR •"=50 HOR 1..=50' HOR r=50' VERT r=5' VERT 1"=5' VERT 1-=-6 4485 4485 4485 4485 9 V 2 4485 9 9 446 S14 w ti wa w �� wt R3 wa d c ..\ 4480 4480 4480 4480 4480 E4P• I1 I \ / I\ / % / / / \ / / `/ � / t rl v enema ap, en tip en 4475I.I. 4475 4475 4475 00 88 4475 86 447`.. WLL WLL al U. 50 0 50 ,fl( 100 -50 0 50 100 100 50 I 50 100 VVCR 87 - 106+00 00 WCR 87 107+00 00 VVCR 87 - 108+00 00 Computer File Information Index of Revisions WELD COUNTY As ConstructedProject VVCR 8 7 U S 34 T O C R 46 5 SECTIONS (SHEET 15) ) No Code Crear Date. .._ • -02017 'ials DT ' _ 'UBLICWORKS DEPART MENI No Revts.!;".c Last Aloof edDate '2711,2017 ,hail DT 1111H STREET P 0 BOX 758 GREELEY. CO 80632-0758 PHONE (97))) 356 4000 SAONX (970 304-6497 'II P3₹r Mt-ACTI'VE PROJECTSWCRt1/_SN34 CR4fCAT11P!AN_SHE ETS Revised y; ' :RAF:, GR-41 Graving File Nerne VVCR87_SECT;ONS DWG a ade 0 rRAFF Void Sheet Number 96 0l AutoCAO Verson 2017 Scale AS NOTED Jna^S s = tsn Sheet Subset Sheet Subset HOR 1"=50' HOR 1"=50• HOR 1"=50' VERT 1"=5 VERT T'=5 VERT 1••=5 4485 �� PROPOSED ITOP Of GRADE ASPHALT) 9 � 9 U 2 lig iii d U 2 W �5 �>2 W m fa 4485 4485 Rm d tU 4485 4480 �t-% x480 4480 � .. —r\` / % / ♦ / `` � 4480 4480 4480 / / 4475 - 4 PI t 4475 4475 :a _it X E$RSTINO in # GROUND )( u WLL u n u 4475 4475 t f 4475 ;i'u, WLL 100 -50 0 50 100 100 50 ) 50 100 -100 50 0 50 100 WCR 87 109+00 00 WCR 87 - 110+00 00 WCR 87 1 1 1 +00.00 r10R 1'LSO• NOR 1'=50 NOR 1"=50' VERT 1"t5 VERT 1-i5 VERT 1"=5 Z 9 9 i 4485 {z9 w m 4485 W 9 W W 2 22 4185 g K 4485 4485 t3 Wcc 4485 W I 4480 A 4480 4480 4480 / / 4480 `0/ 4480 OlCI N 2, <A! - --- isi - I I V 1 4475 •74th 4475 4475 4475 4475 W LL W U. W ti_ 100 .50 0 50 100 100 50 0 50 100 1(X) 50 0 50 100 WCR 87 - 112+00.00 WCR 87 - 113+00 00 WCR 87 114+00.00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 8 7 U S 34 T O C R 46. 5 SECTIONS ( SHEET 16) Project No./Code Creation Date 12/1 • .:; • r ttats ,.-..�.nt5 ?utILIC V1ARKS JEPARTtyEN 1 1111H STREET No Rev-s•crs Last 'Aooif ec Cate 12/11 /20' - ft -mats PO BOX 758 GREELEY CO 80832-0758 RFHASINE 356405 9 rAPn. v+-ACT•.4 PnaEctswcw_sr,Ycaur vLAs_s•E=_-s Rewsea es,ger JR »• Orating Ft tin 'AC R87 SECT!ONS OwG etarler -fetter Void Sheet Number AuteCAD Anon 2017 Scale AS NOTED Jrits E1r,1h.- Sheet Subst Sneet Subset HOR 1' =50' HOR '"=50' HOR 1"=50' VERT 1..=5VERT 1"=5 VERT 1“•=5' 4490 4490 4490 4490 9 EXISTING ROW I- ii 9 4490 h a C 4490 w� d �� 'COPC 4485 wit 8 4485 4485 4485 PROPOSED GRADE Ill TOP OF ASPHALT) \fmC . \\ � 1 4485 -- `` 4485 f \ / \ / \ / 4480 4480 4480 X EXISTING GROUND 4480 co FG=4482,57 �o o � 4 4480 pi W n W f 9 4480 II $ p LL LL W LL 4475 -50 4475 4475 4475 0 50 100 100 -50 50 100 100 Af - ,rn WCR 87 - 115+00 00 WCR 87 - 116+00 00 WCR 87 - 117+00 00 HOR 1"=50 HOR 1"=50' VERT 1"=5' VERT 1"=5' V 4495 _EXISTING ROW 4495 0 ? Z 0 4495 ? H R 0c 4495 w 0 R 4495 w 0 w it cc 4495 0O 4490 4490 i t. \` i 4490 - \ N / 4490 \ /1 - \ i 4490 �\ / / \ / \ / 4490 \ \ \/ 4485 4485 to Q O :48= co 4485 i r i Si 448 88 4 06 V 4485 88 4 LULL WLL W LL x&100 4480 50 0 50 '00 100 50 0 50 'DO 100 •50 J 50 100 WCR 87 - 118+00 00 WCR 87 - 119+00 00 WCR 87 - 120+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46.5 SECTIONS (SHEET 17) Project No /Code Canon Date 12/11/2017 " I a s DT re Comments •nt, PUBIC WORKSDEPART MF'•.. 1111H STREET NaoRevlsio's Last MoalfeeDate 12/11/2017 -opas ;T P O BOX 758 GREELEY CO 80632-0758 PHONE 1970) 356 4000 _ TAT 4�^,1 ?c a-�4o -Revised Desl(g^:. - -RAPE ;�R 41 Full Pat M s.ACTIVEPROJECTSWYCRSI_SH]4.CR4e'CAO PI. AN SHEETS Leta e RAPE Drawing File Name WCR87_SECTIONS DWG ',heel Numoer 98 of 111 /old Sheet Suoset Snee: S.4uset AutuCAD'lersion 2017 Scale AS NOTED Units English HOR 1"=50' HOR 1"=50' HOR l''=50' VERT 1"=5' VERT r•=5 VERT 1"=5- 4500 4500 1 STING rV 9 WX 4500 i 4500 4500 uitr STING EXISTING ROW 4500 4495 4495 w t wo S 1 PROPOSED CF GRADE ASPHALT) / 449$ 7-, (TOP 4495 4495 / 449` - \\ / - 1;. '- / / �`//�t 4490 4490 1 \\ / EXtSTtNG GROUND \ W a0 4490 m N n 4490 to N Of nj cj Ofti It 4490 -- it 449C a WILL II II II 4485 4485 W U.UL W'u_ ' -/c. 50 C 50 100 100 50 D 50 100 I ;C -50 0 50 10C WCR 87 - 121+00 00 WCR 87 - 122+00 00 WCR 87 - 123+00 00 HOR 1"=50' VERT 1"=5' HOR 1"=50' HOR 1"=50' VERT 1'=5' VERT 1"=5' 0 z z 45000 4500 4500 4500 _EXISTING ROW wcr x 0 wrr 4500 EXISTING ROW 4500 I woe 4495 / 4495 4495 �` { / \`/ / \ 4495 4495 // 449 / V v 7 tv 't v4490 0N) 4490 f i it (9O 4 4490 68 I 449O 4490 04O 4490 MI U- W U • W LL 100 -50 0 50 100 -100 -50 0 50 100 1CC -50 0 50 100 VVCR 87 - 124+00.00 WCR 87 - 1251-00 00 VVCR 87 - 126+00.00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO SECTIONS (SHEET CR 46 5 18) Project No./Code Creation Date 12/11/20' - - • a;s DT s nit,aIs :"U8LCWORKS DEPART MEN ; Nc-2evsicrs last %threeDale. 12/11/2017 nrtiais DT 1 t'! r' ¶111H STREET ; G HON 0 O 80632-0758 X -4000 -4XE 970) 304-6497 A Pall V -AC TNE *RODE CTSWCRe7_SHJ4CROOiC.GAAPIAN_SHE E':)e5, Rev�sea f er ;R-41 Drawing File Name WCR87_SECT ONS DWG Delayer voma meet Number 99 of 110 >utoCAO Verson 2017 Scale AS NOTED Units E Ysn "c Sheet Subset Sneet Subset HOR 1"=50' HOR 1"=50' -10R ' VERT 1"=5* VERT 1 =5' VERT ' 4505 4505 0D 3 6 0 w . . er `� 4500 - -- - Z � w 4500 4500 � /^ PROPOSED GRADE 4500 8 re 4500 / (TOP OF ASPHALT) 4500 w¢ /// I / \\ / 4495 4495 / \ / N/` 4495 // 4496 / / // \ / \M\ / ` ` EXISTING GROUND % 4495 Colrn vv 4495 ��i cp W rn 4490 08 WLL 4490 4490 00pi LULL it 4490 4490 II OO W II LL 4490 0 50 100 100 •50 0 50 100 100 -50 D ;� 100 VVCR 87 127+00 00 VVCR 87 128+00.00 WCR 87 - 129+00 00 HOR 1•'=50 VERT 1"=5' HOR 1"=50' HOR r=50' VERT 11-=6 VERT 1' =5' 4505 4505 EXISTING ROW 4505 4505 EXISTING ROW 1;F - EXISTING ROW 2 9 4505 4505 o3 c LISTING �4V Lil Cf 4500 4500 r 4500 4500 / [..0-°'•••• / \ / / \ \ 4500 4500 I / +495 4495 4495 \ / 4495 \ / to n n tO 449:__ 4495 �..0 W l L WLL W LL 4490 100 -50 0 50 100 4490 4490100 50 0 50 100 4490 100 -50 0 50 100 VVCR 87 - 130+00 00 WCR 87 - 131+00.00 VVCR 87 - 132+00.00 Computer File Information Index of Revisions WELD COUNTY As Constructed VVCR 87 - US 34 TO CR 46.5 SECTIONS (SHEET 19) Project No /Code Creation Date 12111/2017 rnttals DT Date - �ents s - 'uBL,CACRKSDEPART MEN• nil H STREET IOReviS!Ons IastMoe edDate 12/11/2017 MitaIs DT ° L ., �� A PO BOX 758 GREELEY CO 80632-075N ONE (970) 3564000 PPS N E (970) 304 6497 lev�sea D• rRAFF esgne DR,41 :7 AI N\ -ACNE PROJECT$'WCRl7_SH34-CR45CAp\PLAN SHEET$ Drawing Pik Yarn .NCR87 _SECT IONS DWG t7eta ier D TRAFF :old sheet Number 100 of 110 Sheet Sunset Sheet Sunset Au '/ toCADersIon 7017 Scale AS NOTED Units Er Ysr HOR 1"=50' HOR 1"=50' NOR 1''=50' VERT 1"=5' VERT 1^=5' VERT t"=5' 4505 4505 2 EXISTING ROW 0 ~ S2 z0 IQ 3 4505 w 4505 C) R( 4505 F tng wr 4505 0 vt3 w fY d w K PRO DOSED GRADE 4500 45C / 4500 ti/\ d (TOP OF ASPHALT) tr ` / / / 4500 N4500 \ \ / i ; \\ / 1- EXISTING GROUND 4495 / 4495 4496 .-r8i 4 495 4495 ro: 4495 i N II R n W'LL� is n WLL n WLL 4490 4490 100 -50 0 50 100 100 50 50 100 100 50 0 50 100 VVCR 87 133+00 00 VVCR 87 - 134+00.00 VVCR 87 - 135+00 00 HOR 1"=50' HOR 1"=50' NOR 1"=50' VERT 1"=5' VERT 1"=5 VERT 1'=5' 4505 4505 4505 4505 4505 4505 EXISTING tOW STING W 0 2 2 Z co 8 ! r~ :;CC 4500 4500 4500 x0 w 4aii 4500 tz w / I .-- Z-1 f / 1 4495 .\ \v 149` 4495 % 11 \\ 4495 4495 J' \ 11 4495 / _1 FG=4497.32 FG=4496.71 7 X o tO iI ii; W W jJ LL7 It it 449;, 4490 I 449C 4490 I 1490 4490 50 0 50 100 -100 -50 50 100 50 0 50 100 VVCR 87 136+00 00 VVCR 87 - 137+00 00 VVCR 87 138*00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR SECTIONS 87 US 34 TO (SHEET CR 46.5 20) Project No /Code or 12/11/2017 rota,sComments uo —��3��G v11:RKS DEPART Vie`? `� 1111 H STREET . .0 '1evs,:x7s LastCre ored Moored Last 10CiiedCate- 1y1t12017 initials �T .-.• - - 5 kO4 _ P 0 BOX 758 GREELEY CO 80632-0758 r ; l �- -.'`• 9700) Z42ah u!-AciivE PRWECTSWVCRl7_SHy-CRatCADtPLAN_SHEETS Rev'seo ;es er ' TRAFF '9^ GR-41 Orawng File Name VVCR87 SECTIONS DWG retailer TRAFF Jo'a Sheet Number 101 of 110 PHONE .R330564-6427° AutoCAC Version 2017 Scale AS NOTED Units. Englis' Sheet Subset Sheet Subset HOR 1 =50 HOR 1..=50. HOR 1=50 VERT 1 =5. VERT 1"=5' VERT V =5 4505 4505 4505 4505 4505 EXISTING ROW 4505 2 liD wiz W d I ( 'OSED GRADE 4500 45pc. 4500 4500 4500 (T OF ASPHALT) 4500 I r r \ �` I 7 \\ e \ 7` 1 *.° / \ F \ ' o1 \ FF \ F I 4495 - - \\ 4495 � \\ I 4495 4495 3) c ., 4495 n EXISTING GROUND 4495 a :: .... i LL U. 4490 4490 o W II LL 44�, :4,-a; - -- - 4490 4490 100 '00 50 0 50 100 -100 50 50 100 WCR 87 - 139+00 00 WCR 87 140+00.00 WCR 87 141s-00 00 HOP • "50 HOR 1"=50' HOR 1-.50 VER- ' 4505 VERT t =5' VERT 1....,--2 4505 STING IV Wg 9 4500 w re 4500 rti 4500 4500 EXISTING ROW rt 9 4500 X wtY t (3 X wtr O > 4500 e` �� % 449 •/ 7 4495 4495 \ / / / / 1es' 1 F '\/ ` *I i ' 4495 4495 1 .o.4 X <I A 4490 v 'nIn 4490 141- 4490 I 4490 0 it I al U. la U._ W LL za90 4490 1 50 100 "10 50 1 50 too 100 50 0 50 100 WCR 87 - 142+00 00 WCR 87 143+00 00 WCR 87 143+71 54 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46 5 SECTIONS (SHEET 21) 'project No Cod.. _. '—e-rs Claim Date- ,201; auaL iC WORKS DEPARTMENT ttttH STREET P O BOX 758 IIIINID" G PHEOLNE (9 0) 356.40EY CO -007058 FAX (970) 304-6497 '.o Rersu• ` Last Mae et ate '2111/2017 lev5� ?SIgner a "RAF= rAl NW Pall '-AC"VE aRCuEC'SCR07_SN3a-CRaa CA0PiAN S+•EETS Drni g;Ile Name JNCR87_SECTIONS DWG "a.ier D 'RAPE °itl eet Subset S^eet Sunset 1utoCAD Verszcn 2017 Scale AS NOTED Units Engish NOR 1"=50. NOR 1"=50' NOR 1' =50' VERT 1 '=S VERT T'=5' VERT 1"=5 p g 1 2 iQX 4500 4500 4500 4500 45,-:.: 4500 al W w § EXISTING ROW EXISTING ROW -0 35% -z00% PROPOSED GRADE 3 00% -2.00% (T00 OF ASPHALT) � 4495 4495 4495 4495 4495 4495 ` \ , /' t` ' i4. , \ / EXISTING GROUND 7I .t` /' N(2/ 4490 4490 •-N 4' g 4490 4490 DO 0 I- g 449:; 4490 66 W $ 11 W 11 LL 11 W .1 LLU. -100 50 0 50 100 100 50 ." 'i 100 50 0 50 100 VVCR 87 - 144+00 00 VVCR 87 - 144+06 04 VVCR 87 - 144+40 54 HOR 1"=50' HOR 1"=5C HOP 1-r50' VERT 1"=5 VERT 1": -, VERT 1 51 4500 4500 i 2 4500 4500 450c 4500 I wet 400 Luce -4 p 16 4485 4495 8 � OY 1 x .Gb O re 4495 4495 `2 4 � 9 is, -I. 449` 4495 \ / \ 1 , . , , VI ` N -831...S i I if ,I 4490 IR8 I I 4490 4490 4490 4490 �� 4490 66 WLL WLL W LL 100 50 J 50 100 100 50 7 50 100 r,( 50 0 50 100 VVCR 87 - 144-75 04 VVCR 87 145+00 00 VVCR 87 - 145+50 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 — US 34 TO CR 46 5 SECTIONS (SHEET 22) Project No :Code :-ear Date 12/11/1017 Inta s _ Comments a U&cdtORKSQMEN ' +,EPAR; o-ei slur Last %foo(ec Date. 12/11/2017 )rites O' 1111H STREET 0O BOX 758 GREELEY CO 80632-0758 PHONE (970 358 4000 =Ax (970) 46497 r;1[i Pat Y\-ACTvE PROJECTSr.CRal ›434-CR4tCAp1PtAN_SP4EE 7 S • ReviseC ..,. _3R..:" Drawing Fie Mere VuCR87 SECTIONS DWG Void Sneet Number 103 at 110 auroCADetsicn 2017 gala AS NOTED Jnits English ' Sheet Sunset NOR 1"=50' NOR 1"=50' HOR 1"=50' VERT 1"=5' VERT 1"=5 VERT 1"=5' 4500 4500 i 4500 EXISTING ROW N - - 4500 wd EXIST ING ROW 4500 4500 EXISTING ROW _^. r. f w Cr �- .z 00% 4495 PROPOSED GRADE ��4494495 5 / \ \ / 4495 4495 I � (TOP OF ASPNALTI 4495 if \/ V \of \ / EXISTING Oif aid GROUND � S 4490 • 40.90 4490 n W $ R LL 4490 4490 II W II LL 4490 v u W u U- 100 50 50 100 100 50 .30 100 100 50 1 50 1!10 WCR 87 - 146+00 00 WCR 87 - 146+44.37 WCR 87 - 146+78.87 HOR 1"=50' VERT 1"=5' HOR 1"=50' HOR 1"=50' VERT 1"=5' VERT T'=5' 4500 4500 a 2 it z 4500 4500 STING N 4500 X Li) C et ROI 4500 z. �` 0 0 R. D c 4495 4495 2 2 7.60 ��`•` X w 26Qo4 x wft 4.495 4495 \/ 4495 4490 4495 4490 / el N N 4490 4490 4 s 4490 4490 a W 3 u WLL UJ U. 4485 -100 -50 4485 0 50 '00 100 7,0 50 100 100 .50 0 50 100 WCR 87 - 146+82.37 WCR 87 - 147+00.00 WCR 87 - 147+50.00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 SECTIONS - US 34 (SHEET TO CR 46.5 23) Project No./Code Creation Date '21'112017 vitals T Date Comments nrnt'as _ ., gar. WORKS HDEPARTMENT PUBL;C11STTREE 11 PO BOX 758 GREELEY CO 806320758 PHONE (970) 356-4000 SAX ;97013046497 o?ev'sions Last Madded Dale: '7.!11;20'% m;ha;s :? 7ulPa:h Mt -ACTIVE' RoJEC7SWVCRe7_s174CROCA01P1.ANSHEETS R2V;SeC1 �esid^er -RAF= R 41 Drawing =ile Name ‘/VCR87_SEC T IONS DWG :eta er -RAF Void Sheet Numoer 104 •tr 110 a AutoCAO Version 2017 Scale AS NOTED Jns FnglshSheet Suoset Sreer Sunset NOR 1-•=50' HOR 1"=50' NOR 1"=50' VERT 1"=5' VERT 1"=5' VERT 1"=5' 4500 4500 STING W O 2 c --- 4500 4500 4500 to 3 x0 w¢ STING IV 12c - STING ✓V STING N STING N 4500 4495 _260% •••••-.................4495 , .. 4495If/ PROPOSED OR 4495 4495 (TOP OF ASPHALT) 4495 4490 / V-4- EXISTING GROUND / 4490 (I). 4490 i i I 4490 4490 4490 66 06 66 4485 WLL 4485 UJU W LL •100 -50 50 100 -100 50 J 50 'DO 100 50 0 50 100 VVCR 87 148+00 00 VVCR 87 148+19 83 WCR 87 - 148+30.21 NOR 1"=50. NOR r"=50' HOR 1"=50 VERT 1"=5' VERT 1"=5' VERT 1 =5 4500 4500 4500 EXISTING ROW NO o r. 4500 4500 EXISTING r ROW \1:1 in) S ae EXISTING ROW 9 4500 EXISTING ROW cl ,co w IX -2.0096 9 4495 � 4495 ra 4495 4495 Z 4495 / \ 4495 / / 4490 4490 4490 - — 4490 4490 in 4490 . i H ii W LL W LL 4485 W LL 100 -50 0 50 100 .100 0 50 - . 1 f) -50 0 50 0O485 b VVCR 87 148+64 83 WCR 87 - 148+99 44 WCR 87 - 149+00 00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR SECTIONS 87 - US 34 (SHEET TO CR 46.5 24) Project No !Code '.'eatlon Date' 12/112017 rnha;S , - re ,amine^Is wo PUBLIC WORKS DEPARTMENT 111tH STREET `+o Kevisions Last MoDdea Dale 12/112017 Initials CT PO BOX 758 GREELEY CO 80632-0758 ",il Pat MI-ActrvE PROJECTSYNCRIP_SH}t-CAa&CADtPUN_SHEE TS Revised )es.gne- '?:, Dram-ig File Name WCR87 SECTIONS DWG Retailer j TR:: PHONE (970) 356-4000 PAX (970) 304-6497 Void AutoCAO Version 2017 Scale AS NOTED Units Engbsh Sheet Sunset • •-aOR 1 +-CR 1"=50• NOR 1^=50' VERT 1"=5' VERT 1` =5' VERT 1 =5 4500 4500 9 4500 (7 r EXISTING ROW 4500 4500 (J 4500 (��3�Z jj w 2 2 ti,4.00% %% uJ C 4495 4495 4495 PROPOSED GKADE 2_00°A 4495 03096 . (TOP OF ASPHALT) ...----m----..... 4495 -zoos 4495 / / '\•• / --- _ / s./ / / i /,may—� 1/ / ,/ EX STING GROUND 4490 4490 4490 -. 4490 4490 4490 4485 p ii LULL 8 4485 't'1 08 W LL H LU LL 10C 50 0 )0 100 100 SC 50 100 100 -50 0 50 '00 WCR 87 - 150+00 00 WCR 87 150+28 93 WCR 87 - 150+65 43 -+OR ''=5Q' NOR 1''=50 '-OR 1"t5t; +ERT ,. =5 VERT 1 =5 v- r 1"=5 4500 4500 _EXISTING ROW EXISTING ROW 4500 — - - 4500 2 EXISTING ROW 4500 4500 2 to 4495 4495 W • _2 c. 4495 4495 240% 4495 2trprX .2 4495 4490 - 4490 4490 m ty 4490 4490 4490 88 88 III II W LL LULL LU LL 448500 ' o 0 so 100 �� 100 50 1 50 100 100 50 0 50 100 WCR 87 151 *00 00 WCR 87 151+01 93 'BEGIN CATTLE GUARD (MATCH EXISTING) WCR 87 151 09 63 'END CATTLE GUARD (MATCH EXISTING) Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46 5 SECTIONS (SHEET 25) Project No /Code Crenon Date 12/'1!2017 nun '?ate --,.15 • i •, .. lauSt•G DEPART ENT tSTREET '.o .1evspurs Last 'loafed Date 12/11O017 n4Mls ^ • f, j lr I �1 l P 0 BOX758 I . GREELEY CO 80632-0758 * DIGNE (970) 356-44000 FAX (970) 3046497 '4 Pat Y,-ACTvE ntoJEcTsWCRl_sn34.CRWcAU1a AA_Ss EE -e ''ev xsgner 3R-41 Qrartrg F, `lame MCR87 SECTIONS DWG DetaFie r fold Sheet Number 106 of • II; AutoCAC Verson 2017 Scale AS NOTED Units !Nish ^5 Sheet Subset Sheet Subset HOR 1"=50' HOR 1"=50' HOR 1=50. VERT 1'=5' VERT ' -5 VERT 1"=5' 4500 4500 KISTING ow 4500 STING W 4500 4495 SO 4495 4495 Z r wer x wEY tad 4� 4495 4'00% 4495 4495 PROPOSED GRADE (TOP CF ASPHALT) %F N40O% • _ _`+►��� �46 \\/ \�N 4490 I \ �. IN N. 4490 \ice EXISTING GROUND 4490 449C � 4490 0 0 4490 to e N N �O�1 It II F WLL 4485 WLL 4485 4485 WLL" 100 -50 0 50 100 .100 5C 0 50 100 •100 50 50 100 WCR 87 - 151+54 27 WCR 87 - 152+00 00 LWCR 87 - 152+48 36 HOR 1"=501 HOR 1"=50' VERT 1^=5' VERT 1'=5' HOR T'=50' VERT 1"=5' 92 4495 w8 4495 Z0 Z 4495 Uet 4495 0 . c. 1 4495 Z 4495 t'J 2.00 W i u d 2.00%� r / U I 1 1 0 2tiq�/ � / -.4. I / ��\ 4490 \r V' 4490 � 4490 / �/ 4490 A / 4490 /, - - 444; 4485 4485 u iu u LL 4485 t WLL uII 4485 tW II 4485 LL 4485 .100 -50 0 50 10C -100 -50 0 50 '00 100 -50 0 50 100 WCR 87 - 152-84 86 VVCR 87 - 153-00 00 VVCR 87 - 153+21.36 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR SECTIONS 87 - US 34 (SHEET TO CR 46.5 26) Project No./Code Creation Date: '2/11/2017 a > a!e: Comrre''s initials _ :,13: _ •auaLtG N+ORKS CEPAR 141tN1 1111 H STREET P Q BOX 758 GREELEY CO 80632-0758 SHONE t970) 356 4000 AX (570) 304 6497 No Rews,oris last Nloddea Date: 12/11/2017 .nitials ur 74 Pa:h ro\-ACTIVE PROJECTSVICRC7_9r34-CROCnDWUN_SNEE'S Revised esigr•e, 3R-41 Drawing File Marne /VCR87_SECT'ONS DWG Detaiter void Sheet Number 107 at 110 AdtoCAD 7ersion 2017 Stale AS NOTED Units "e ksn nS Sheet Suoset Sneet Suoset HOR 1' =50 NOR 1"=50' NOR 1"=50' VERT 1"=5' VERT r'=5' VERT 1..7.-5. 2 4495 i Jr 449. 2d 4495 4495 ~ 4495 t2� 4495 CR W wp W 1� / O PROPOSED ^vR4DE OF ASPI-fitLT) /'s / - p W° -200% 1 !TOP // // � a ills. 'S. // 1 I .0" j 4490 449t r' 4490 4490 / EXISTING GROUND 4490 f/ 4490 V u1 r°-' v or .- o O1 O1 '1485 4485cij 4485 I-0 4485 4485 0 0 0 0 4485 - La u- al U. W LL 50 () 50 100 100 50 0 50 100 100 50 50 100 WCR 87 153+57 86 WCR 87 - 154 F00 00 WCR 87 155+00 00 NOR r'=50' 4500 VERT 1"=5' 4500 0 Z Z to R0 wcc U al 4495 4495 ..... I//.1 / / \/ \ / / 4490 ♦ 4490 of n .- II II 0 U'r 4485 Wu.. 4481:. I) .5O 0 100 WCR 87 - 156-00.00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 87 - US 34 TO CR 46.5 SECTIONS (SHEET 27) Project No /Code Creation Data -2/11/2017 intals DT Comrne•!: .; -UBUCWVRKSDEPARTMENT 111tH STREET NoRevis,ons last Modlfed Date 2/'1/201' Initials DT ;�r, ! ' - ' ' P 0 BOX 758 GREELEY. CO 80632-0758 PHONE (970) 356-4000 SAX ;970) 3046497 :AI Pa:h a+ -ACTIVE PROJECTSWYCRe7-SM34CR4CCA0\PtAN_SMEE': 4evsea :des yr�er J 'RAH: GR-41 trawing file Name WCR87_SECT1ON5 DWG Detaiter D TRAFF .--• /Dirt Sheet Number 108 Jr 113 AutoCAG Version 2017 Scale AS NOTED .1mts English Sheet Subset Sheet Sunset EARTHWORK TABLE 'DOES NOT INCLUDE DRNEWAYS) 50+00,000 45,12 63.57 83.57 0.00 0-00 ' 2101,13 2101.13 1264.41 t 836.72 50+53.000 44.48 82.96 82.96 0.00 0.00 2184.09 2184-09 1264.41 919.68 Cut Area _ ft volume sue. Cut Val. tr•m Rrk,<aeYr Sum Ft Vol. Cum. Net Vol. QS= MAULS 51+00.000 43,32 0129 8L22 0.00 0.00 2265.38 2265,38 1264,41 1000.97 ISq,(1,3 MIS l 153. l.t� 6Luacd Vaal VS. 7 c�vd_ t Su Y3.. ) LG11acd.1 _ _ 1 (t17.MdJ 51+50,000 39.26 7646 76.46 0.00 2341.84 234184 1264.41 1077.43 ' _Q..QO 0.00 300 0.00 0.00 ,. 52+00.000 36,14 69.81 69 10-00 0 0.00 2411,55 2411.65 1264,41 1147.24 14+50.000 0,00 ty 0. J0_ q,J4 JO 20.42 031 0.33 18 91 0.33 52+50.000 37. 7 58.53 61.53 T 3.04 0.00 2483.18 2480.1$ 1264.41 6215 77 15+00.000 18.91 28.92 ; 28.92 18-58 44.06 53190.000 43.17 75.04 75.04 0.00 3.00 255522 255522 1254.41 2290.81 15+50.000 7,92 26.24 26.24 0,40 3 0.75 45.15 45.15 1.09 `,73±50.004 - 43.79 84,52 80.52 • 0.00 Q Q0. • 2635 74 2635.74 1264.41 6371 16+00.440 8.40 15.11 15.12 2.11 267 50.26 60.26 3.76 56.50 t 54+00.000 45.09• 82.29 8229 0.00 0.00 ; 2718 04 2718,04 1264 41 1453 63 16+50.000 12.49 28.42 18.42 2.89 5.32 78.68 78.68 9.06 ?9.60 • 54+50.000 46.92 65.14 85.19 0.00 0.00 2803.22 2803 22 1264.41 1538.81 17+00.000 t 15.17 24.68 0.87 4.00 s 36 10136 13.08 90.28 ,_24.68 -55100.000 48.59 88.43 88.43 0.00 0.00 2891.55 289165 1264.41 1627.24 _17+Sp.000 22.17 34.57 3457 0.45 1.40 137,93 137.93 14.45. 123 45 55+50.000 50.66 91.90 0.00 0.00 1264.41 91.90 2983.5 298155 1719.14 18+00.000 24.42 43-14 43.14 0.58 ,_ 1.09 181.07 181.07 15.57 165.50 56+00.000 49.64 •92,87 0-m 000 307642 1812.01 92,87 u �4T6.42 1264.41 48+50.000 23.85 44.69 41.49 0.57 6.22 225.76 _ 225.76 26.79 208.97 56+50.000 48.59 : 90.95 3.06 %4_ 3151V_, 3167.38 1264.48 1902.90 __Q� 19+00.000 22.32 4175 42.75 0.62 1.27 268.51 268.51 18.06 250.45 57+00.000 46 49 88.03 88.03 1.77 1.94 3255.41 3255.41 1266 42 1988.99 19+50.000 20.05 39.24 39,24 QQ_I__12122__307.74 307.74 19.68 288.07 57+3000, 42,96 $2.82 82.82 3.25 5.34 3338.23 3338.23 1271.75 2066.48 20+00 040 17.76 35.01 35.01 1.72 _ 342.75 342.75 22.46 3`'0.29 58+00.000 39.01 7529 75,89 2.75 6.38 3414.23 3414,13 1278.13 2135,99 29+59A00 1_ 6.42 _2.79 31.65 31.65 2.49 - 4.48 374.40 374.40 26.94 347.46 58+50.000 34,13 67.71 67,71 1.57 4.59 3481.84 3481.84 1282.73 2199.11 11±Q0.000 16.21 _ _ _ 30.21 3022. 326 } 6.13 411.62 404.62 33.07 , 37155 59400,000 30,56 59.90 1.05 2.79 3541„74 3541 74 1285,2 2256.22 _ .12.50.000 17.29 31.02 31.02 2.43 6.06 435.63 435.63 39.13 396 SO` 150,000 36_89 6237 .52,20 64.37 0.02 L1S 109'.11_ 3604..1 12$6.67 2317.44 22W0.000 19.29 33.86 33.86 4 1.48 4.15 469.50 469.50 43.28 426.21 60+00.000 44.02 81.89 74.83 0.00 3.00 3678.94 3678.94 1286.64 2392.25 22+50,000 1 17.12 33.71 33.71 1.74 3.42 503.21 50121 46.70 456.51 69154.000 X3.$429 81.39 3j„59. •-0 0.00 00 1140.31_ 11.59„3,3_1206.49___.-24Z1§4- _ 23+00,000 16.05 30.72 30.72 t 2,32 • 4.31 53193 533.93 51,02 482.91 61+00.000 40.23 __ 77,88 77.88 -r-- 0.00 _. 0.00 3838.21 _ 3838.21 1286.69 2551.52 23+50.000 14.86 28.62 28.62 2.79 • 5.44 562.56 56155 _ 56.45 506.09 61+50.000 31.99 66.87 66.87 0.00 0.00 3905.38 3905.08 2286.69 2618.39 24+00.000 12.49 25.32 25.32 3.23 • 6.42 587.87 587.57 62.87 525.00 62.194.000 28.97 41- 50.45 Q00 0.00 3961.53 3961.53 1286.69 2674.84 24+SQ._Q00 8.24 19.29 - 7,79 6Q7.c X7.46 70.66 y 536.40 _ 62+50.000 24.25 .5 - 49.18 49.18 0.22 0.23 4010.71 4011171 1286.93 2723.78 5+09_000 6.18 _ _;9.19 13.34 _.O 4.63 1 9.28 5294 N1141 _ 79-94 540.4] 63+00.000 19.18 40.12 40.12 1 19 1.50 4054.83 409383 1288.43 2762.40 25+50.000 __ _ __ ' 7.91. _ 13.04 13.04 104 8.17 633.45 633.45 88.11 545.33 63+50.000 16.84 33.35 33.35 t 3.78 5.30 4084-13 4084.18 1293.73 2790,46 26+00.000 7.44 14.21 14.21 2.65 ₹ 6.06 647.66 647.66 94,18 55148 64+00.000 17.19 31.45 31.45 2.92 7.20 4115.64 411164 1300.93 2814.71 26+50.000 5.12 11.63 11.63 r 5.54 6.72 659.29 659.29 102.90 556.40 64+50,000 18.98 33,44 3144 0.66 3.85 4149,08 4149.08 1304.77 2844.31 27+00.000 6.74 10.98 10.98 5.03 11.26 670.27 670.27 114.16 556.11 65+00.000 0.09 17.64 17.64 0.00 0.71 4166.72 4166.72 1305.49 2861.24 27+50.000 8.44 34.05 14.05 4.64 10.30 684.32 684.32 124.46 559.86 65+50.000 0.00 0.00 0.00 0.00 0.00 4166.72 4166.72 1305.49 2861.23 28+00.000 13.01 19.86 19.56 2.98 . 8.12 70448 704,18 132.57 571.61 - gr+Q0.,944 0.QQ _ O.OQ 900 0.00 0.00 4166.72 4166.72 1305.49 28.61.23 40t50s004 1.6.16 Q3. 27.01 130 563 ?33,;9 73119 1?t&. 592.91 66+50.000 0.00 0,00 Q 0.00 0.00 4166,72 4166.72 1305.49 2861.23 29+00.000 18.12 _ _ 31.74 31.74 2.02 4.61 _ 752.93 762.93 , .. 142.81 t_ 112 67+00.000 0.00 0.00 0.00 r 0.00 0.00 4166.72 4166.72 7305,49 2861.23 29+50.000 18.54 33.94 33.94 _T_ 1.97 4.26 _ 796,87 796.87 147,06 _ 649.80 67+50.000 0.00 0.00 0.00 0.00 0.00 • 4166,72 4166.72 1305.49 2861.23 30+00.000 18.51 34.31 34,31 2.01 4.24 831.17 831.17 151.32 679.87 68+00.000 0.00 0.00 0.00 0.00 0.00 4166.72 4166.72 1305.49 2861.23 30+50.000 18.58 34.34 34.34 2.34 4.63 865.52 965.52 155.94 709.58 68+50.000 0.00 0.00 0.00 0.00 0,00 4166.72 4166.72 1305.49 2861.23 31+04.000 16.23 32.24 32.24 342 S70 897.75 847.75 161.64 736.11 62++94-00 0.00 •1 - Q`0� 0.00 0.00 0.00 4166.72 4166.72 13.05.49 .21.23 31+50,000 ' 10.80 25,03 25.03 3.78 7.24 922.78 922.78 168.88 753.90 69+50.000 0.00 0.00 0.00 0.00 0.00 4166.72 4166.72 1305.49 2861.23 32+00.000 726 36.72 16.72 4.94 . 9.29 939.50 939.50 178.17 761.33 x±09.040 - 0.00 0.00 O,22_ 0.00 0.00 4166,72 4166,72 1305.x9 28613 32+50.000 ' 5.69 11.99 11.99 6.82 12.52 951.50 951.50 190.69 760.81 70+50-000 0.00 0.00 4166.72 4166.72 1305.49 2861.23 334-00.000 • 5.89 1072 i 20.72 7.66 1 15.42 962.22 962.22 206.11 756.11 __.n.4,112_____4____4,90.________4119 71+00.000 0.00 0.00 0.00 0.00 0.00 ' 4166.72 4166.72 1305.49 2861.23 33+50..004 12.71 alt 7.11 15.77 974.93 W4.93 2.Z!_-81751.05 71+50.000 0.00 49. -9 0,, - 0.00 0.0 0 j____4_1%. 72 4166.72 1305,49 2861.23 34+00.000 t__ _ .1.45__ 12.73 19.06 19.06 _1_ 5.22 13.17 993.99 - 99359 . 235.04 7%94 72+00.000 0.00 0.00 0.00 0.00 0.00 4166.72 4166.72 1305.49 2861.23 _ 34+50.000 28.41 28.41 �_ 3.33 9.13 r __ 1022.39 39 i 244.15_ 778.24 72+50000 0.00 0.00 0.00 0.00 4166.72 4166.72 1305 49 2861.23 17.94 X822 } _I 35+00.000 22.19 37.26 37.16 5.56 + 1059.55 • 249.72 809.84 73+00.OQ3___ 0.00 • 0.00 OAO 0.00 4172 4156.72 1305.49 L89 1059.55 _100 _-ZLIOA,z3 35+50.000 j 23.38 42.20 42.20 I.17 125 1101.75 1101.75 252.96 848.79 73+50.000 0.00 0.00 0.00 440 0,00 4166.72 4166.72 1305.49 2861.23 36+00.000 33.80 40.91 40.91 1.55 2-89 1142.66 1142.66 255.85 886.81 74+00.000 0.00 0.00 0.00 i 0.00 0.00 4166.72 4166.72 1305.49 2861.23 0.00 0.00 0.00 • 0.03 0.00 4166.72 4166.72 230549 2861,23 36+50.000 26.65 34.67 34.67 1,42 3.16 1177.33 1177.33 259.01 918.32 -x±59• • 266.33 430.09 7$e 0.00 0.00 0.00 0.00 0.00 4166 72 4166 T 1305.49 286123 37+00.000 389 19.02 19 02 5.45 7.32 1196.35 1196.35 i 7�`t59.092. ..1.9•? 17.99 17.99 41$6.71 4184.71 1305.83 287$.85 37+50.000 0.00 3.60 360 24.43 31.82 1199.95 1299.95 298.16 901.80 _4320.34 • 366.34 76+00.000 22.78 39.03 39.03 0.16 0.52 4223.74 4223.74 1306.35 2917.39 36+00.000 3.00 0.00 0.00 $9.01 ) seas 1199.45 1199 95 833-61 76+50.000 22.02 . 41.49 41.49 0.22 0.40 426523 4265.23 1306.75 2958.48 38+999.4 59, 0.Q t 0,0011..%l4939 11..%l. } 7'1.7' 129.93_ 1199.95 444.08 755.88 ' _ 000 22,48 46,67 41.67 0.07 030 4iJt(j.90 42‘16,90 1307.05 2999.85 39+00.000 0.00 0,00 0.00 • 36.24 i 74.15 1199.95 119955 518.22 681.73 77+50.000 - 38.20 56.64 56.64 2.90 3.16 4363.54 4363.54 1310.21 3053.33 39+50.000 0.00 0.00 0.00 51.88 • 93.84 1199.95 1199.95 612.06 587.90 78+00.000 20.23 54.10 54.10 0.46 3.58 4417.64 4417.64 1313.79 3103.85 40+00,000 0,00 0.00 3.00 1 52.23 110.86 1199.95 2199.95 722.92 477.03 7._+5Q.0® 3563 35.63 3137.76 X_125 _ _145 1.72 M53.27 �_ 4_3- 7 15, 1351 40+50.000 0.00 0.00 i 0.00 3136 • 96.46 1199.95 1199-95 819.36 380.58 ,_ 79+00.000 17.s$_r_ 32.80 32.80 232 4486.07 4486.07 1317.83 3168.24 1.03 4100.000 0.00 0.00 0.00 40.08 1 83.52 1199.95 1199.95 902.89 297.06 7g+SQ_OOQ___18.89 33. 54 0._S.9%.9500 1.68 6529.46 4519.46 1319.51 ' _ ____i_4,19.52 _ _ 42+50.0 0.00 0.00 0.00 46.42 92._0 1199.95 1199.95 994.99 204.96 80+00.000 20.18 I 36.17 36,17 0.61 1.23 4555.63 4555,63 1320,74 3234.89 a�+cQ0.kp 0.00 0_ 0.09 4__ 901.88 1199.95 . 1199.95 1 _105_11 114.08 80+50.000 20.02 37.22 37.22 0.65 _ 1-34 4592-85 4592.85 1322.08 3270.77 42+50.000 0.00 0.00 0.00 _ _3$.93 27.44 i 70.67 1199.95 _ _ 1199.95 1156.55 4140 81+00.000 19.60 36.68 36.68 0.55 2.28 • 4629.53 4629.53 1323.36 3306.17 43+00.000 0.79 • 0.73 0.73 25.43 45.6'5 1200.68 _i___2200.68 __L 1202.20 _6.52 81+50.000 19.33 36.04 36.04 116 1.82 466557 4665.57 1325.28 3340.39 43+50.000 8.95 9.02 9.02 9.33 I 26.37 1209.70 1209.70 1228.57 -18.87 82+00.000 22,03 38,30 S.30 0.33 159 4703,87 4703.87 1326.77 3377.10 44+00.000 21.06 27.79 27.79 5,73 16.03 1237.48 2237.48 1244.60 -7.12 62+50.000 25.96 44,44 4544 0.15 051 4748.31 474131 1327.28 3421:03_ 44+50.000 29.94 47.22 47-22 2.28 8.52 1204.70 • 1284.70 1253.13 31.57 83+00.000 27.96 t 49.92 49.92 + 0.23 . 0.40 4798.23 4798.23 1327.68 3470.55 45+00.000 34.23 59.42 59.42 0.53 2.99 ' 1344.12 4 1344.12 12565 .12 88 .J0 _- 83+50,040 28.20 52.00 52.00 0.00 0.24 4850.23 4850.23 1327.92 3522,31 45+50,000 33.75 62,95 62.95 • Q$.5+` 1.48 1407.07 1407.07 1257.59 149 47 84+00,000 29.61 5353 53_53 0 02 0.02 4903.76 1377.94 3575.82 _ 46+00.000 34.94 63.23 63.23 1 1.06 t 2.04 1470.30 • 1470.30 1259.63 _ 210.67 84+50,000 32.66 57.66 57.66 • 0.00 _440326 0.02 4961.42 4961.42 1327.96 3633.46 46+50.000 3444 63.87 63-87 1.22 242 1534.17 1$34.17 1262.06 272.21 100.000 36.22 6 ,78 ¢5.78 0.00 0.00 5025.20 5025 20 1327.96 3697.24 47+00.000 39.25 6$.23 68.23 0.38 1.70 1602.40 1602.40 1263.76 338.64 $5+50,000 38.91 69.57 69.57 0.00 0.00 5094 77 5094.77 1327.96 3766.81 47+5Qg00 43.19 76.34 76.34 0.11 032 16Lt1& j 1678 71 1.....28 _ �4St 86+00.000 38.64 7L81 71.81 L 0.00 0.00 516638 5166.58 1327.96 3838.62 _ 48+00.000 4357 80.70 80.70 i 0.00 a 0.12 t 175.44 1759.44 1264.40 _ 495.04 - $ 550.444_ 35.68 _ 6,.82 68.82 0.00 0.00 52235.40 523540 1327.96 3907.44 Y 48+50.000 47.32 84.52 84-52 0-00 0.00 1843.96 i 1843.96 1264.41 579.55 87+00.000 31.48 62.18 6218 0.13 0.14 5297.5$ 5297_58 1328.10 3969.48 49+00,000 _ 47.51 87.81 87.61 0.00 0.00 1931.77 1931.77 1264.41 667.36 49+50.000 t 45.14 85.79 85.79 0.00 0.00 2017.56 2017.54 126[.41 753 IS Computer File Information Index of Revisions \ WELD COUNTY • As Constructed WCR 87 - US 34 TO CR 46.5 EARTHWORK TABLE (SHEET 1) Project No /Code Creation Date 12/11/2017 ntals DT ,ate Comments �UBI IC v�ORKS DEPARTMENT NO Revisions last Modred Date: 12/11/2017 Initials DTass 1111 H STREET P O BOX 758 GREELEY. CO 80632-0758I PHONE1(977 ) 35409070 9 Fiji bat, M 1-ACTNE PROiECTSWCR47 9 434-CR4eCAD\PLAN SHEE "' R8vt8� eg13 er Dearing File Nang WCR87 SECTIONS DWG JetailerFAX y Wed - - AutoCAD Version 2017 Scale AS NOTED Units. E gish Sheet Subset Sheet Subset EARTHWORK TABLE (CONT ) ' COES NOT RC t LICE DRIVEWAYS) 87+50.000 2629 53.48 53.44 0.41 0.58 5351.06 5351 06 1x28.68 4022.36 121+00.000 0.00 0.00 ; 000 20.43 43.85 640210 640140 f 323900 3163.40 86+00.440 ;046 I 43,2 43.,9 0,67 1.15 5394 5 5294.35 132983 4064.52 _ 121+50.000 ! 0.09 1 } 0.00 0.00 17-97 44.69 640140 1402.40 .4g • 3122-51 6 350.000 2089 38.29 38.29 0.i 1.54 5432.64 541244 1331.37 4101.27 122+00.000 0.57 0.57 _ 12,84 X80 6402.97 6402.97 4_ 331249 3090 28 89+00.000 25.66 43,10 43,10 0.06 0.90 5475,14 5475.74 1332.27 ._ 4143,47 122+50.000 .9:e2_ - 2.36 2.76 176 9,35 23.62 6405.73 4495.7• 3336.31 3069.42 39+50.000 26.56 48.35 48.35 0.02 , 5524.429_____L_ 5524-09 1332.36 ; 4191.73 123+00.000 - _ 4.66 6.50 6.50 7.16 17.57 6412.23 1 6412.23 2353.35 3056.35 90+®.000 25•_64 48.33 44233 ` 0.60 0.67 j_ 5572.43 5572 42 133103 S3_9.99 123+50.000 6.99 10.79 10.79 5.77 13.76 6423.02 642102 3367.64 3055.38 , 90+50,000 __26,22_141.4.3_ 48.03 0.11 0.76 y 5620,45 __ _ 5620.45 1333.79 4286.66 124+00.000 7.01 12•% 12.96 5.31 11.79 6435_96 6435.98 3379.43 3056.55 91+00.300 22.39 45.02 45.02 0.59 0.75 • 5665.47 5665:47 1334.54 j 4330.93 124150.000 55 1163 ; 11.63 6 M 12 51 : 6147 61 6447,61 3391.94 ?055.67 9l+50.000 22.09 41.39 41.14 0,00 0,63 5706 66 5706 66 333517 ) 4371.49 125+00.000 _ 309 800 8,00 8.61 16.03 j 6455.61 6155 61 l 3407.97 3047.64 92 ,QQQ 2,L 46.30 A0,24. 0.00 7 5752.9( 1335,17 4., 4417.79 125+50.000 - y 2.24 4.94 4.94 20. 10.32 16 6460. 55 6460.55 3440-1-3 T-3032.42 _92+50:000 . 36.15 59.32 - .-2.40 - - . .52$ 0.00 - 0.00 _....• -_-x___57$2,2*._. 2012 a - __ - .. 551; a 1335.17 . 4477,11 126+00.000 _ 1-93 3.86 1% 10,47 22,13 * 5464.41 6464 41 r 3450.26 :_ 3014.15 . 93+00.000 50.34 80.09 y 80.09 i 000 0.00 5892 5892.37 !33517 451.713126+50.000 - 1,60 3,27 3.27 1059 22.43___,, 6467.68 64¢748 3472.68 2995.00 93+50.000 . 5.4.7.,,- 96.85 96.¢5 0,00 0.00 5989.22 1335.17 4654.05 127+00.000 - _ 0.89 2 31 I, 2.31 11.90 23,94 t 6469.99 6469.99 3496.62- 297137 94+00.000 46,07 94.75 94.75 0.00 0.00 606197 608197 1335.17 4748.80 127+50.900 _ 0.07 0.89 i 0.89 _ 15.44 29,10 6470.86 6470.88 3525.72 2945.16 94+50.000 31,95 74.10 74.10 0.00 0.00 6158.07 6:58.07 1335.17 4822.90 :28+00.000 0 O 0.06 0.06 } 22,30 40,16 6470.94 6470.94 3565.90 2905.04 95+00.000 10,27 39.10 39.10 1,76 1,88 6197.17 6197.17 1337.05 . 486032 128+50.300 0.00 330 0.00 28.00 53,64 6470.94 6470.94 3619 54 '551.40 ,_ 9i*. 09 . - 0.001 _ _2,51______1____ 2.51 _ _4_ - 1lL1. _ _ -2,1.1 -_ _- MOM ?206:01; . - _1150,135 4 4647:01. 129+00.000 0.00 0.00 0.00 33.00 65.03 6470-94 6470.94 3604.57 2786.37 96+00.000 _ 000.00 0.00 4412 66.90 MIA__ 420668 1425.75 _ 4760,93_ 129, 50 000 0,00 0.00 0.00 30.46 67 57 6470.94 6470 $4 3752.14 2711. S0 96+50.000 0.00 0.00 0.00 57.58 108.29 6206,66 6206.68 1534.04 4672,64 130+00-+70 - 100 0.00 0.00 26.36 60.50 6470 94 6470.94 3612 64 2658 30 97+OO 000 0.00 0.00 0.00 57,99 123.06 6206 66 5206-68 1667.10 4649.56 130+50.000 0.00 0.00 0.00 24.86 54.54 6470.94 647094 3867 18 2603.76 97+50,000 _ __QM_ 0,00 1 0.00 45.96 110.71 6206.2 . JAM 1767.81 443627 131+00.000 0.00 0.00 0.00 I234 50.26 6470.94 647094 3917.44 2553 50 96+00.000 0.00 0.00 0.00 36,04 87.34 6206,66 i 6206 68 1355.15 4351.53 01+50.000 _ 0.00 0.00 0.00 16.69 41.54 6470.94 6470.94 . 3959.00 2511.94 _ 901511,'1)2_ _ 11,00 - 0.00 J. _ 99. /0.31 SI $206 68 _ 4. _ 4211.22 132+00.000 _ 1.09 1.01 ; 1.01 9.24 27.61 6471.95 6471.95 3906.61 2465.34 • 99+00.000 _ 0.00 0.00 0.00 -,- 22.22 55.59 6206.58 62'06 68 1981.05 4223.63 132+50.000 6.11 6.66 6.66 2.95 12.98 6478.61 6476 61 3999,59 2479.02 99+50.000 0.26 Q24 0,24 _ 13.75 _ 38.31 6206.92 62)36.92 2019.36 4187.56 133+00.000 10-25 15.15 15.15 2.68 5.99 5493.76 6493 76 4005.58 :488.18 _ 100+00.000 , 0.96 1.13 1.13 , 12.05 _ 27.48 ._ 6206.05 6208 05 2046.64 426121 133+90.000 11.82 20.43 . 20.43 1.90 417 651419 6514.19 4010.45 2503.74 100+50.000 2.15 2.91 2.91 14,92 28.72 6210.96 6210.96 2075.56 4135.40 134+00.300 13.46 1 23.41 1.28 3,35 ( 653'.60 6537 60 401333 252177 101+00.004 ; 0,14 2.15 2.15 20.6!1 37.92 6213,11 6213.1! 211348 4099.63 134+50.000 14.15 - 25-56 25.56 1-96 345 t 6563.16 656316 _ l 4017.21 254588 101+50.000 O,Q9 0.13 0,13 25.63 49.32 6313.24 6213.24 216210 405Q.44 135+00.000 11.46 - 23-73 23.73 144 S 75 6586.89 6586 89 4023.03 2563.86 102+00-000 e_ 0.00 0.00 1 0.00 35.26 64.84 _ 6213,24 e r 6213.24 2227 64 3985.60 _135+50.000 9.94 19.81.19 83 5,01 ,_ - 900 I 6606.72 _6606.7I i^ 403203 _2574.69_ _ 10:+50.000 0.00 0.00 0.00 36.46 78.52 62}324 621324 2306.16 3907.06 136+00.000 6.94 17.48 • 1748 4.05 9.65 6624.20 6624.20 56 40416E 22-57 103+00.000 0.00 0.00 0.00 41.14 84.79 6213.24 621124 2390.95 3822.29 136+50.000 12.40 21,.1.3__ 20.13 3.79 5.35 6644.33 6644,33 409003 2594.30 103+50.000 0.90 0.00 0.00 .07.98 '3.60 621344 621 224 2464.55 P48.69 137+00.000 15.46 26.16 26.16 213 6.30 6670.49 6670.49 4096.33 2614.16 _ 104+00 000 0.00 0.00 - , _ i Q.00 i 17.60 48.54 6213.24 6213-24 2513.09 3700.15 137+50.000 19.41 32.35 l 32.35 0.1j 2.41 . 6702.84 6702,84 , 4056.74 2644.10 104+4.000 Q.4.21._0.85 0.85 10.35 2 9.76 I 6214-09 6214.09 2542.85 3671.24 138+00.000 19.63 36.22 3622 0. 64 0.03 6739.06 67.06 3 4099.57 T 2679.49 i 05+00 000 4.89 5.37 5.37 6.16 17.58 6219.46 6219.46 2560.43 3699.03 136+50.000 18.75 35.54 / 35.54 1.45 2.23 6774.60 6774 69 406140 2712.80 000 5.18 9.32 9.32 6.67 13.67 6228.78 5228.78 2574.10 3654.66 139+00.000 15.48 31.69 31 59 2.51 4.21 6806.29 1406.29 4006.01 2740.28 105450 y 139+50.000 14.17 27.64 27.64 2.85 5.70 I 6833.93 6833.93 4071-71 2762.22 106+00.000 2.64 7.24 7,24 9.16 16.86 6236 02 6236-02 2590 % 3645 04 _ _ 140x00.000 _ 16.03 435 28.15 2.33 5.52 6862.08 686206 077 33 2784.85 106+50.000 2.15 4.44 4.44 9.11 _ 19 45 6240.46 5240.46 261041 3630 OS 240+50.000 18 % 3 9e 6644.49 689419 406121 '61328 ' 0.41 1.41 107+00.000 1 127 5.02 5.02 9.03 19.3! 6245.48 6245.48 2529.72 3615.76 141+00.000 _i-__;2.41 1611 34 % 3 45 6928.85 6928 40 ,94.36 -. 1.84 85 54.66 2844.19 107+50.000 4 5,3'6 7.96 1 7.95 9.31 19.53 1 6253,44 625146 22649.2 _ 3604.21 1- 141+50.000 17.45 32.% 32.96 1.33 3.90 6961-81 -_ _- 6961.81 40116-56 2673.25 • 106400,000 7.01 11.44 11.44 9.25 19.77 6264.90 626190 2669.02 3595.86 :42+00.000 T 1612 31,00 r 31.00 1.97 4 05 59928! 699281 4092 61 2900?D 206+50.000 9.81 L 9981 9.45 19.92 a 6274.71 6274.71 2.193694 3585.77 1 142+50200 I 16.60 3020 30.20 3.10 5 40 7023.01 7023.01 4095-01 2925.00 _ . ,!9 • _ _ _ e_ 109+00.000 0.76 4.03 4.03 12.09 22.94 6276.74 6278.74 2711.88 756616 143+50.000 15,90 29.44 29.44 3.94 7 7051.45 7052-45 4395 51 2946.94 109+50.000 0.00 0.71 0.71 10.08 32.12 6279.45 6279.45 2744.00 • 3535.45 -� 1 143159.000 _ 13 90 26.95 26.95 _90 4.96 9.48 I 7079.40 7079.40 4114,99 2964 41 110+00.000 0.00 0.00 t r 0.00 17.37 37.74 6279.45 5279.45 :761.74 j 3497.71 144+00.000 ' 14.09 25.92 25.92 3.86 940 7105.32 7305.32 4124.39 2960.93 110+50.000 0.00 0.00 0.00 11.35 30.58 6279.45 5279.45 2812.32 3467.13 344+91000 11.63 wiz 23.82 jfl 10.19 1 7129.14 7129,14 4134.58 2994.56 111+00.000 0.30 0.28 0.28 7.65 20.23 6279.73 5279.73 2832.55 3447.18 _ 145+00.000 _ 12.07 3221 L 22.21 4 6.07 13.12 , 7151.35 7151.31 X317 70 3003.65 111+50.000 1.67 1.82 1.82 5.51 14.01 6281.55 6281.55 _ 2846.56 _ 34 _-_. 145+50.000 7.78 18.55 _ 18.53 _ 7.92 15.53- 7169.88 7169.88 4;63.31 3006.35 112+00.000 3,91 5.17 5.17 4.34 10.48 6284.72 6206.72 2857.04 342918 146+00.000 2 71 9,63 _ 9.83 14.20 17.03 7179..1 7179.71 - 4190.56 f 2969-35 112+50.000 6.17 9.34 1 9.34 163 8.48 6296.06 6x296-06 2865.52 3430.54 146+50.000 _ 2.19 4,57 } 4.57 19.19 39.63 7184.28 7184.26 4230.19 2954.09 113+00.000 8.21 13.32 ; 13,32 2-50 6.52 6309.30 6309 38 2872.04 3437.34 147+00.000 1.48 3.43 3.43 13.19 35.15 7187.71 7157.71 4265.37 { 2922_34 000 6.35 15.33 15,33 3.52 641 {___6324.. 6324 71 2878.45 3446.26 147+50.000 1.15 2.47 2.47 14,25 29.46 7190,18 7190.18 429443 2895.35 _113+50 114+00 003 10.19 17.17 1717 254 6.451----6341.036 6 ,_ 6341 86 2884.90 3456-96 144+00-300 I 0.06 1 16 1 1.16 16.47 33.11 7191.34 7191.34 4327 94 1 2863.40 144+50.000 9.66 18.37 18.37 2.96 5.87 6360.25 6360.25 2890.77 . 3469.46 `-45+50-000 1 0.00 _____ 008 0.08 22.04 41.29 • 7191.42 7191 42 436923 262219 _ 115+00-000 6.55 - 15.01 15.01 4.99 8.49 63'75.26 6375.26 289926 3476.00 149+00 000 1 0.00 0.00 0.00 20 69 45.49 7191.42 7191.42 4414.72 2776 70 115+50.000 5.13 1022 10.82 4.21 9.80 6366.08 6386.08 2909.06 3477.02 149+50.000 OS_ 0.00 ,_ 0-00 3.005 4717 719 }2 719} 4458.09 2733._33 116+00.000 3.21 7.73 7.73 5.73 10.59 6393.81 6393.31 2919.65 3474.16 t- 250+00.000 - 1.59 1.75 _ _ _. 1-75 . - 8.37 30.26 1 719117 719317 - _�- 4485 35 �- 2704.82 116+50.000 1.19 4.08 4.08 10.47 17.26 6397 89- 6397 89 293691 3460.98 - 150+50.000 l 24.09 , _ 14.80 . • 14-80 1.79 10.62 7207.97 7207.97 • 4499.17 270493117+00 _ 000 0.01 27.56 6399.01 6399.01 2964.47 3434,54 151+00.000 : 2529 36,46 36.46 0.16 2.07 7244.43 724.43 4501.24 2743.19 1.12 412 11.41 ° 3000.96 151+50.000 17.95 40.01 40.01 0.04 021 7 4.14 7284.4 4501.45 2762 99 117+50.000 0.00 0.01 0.01 18.38 3611 6399.02 6399 02 33%_04 152+00.000 6.61 22.83 ) 22.83 2.59 2-04 730727 7307.27 450429 2802.98 118+00.000 0.00 0.00 0.00 17.35 38.57 6399.02 6399.02 3039.55 3399.47i } 152+50.000 2.71 6.66 968 10.67 14.65 7315.95 7315.95 4519,14 118+50.000 0.79 0.73 i 0.73 11.88 31.12 6399.75 6399 75 3@70.67 33fl. 153x00.000 4.00 6.25 6.25 7.19 7322-20 732105 4538.62 , 19.18 Xs 2796.81 2783.56 319+00000 0.79 1.47 1.47 12.11 25.54 6403.22 540122 3096-23 3305.01 8.11 11.65 11.65 2.12 9.91 1333.85 733165 4548.53 2765.32 + _ 119+50.000 0.24 0.96 0.96 12.73 26,4353+50.070 64faa_ 6402-18 _ 312264 3279.54 S4+00. 3.17 10,1 10.88 e,73 11.55 7344.73 73%73 4560.06 2134 r f 120+00.000 0.00 0.22 0.22 17.32 31.96 6402.40 640140 3154.62 3247.78 154+50.000 0.47 3.37 137 13.89 24.09 7348.10 7346.0 i 4504.17 226193 1 120+50.000 0.00 0.00 0.00 : 20.75 40.53 5402.40 6402.40 3195.15 3207,25 155+00.000 0:98 1.34 t 1.34 12.70 28 32 7349.44 7349-4 4617.49 2736.95. . • 111 - 155+50.000 i 4. 3,47 13_ l 4.12 . 8,97 23,07 7353.56 7353.56 463556 ! 2715.00 156+00.000 7.88 10.50 10.50 4.37 14.21 7364.06 7364.06 4649.77 271429 Computer File Information Index of Revisions WELD COUNTY As Constructed 87 US 34 TO CR 46 5 EARTHWORK TABLE (SHEET 2) Project No /Code •ems ate 12/11/2017 _ CommentsWCR ,o+.'_ ?U&C NQ-2eCS �:EPARI WENT •°Re"�s','rs Last Wolfed Date: 12/11201;' 'a� - 1111 H STREET r PO BOX 7756eVbed J PHONE E (970) 0 356-4000 FAX '/Par w1-ACTtiFDRO,ECTSWCR4T 9.32CR�fCA R410,00,. AN SHE '_'5 -5,g e• 3 :RAFT yR.41 Drawng cle Mame !CR87_SECT1ONS DWG eta e•D +RAPE /DO /heel Number 110 of 110 AutoCAC Jerson 2017 Scale AS NOTED Units EnglishEnglish'9701304-6497 Sheet Subset Sheet Suosi:'. WCR87 IMPROVEMENTS PROJECT Bid Request No. B1800041 Weld County, Colorado ADDENDUM NUMBER ONE TO DRAWINGS, CONTRACT DOCUMENTS AND SPECIFICATIONS May 3, 2018 The following shall be as fully a part of the above -named Drawings, Contract Documents and Specifications as if therein included and shall take full and complete preference over anything contained therein to the contrary. Each bidder, subcontractor, and material supplier shall be responsible for reading every item in this Addendum to ascertain to what extent and in what manner it affects the work in which they are associated. Acknowledgment: Each bidder shall indicate their acknowledgment of receipt of this Addendum in the place provided on the Bid Proposal, Page 19. PROJECT SPECIAL PROVISIONS: Revisions of Section 216 - Soil Retention Covering: Paragraph 216.01 shall be amended to include the following additional information. • A product data sheet for Pyramat 75 HP turf reinforcement mat is attached to this addendum. This product requires the use of special steel pins to be provided by the material supplier. The Contractor shall supply this material (or approved equal). • A product data sheet for Landlok S2 erosion control blanket is attached to this addendum. The Contractor shall supply this material (or approved equal). Revision of Section 506 — Riprap: Paragraph 506.05 shall be amended to include the following additional information. • A product sheet for Mirafi FW300 woven geotextile is attached to this addendum. The Contractor shall supply this material (or approved equal). Revision of Section 620 -- Field Facilities: Paragraph 620.02 shall be amended to include the following sentence. • The 5% deduction for failure to provide a fully functional field office shall be applied daily. PROJECT DRAWINGS: • On Sheet 5, the top of the concrete cutoff wall elevation is the same as the bottom of the RCP flared end section, as shown on the END VIEW. 011:41,0 ‘ttliQ Prepared By: Michael Bedell, P.E Senior Engineer © 2018 Propex Operating Company, LLC PYRAMAT Product Data PYRAMAT® 75 HPTRM PYRAMAT® 75 high performance turf reinforcement mat (HPTRM) is a three-dimensional, lofty, woven polypropylene geotextile that is available in green or tan which is specially designed for erosion control applications on steep slopes and vegetated waterways. The matrix is composed of polypropylene monofilament yarns featuring X3® technology woven into a uniform configuration of resilient pyramid -like projections. The material exhibits very high interlock and reinforcement capacity with both soil and root systems, demonstrates superior UV resistance, and enhances seedling emergence. The expected design life of PYRAMAT® 75 is up to 75 years because of its superior UV resistance, resistance to corrosion, strength, and durability in the most demanding environments. PYRAMAT® 75 conforms to the property values listed below' and is manufactured at a Propex facility having achieved ISO 9001:2008 certification. Propex performs internal Manufacturing Quality Control (MQC) tests that have been accredited by the Geosynthetic Accreditation Institute - Laboratory Accreditation Program (IGAI-LAP). ENGLISH I METRIC PROPERTY j TEST METHOD 1 ORIGIN OF MATERIALS % U.S. Manufactured 1 100% 1 100% PHYSICAL Mass/Unit Area ASTM D-6566 r 14.0 oz/yd2 475 g/m2 I Thickness r 2 ASTM D-6525 0.40 in I 10.2 mm Light Penetration (% Passing) 3 ASTM D-6567 10% 10% Color Visual Green or Tan MECHANICAL Tensile Strength 2 ASTM D-6818 r 4000 x 3000 lbs/ft 58.4 x 43.8 kN/m Elongation 2 ASTM D-6818 40 x 35 % 40 x 35 % Resiliency 2 = ASTM D-6524 80% 80% ,Flexibility d ASTM D-6575 _ 0.534 in -lb 616.154 mg -cm ENDURANCE UV Resistance % Retained at 3.000 hrs 4 ASTM D-4355 r 90% 90% UV Resistance % Retained at 6,000 his a ASTM D-4355 90% 90% UV Resistance % Retained at 10.000 hrs ' ASTM D-4355 85% 85% PERFORMANCE (Vegetated) 4' 5 I Large Sca'e i 25 ft/sec 7.6 rn/sec .Velocity Shear Stress (Vegetated) 4' 5 Large Scale 16 l + b/ft2 766 Pa Manning's n (Unvegetated) 4, 6 Calculated 0.028 0.028 Seedling - Emergence a I ASTM D-7322 296% 296% l i ROLL SIZES 8,5 ft x 120 ft 15.0ftx120ft _ 2.6 m x 36.6 m 4.6mx36.6m 1 The property values listed above are effective 03/09/2018 and are subject to change without notice Values represent testing at time of manufacture 2 Minimum average roll values (MARY) are calculated as the typical minus two standard deviations Statistically, it yields a 97 7% degree of confidence that any 3amotes taken from quality assurance testing will exceed the value reported 3. Maximum Average Roll Value (MaxARV), calculated as the typical plus two standard deviations. Statistically, it yields a 9 / 1% degree of confidence that any sample taken during quality assurance testing will meet to the value reported. 4 Typical Value. 5 Maximum permissible velocity and shear stress has been obtained through vegetated testing programs featuring specific soil types, vegetation classes, flow conditions, and failure criteria These conditions may not be relevant to every project nor are they replicated by other manufacturers Please contact Propex for further information 6 C,alcuiateu as typical values from large-scale flexible channel lining test programs with a flow depth of 6 to 12 inches Propex GEOSOLUTIONS Propex Operating Company, LLC 4019 Industry Drive • Chattanooga, TN 37416 • ph 800 621 1273 • ph 423 855 1466 ARMORMAXQ, PYRAMAT*, LANDLOKA X3*, PYRAWALL ra, SCOURLOKT'', GEOTEX*, PETROMA1'D, PETROTAC®. REFLECTEf. and GRIOPROIM are registered trademarks of Propex Operating Company, LLC. This publication sheutd not be construed as engineering advice While information contained in this publication is accurate to the best of our inowledge. Propex does not warrant its accuracy or completeness The .rurmate customer and user Ji the products should assume sole responsibility for the final determination of the suitability of the information and the products for the contemplated and actual use The only warranty made by Propex for its products is set forth in our product data sheets for the product or such other written warranty as may be agreed by °ropox and individual customers Propox specifically disclaims all other warranties, express or implied, including without limitation warranties of merchantability or fitness for a particular purpose. or arising from provision of samples a course of dealing or usage of trade e)viscoonn sst•snavut41/4* t ENGINEERED EARTH ARMORING SOLUTIONSTM www.oropexgiobal.com LANDLOIC Product Data lANDLOKO S2 ECB LANDLOK® S2 erosion control blanket (ECB) consist of 100% wheat straw mechanically bound and covered on both sides by netting. The straw is homogeneously blended and evenly distributed throughout the blanket. The netting is photodegradable polypropylene with mesh openings of approximately 3/8 in by 3/8 in (11 mm by 11 mm). The blanket is sewn on approximately 2 in (51 mm) centers with photodegradable polypropylene thread. LANDLOK® S2 conforms to the property values listed below'. PROPERTY I TEST METHOD I ENGLISH I METRIC PHYSICAL Mass/Unit Area 2 ASTM D-6475 8.0 oz/yd2 1 271 r g/m2 Thickness 2 ASTM D-6525 335 mils 8.5 mm MECHANICAL Tensile Strength ` ASTM D-6818 194 x 116 lbs/ft 2.8 x 1.7 kN/m i Elongation ASTM D-6818 25% 25% ENDURANCE r Functional Longevity 2 1 Observed Up to 12 months ROLL SIZES 8ftx112.5ft I 2.45mx34.29m 1 The property values listed above are effective 03/09/2018 and are subject to change wrtfiout notice 2 Values represent testing at time of manufacture and are shown as typical values bk%00001, IsebbagtotAA * Propex' GEOSOLUTIONS T ENGINEERED EARTH SOLUTIONSTM www.propexglobal.com Propex Operating Company, LLC • 4019 Industry Drive S Chattanooga, TN 37416 - ph 800 621 1273 ph 423 855 1466 ARMORMAX®, PYRAMAT+ IANDLOK", X3®, PYRAWALI IS. SCOIJRLOK1M GEOTEXS, PETROMAr. . PETROTAC. REFLECTEX°. and GRIDPROrM are registered trademarks of Propex Operating Company I.LC This publication should not be construed as engineering advice While information contained in this publication is accurate to the best of our knowledge Propel does not warrant Its accuracy or completeness The ultimate customer and user of the products should assume sole responsibility for the heal determination of the suitability of the information and the products for the contemplated and actual use The only warranty made by Propex for its products is set `orth rn our product data sheets for the product. or such other written warranty as may he agreed by Propex and individual customers Propex specifically disclaims all other warranties, express it implied. including without limitation. warranties of rnerchanlabiuty or fitness for a particular purpose. or arising from provision of samples, a course of dealing or usago of trade © 2018 Propex Operating Company, Ll_C TENCATE Mirafi' MirafiR FW300 fv, F ITRAT ON SEPMAf1ON Mirafi' FW300 geotextile is composed of high -tenacity monofilament polypropylene yarns, which are woven into a stable network such that the yarns retain their relative position. Mirafi® FW300 geotextile is inert to biological degradation and resists naturally encountered chemicals, alkalis, and acids. Mechanical Properties Test Method _ �L • Unit - Minimum Roll Average Value MD _.SY CD i..r Wide Width Tensile . .:..... Strength ..:... ... ..a F aniM=O•... y04AlR ASTM YR D4595 •-W.ARSS''.W/ • .1.-i - r T 1RC 1 an. .. . lbs/in (kN/m) _ _ _ 230 (40.3) 225 (39.4) Grab Tensile Strength ASTM D4632 lbs (N) 400 (1780.0) 335 (1491) Grab Tensile Elongation ASTM D4632 % 20 15 Trapezoid Tear Strength ASTM D4533 lbs (N) 145 (645) 1 125(556) CBR Puncture Strength ASTM D6241 lbs (N) 1250 (5563) Apparent Opening Size (AOS)' ASTM D4751 U.S. Sieve (mm) 30 (0.60) Percent Open Area COE-02215 % 8 Permittivity ASTM D4491 sec 1.5 Permeability r ASTM D4491 cm/sec 0.13 Flow Rate ASTM D4491 (gal/min/ft2) (4685) 115 1/min/m2 UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 1 1 ASTM D4751, A0S is a Maximum Opening Diameter Value Physical Properties Test Method Unit Typical Value Mass/Unit Area ASTM D5261 oz/yd (q/m2) _ 8.0 (271) , Thickness ASTM D5199 mils (mm) 35 (0.9) -- ft (m) 12.5 x 300 (3.8 x 91) Rolls Dimensions (width x length) Roll Area -- yd2 (m2") 417 (348) Estimated Roll Weight --- lbs (kg) 221 (100) Disclaimer: TenCate assumes no liability for the accuracy or completeness of this information or for the ultimate use by the purchaser. TenCate disclaims any and all express, implied, or statutory standards, warranties or guarantees; including without limitation any implied warranty as to merchantability or fitness for a particular purpose or arising from a course of dealing or usage of trade as to any equipment, materials. or information furnished herewith. This document should not be construed as engineering advice © 2011 TenCate Geosynthetics North America Mirafi® is a registered trademark of Nicolon Corporation Made in USA FGS00002 I ETQR9 fakcboocnn paytAstivutichk‘ TENCATE; materials that make a difference Rose Everett From: Sent: To: Subject: Attachments: To Whom it May Concern, sandy mtnconstructors.com <sandy@mtnconstructors.com> Thursday, May 17, 2018 9:13 AM bids WCR 87 - Bid WCR 87 Improvements - Bid.pdf Attached is our bid for the WCR 87 Improvements Project that bids today at 10:00 a.m. "I hereby waive my right to a sealed bid". Thank you, Sanctq iQrenth Mountain Constructors, Inc. (970) 785-6161 P.O. Box 405 Platteville, CO 80651 sandy@mtnconstructors.com 1 BID PROPOSAL To Weld County Purchasing Department P O Box 758, 1 150 'O Street Greeley, Colorado 80632 Attention Roo Turf Director of General Services Bid Proposal for WCR 87 IMPROVEMENTS 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 oelow 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, tares, fees and permits, transportation, services tools and equipment, labor and materials and other incidental costs The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax if applicable State of Colorado and Weld County tax shall not be included Upon application the State of Colorado Department of Revenue shall issue to a Bidder or Sub -Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-114, CRS, and is free from Colorado State Sales Tax EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents including the Drawings and Specifications, and has examined the site of the Work, 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 wnrch 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 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, he must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten ( 10) days from the date of Notice of Award METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder to complete the Work as specified regardless of the amount of the Bid It is understood by the Bidder that 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 BID NO II 91800077 Page 14 ITEM NO BID SCHEDULE ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201 Clearing and Grubbing LS 1 202 Pemoval of Asphalt Mat (Planing) SY 503 t,i ` (J 5f.,I,0,, 202 Removal of Pipe LF 344 202 Removal of Ground Sign EACH 2 203 Unclassified Excavation CY 7 411 I , `'e' ► 5D1 Ot. 203 Emoankment (CIP) (R 20) CY 5 125 _t M A' \() (st I_(5u). Ll', 203 Unsuitable Material (Contingency) CY 400 -1j 6ti (k) 1'3,l.rLiu. 203 Blading HOUR 80 17,� , Cki L O1 Lti , ()f-) 203 Utility Potholing HOUR 40 1(_V�" r�l.l C' RCA) .rX1 203 Steeping (with pick up broom) HOUR 24 203 Proof Rolling HOUR 40 1, () t)r_ : O, -1:1L . _ 206 Structure Backfill (Flowfill) (County Mix) CY 290 l OO 207 Topsoil (Imported) CY 3 470 208 Slit Fence LF 6 292 I i 1 r 208' Silt Berm (18' Height) LF 2 797 208 1 Erosion Control Log (12 Inch) LF 3 091 ( 1 , i )C> 208 Vehicle Tracking Pad EACH 2 .) L) , t'-')( l_t i Li 1-I r L)C ) 208 Concrete Washout Structure EACH 1 BID NO # 81800077 Page 15 ITEM NO BID SCHEDULE ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 208 Stabilized Staging Area EACH 1 _ ILi, ',,,5l_,c U. I11 `L��Ju (1�1 208 Sediment Removal/Disposal Labor HOUR i 40 fit (t t'rj ,)t. S 208 Sediment Removal/Disposal Equipment HOUR 40 r `_ t, L) J ' -R�t ` ( it 1 a 208 Erosion Control Management DAY 80 `, ( ( tY l (J` 210 ' Reset Fence LS 1 j 210 Reset Ground Sign EACH 4 , ` c (it t t ` ` I 210 Reset Mailbox EACH 6 r' _ 1 n ` ` ll (V L (tU( 212 Seeding (Native) (Hydraulic) ACRE 14 5 I -t(L s'-; , 00 L: I t-1) L, 212 Seeding (Native) (Hand Broadcast) ACRE 1 25 213 Spray On Mulch Blanket ACRE 14 5 PL1I, (r' � 'At, ilt. ") h 216 Soil Retention Blanket (Landlok S28N) SY 5 983 Ok. , t (I (a l0_, UL 216 Turf Reinforcement Mat (Pyramat) SY 5 983 ,>l (, - I_ } rL. ` ` 1 I f/ cC L. 304 ' Aggregate Base Course (Class 6) TON 10 510 310 Cement Treated Base CY 14 697 _ 403 HMA (Grade S) (1001 (PG64 22) ION 1 1 427 L 506 Riprap (12 Inch) CY 115 I �� lIl)�`'�' �� Irlii5u"C3''' 601 Portland Cement (Type 1/11) TON 1 371 t q (i CC) _ dl _ ,(t )1 I, r.., --A 603 14 x23 HERCP Culvert (CIP) LF 128 BID NO # B1800077 Page 16 ITEM NO BID SCHEDULE ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 603 14 x23 HERCP End Section EACH 4 -'I 1, , 603 24 RCP Culvert (CIF) LF 96 603 24 RCP End Section EACH 2 1 ) 603 60 RCP Culvert (CIP) LF 96 ` 1 l ) 4 ) t 2)t -\l) ; 1 < I �4 ` t 603 60" RCP End Seaiun EACH \1Ulc(. 603 72 RCP Culvert (CIP) LF 40 603 72 RCP End Section EACH 2 r l J ' } _ t) _1 2 ` t 612 Delineator (Carsonite) (Type I) EACH 100 ( L., c )( ) i_3Oe <� (c-' _)(_ )« > Ir 612 Delineator (Carsonite) (Type III) EACH 12 li t_i , (5'' 1 1 Dr;}�+� l.c� 614 Sign Panel (Class I) SF 80 s II lJN Ll s 614 Sign Panel (Class II) SF 36 i e 614 Steel Sign Post (2 x2 Tubing) LF 251 5 620 Field Office (Class 2) EACH 1 1 .2 , flit_'t. ° 1�� 1( t,.tat 620 Sanitary Facility EACH 2 (, ) c� ` 1- ) > , I t_ t,.)5 I 625 t Construction Surveying LS ' 1 i ) t 626 Mobilization LS 1 I ( I ,Lt J ` LA ) -t � ) t , ccot ) IC) 627 Epoxy Pavement Marking GAL 210 630 Construction Traffic Control LS 1 I l 4 L...) .( ..,s, j, J ( )i,, ) I -._-:)t.(-(_._ 1,7) l i L) BID NO # B 1800077 Page 17 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL (DOLLARS) PRICE 700 F/A Minor Contract Revisions F/A I $ 150,000.00 _ S150,000 00 700 F/A Asphalt Pavement Incentive F/A 1 S50,000.00 550,000.00 NOTE INCLUDE ALL FORCE ACCOUNT ITEMS IN TOTAL BID Total AMOUNT Bid (Dollars): s _r v ` -s,' `+ `, A BID NO # B 1800077 Page 18 NOTE The following are items of work to he completed by Weld County Materials Quality Acceptance Testing 9 Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids Drawings, Specifications and other Contract Documents r Addendum No _ Date ') .3 L ) 15 By Viiie Addendum No Date By Addendum No Date By Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed The undersigned, by his or her signature, hereby acknowledges and represents that 1 ' The bid proposed herein meets all conditions, specifications and special provisions set forth in the request for proposal for Request No #B1800077 2 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes Weld County is exempt from Colorado sales tax (exemption number 98-03551-0000) 3 He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets 4 The signed bid submitted, all documents or the Request for Proposal contained herein, and the formal acceptance of the hid by Weld County together constitutes a contract with the contract date being the date of formal acceptance of the bid by Weld County FIRM MOW' V1I ire CL- is[c cj. ;inc MAILING ADDRESS F: [Sox `74) BY -j D(: KtA.`r\_/ CITY, STATE, ZIP CODE -P1 U e d t ((c I 1) �( (Please print) DATE TELEPHONE NO MO rj /ot (, I FAX !/C) r1,S ( ^)rTAX ID # SIGNATURE t/O4e,Z-6p-s. E-MAIL ADDRESS \,::)e c61- ' Ord 'rY l 6I /cc) 0 ('I ,al�lll,L1( BID NO # 61800077 Page 19 BID BOND PROJECT. WCR 07 IMPROVEMEN CS PROJi?C r KNOW Al L MEN BY r'HESE PRESENTS, that Mountain Constructors, Inc as Prrno:pai, and United Fire & Casualty Company "x as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Five Percent of, Amount Bid— Dollars ($ 5%---- ), lawful money of the United States of America, far the -payment of which surf] well and truly to he made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents 1HE COftD1TION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated May 17 , 2018 for the WCR 87 IMPROVEMENTS PROJECT as set out in the accompanying Bid WI IEF7EAS, the Owner has required as a condition for receiving said Bid that the pnncipai deposit with the Owner either a certified check equivalent to not less than five percent (6%) of the amount of said Bid of In lieu thereof fui nish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction IF Inc Contract is in be awarded to him, that said sum he paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform, NOW THEREFORE, If tho principal shall, within the period specified therefore A On the attached prescribed forms presented to him tor signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with, good and sufficient sureties, as may be iequired upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or 8 Withdraw said Bid within the time specified, or C Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain In full force and effect IN WITNESS WHEREOF, the above parties have executed this instrument under their seveial seals this 14th day of May , 2018 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 Prlcipal Mountain Constructors Inc Address 622 Main Street, Platteville, CO 80651 A ['TEST "))1r.. ' / By y_//C- AT ['EST By Susan J Lattarul•, urety Witness nip NO 4B11)00077 t By �.�( ✓r4 tor, /,(i, . Florietta Acosta, Attomey- n -F ct surety United Fire & Casualty Company Address P O Box 73939, Cedar Rapids, IA 5240 % 'Incorporated in the State of Colorado n or poreted in the State of Iowa Pagi 20 1fNITFD F1RF & LAST AL TY COMPANY, CFDAR RAPIDS, iA ITN ITFD FIRF & INDFMNI1 Y COMPANY, WFBSTFR, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Hume Office of Company — See Certification) Inquiries Surctz Department 118 Second Ave SE Cedar Rapids, LA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fa' & Casualty Company, a corporation duly organized and existing under the. laws of thc Slate of Iowa, United Fin & Indemnity Company a curporalron duly organized and costing under Ihc, laws of the. State of Texas, and Financial Pacific Insurance Company, a corporation duly organised and e\lstutg under the laws of the State of California (herein collectively called the Companies) end having their corporate headquarters in Cedar Rapids State of Iowa, does make constitute and appoint DONALD E APPLEBY, SARAH C BROWN, MARK SWEIGART, TODD BENGFORD, FLORIETTA ACOSTA, SUSAN J LATTARULO, LEE ANNE MEAUX, EACH INDIVIDUALLY thew trot. and lawful Attoniey(s)-in-Fact with poser and authority hereby conferred to sign ssa1 and cxecutc, ru ►ts behalf all lawful bonds undertakings and other obligatory instruments of similar mane pros tided that no male oblrantron shall exceed $100, 000, 000.00 and to bntd the Companies thereby as fully and to the seine extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby gtreii and hereby ratified and confirmed Tin. Authority hereby granted is c.on(inuoua and shall remain in full fora, and effect until revoked by United Far. & Casualty Company Unttd Fire & Indemnity Company, and Financial Pacific Insunuiec Company lisis Power of Attorney is made and executed purstunit to and by authority of the following bylaw duly adopted on May 15 2013, by the Beards of Directors of United Pure & Casualty Company, United Fire & Indemnity Company, and Pinnuctnl Pacific Insurance Company "Article 1 I — Surety Houck and lindei takings" Section 2, Appointment of Attorney -in -Fact 'The President or any Vice President, or any Whet officer at the Conrpames may, from nine to tune, appoint by ttnrten certificate, attorneys -tit -fact to art al behalf of the (companies in roe execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature The signature army officer authonred hereby, and the Corporate seal, mar be aril set' by facsimile to way power of attorney or special pots er of attorney orcertiacalion of either authonred hereby such miniature and seal tibia so used being adopted bt the Companies its the original sigmature of such officer and the anginal seal of the Companies, to be valid and binding upon the Conipantot n rib the same force and effect as though manually affixed Such attorneys -in -feet subject to too hmaattons set of faith in Their respective certificates of authority shall hate Atli power to hind rho Companies by their signature and execution of any such instruments and to attach the seal the Conspantos thereto lit, President nr any tics President, the Hoard of Directors or any other officer of the Companies mat at any tune rrtokc all power and aurhanty previously gisen to anv attorney -in tact N` * i Kl�ll��` NV' iMVaJWJiq UoaAm,,n, aLa .4. r � JiSyp,Mb py S�'� �� q1 4�1�011�� �,14 CouorurE l g C0QIs Mrt '4 lc A!SE ti p SFAf 'no �; "dais wi'e+'` A11170 Pat°� State of town, County of Lion ss iN WiTN F' S WHFRFOF, the COMPANIES have.each caused these presents to he signed by its vice president and its corporate seal to be hereto affixed this 6th day of May. 2O15 UNITIT) FIRE & CAST JAI TY COMPANY LNIIL'U FIRE & INL)L:b4N11 Y COMPANY FINANCIAL PACIFIC RsSIJRANCF COMPANY By Vice President On 6th day of May, 2O15 before me personally came Dennis J Richmann to me known, who being by me duly sworn, did depose and say, that he resides at Cedar Rapids State of Iowa, that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific insurance Company the corporations described in and which Lxcculcd the above instrument, that he knows the seal of said corporations, that the seal affixcd to the, said instrument is such corporal. seat that at was so affixcd pursuant to authority given by the Board of Diruetors of said corporations and that he signed his name thereto put giant to like authority, marl acknowledges same to be the act and deed of said corporations Patti Waddell loom Notenel Seal Commission number 713274 My Commission Expires 10f26/2019 Imlay), Public My commission ecptrc5 10/26/2019 1 Moty A Bertsch, Assistant Secretary of United lire & Casualty Company and Assistant Secretary of United 1 ire & Indemnity Company and Assistant Secretary of Financial Pacific lnsurtunce Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGIN 4LS ON DILL IN 111L 110ML 01'11CL OP SAIL) CORPORAl1ONS and that the same are correct transcripts thereof and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is non in full force and effect in testimony whereof I haye hereunto subscribed any name and affixed the corporate seal of the said Corporations this 14th day of May , 2018 ,ttelilta/4, r$ totuosen 3 SE �� QbtYli»s� DPOA0049 121" .Att�tiioiy es "',Sitci,ttSaa �%.. 37r3 saes ca 5 . �s nee Jas°S SEAT 4,lh piuunlrtt`, By —!T/,�( �/� L -A Bi+t"ela Assistant Secretary, UF&C & ITP&l & FPiC .v I tnii -9 µ1l h r+4u ill 'I hi ill lIt nu 5.4 .. Request for Taxpayer Identification Number and Certification Give Form to the requester Do not send to the IRS t nn (a hr nrnlnlrIre ,nn Ia III'', Mountain Constructors Inc t•1 1111 n- nnnntr,flll r-rt gal I -nl,l, nrn4 II !III r ill later tar m a h k..rd„Y,,a hr cl,,I 1wdl+xd, I1, 0,nn to le l 01,1 err, In4x l a X I (taller II 11 1, I irp x,1 44 I 1OR, 11, I nil I mil, II^II Ill, r 'Ica Melt, Iii Itr11 r ,It demo 10111M, ,non S ‘rir el (WI int 1 p h, 1 ,Itp)► ,7 r)Ih r gat 4p lmn ,► Aill lnonll. I I' I Itl ti''1 ❑t Iii) 622 Main Streel P O Box 405 d, hr In ) 7'1 r nit Platteville, CO 806651 Ltrlllpl , it t,,1 I I mpl l'' 1 4 1 vt tr,t LY-rnphtg, tlt,u t All A I, tale I I 9 'III till , Ili r rri t,an4 I rd 4 4rm1 multi It ) 1 -a , { ewer 1 axpayer Identification Number (TIN) _ Ent•ryctu TIN in the appropriate boy The TIN plot ld.•J mutt [Flat I) Ion main yi en on Ilia Name hat to a old backup witnhotdino For Ind(, Idols Mists your social security number (55,1) Ho ,e et for a resident alien scan propnetor cc disregarded entity seethe Part I insuuchons on page 3 For other entities it Is your employer identification number (Ehd) If you do not ha e a number see Ho r to get a TIN on page 3 Note II the account is in more than one name see the chart on page 4 Ior guidelines c4) chose number to enter Certification Under pi-naltico Of perjury I certify that I The number she ,n on This Iran re my correct ta/payer Id -'attic 1ticn in nailer tort am 151,03 fora number to be Killed to me) and 2 1 am not subject to backup t rdhhdding because (a) I am exempt from backup tdtht,ordinj t+ ib) I hate not been noflhed b+ ha Internal Re 0111.1 St( \It.e (IRSI that Lam subject to backup nihhotrJng as a ro313t of a tailor, to roper, all interest 01 dnulends or (r) the IRS has notified me that I in) no longer •ub)arct to backup y,ilhhdd og and 3 I am a US cdi≥ell or 0th-' U $ person (defined bele, 1 and 4 The FATCA, odors) entered or: his form 41 311/) indicating Mat I and exempt from FATCA repotting iS correct Certification instructions You must'toss out darn 2 abole if you hale Nan notified by the IRS That you are currently suh,eci to backup M91909 141 became yoU haw failed to repot t alt Alleresl and ditidendas on your tax rani n For real e-,iate transactions tern 2 doe^ not apply For mortgage inter 6S1 paid acquisition or abandonment 01 secured properly caneNlatlon or debt cmtriblltions to an mono oirat 1bieemeili arrangement (IRAI and generally payments oiler than interest and dnidends you are not required to sign the r-Ibtit.ahorl but you must ploude your correct TIN Gee the 'naifUCIIona on pSgo3 Sign Here Sootal sonid rwr9liar (I_LI-[ 1 — r1 L Cnip)oeenrlcnufidlbal ntml bcr a I CSi1I'E9,514 1�3f Sgna two at U S person ► General instructfons Da19 ► 5/1 7/1 8 S rho ill I -cart it (., Ilicr lilt' If? it) i flu (,,.f+ern. relit./ , + not I Fv5Wedeveloplllents Iii, ins to tladc.l1ppl'r41113,4w41H4irli)40144 *out l'Inl W ii 1111 ci ,set:. 4 Idwe. tot r, d»nJ uty helve 1 g lot,wh ill d(t, hl flIendlyt J(>uhi Wlp'lh tldor lit error ,i/hn+d' MIL, poet .1 oft Intl pinto Purpose of Form At1111(el Ii,1111i itr11, 11111 Ili 1111,1iym It (1111 lit,, Ill, lln lltS 1111411 a4(1 i rl t(ce n9eu1 i iy1.1)t i 11.4144. atoll olio), r (Wittl le)iml h+ 92,914tl% eft tmn p . Ir. )cal 0.49p 4,14111,41' dt yt4i lit 441419Mt .1 1.919, ill 0 yd epd lull I p gay art 11k 4 tnslCUt 111 viol A1Cd'. U irk I' dots+ Melt.) tttollrl.v t yon µeel 1 Ill 1104114 ill' iptt.uvll III 9111r1N. II p114,,lty r MK. It 141Y1.1111 (1 rya 1ydI.tL111i1r<yl.{I In ill Nunn IRA U , lino, 41 0 ,1111 II y,4,i m ' I I S I , t 4, h idhi lnq II 1 it 11 al n) It( tau l l ,o'er al • t rill t , It, pit ',n, ill •lull it rill re ill I II a I 111 !III 1In I (,ride ltd iii IIN)u4, r, p.m') l nn r I I., ,i4,, 1.t 1411 itn Inuua,I ON)) t 141) 11, 1huttm not Attar I lu lel WI, l ilihl{ 1 wI'4 S t lull 'Idbgdu ll h<xo I,, hope !LION hug II luu et ,11 S Slap) N) 11 nlryl 4,' 41i1 ,1 1 n r 4141it11h Il I1 , tl', iv, on 11ve Alm wlt.-,InH oI al II IN4p 4,x rya I hr,iu a ll$, If I I IN III) II, IN. n nil limiq 114, Ituo t'Ihtnl le, it,, anther Flue, CIO n tilt. -gal (Ii o'iy}gain ,),dill 14,r till I ( Ihl, litre t I'll A.lei, ),gal It it il9Ih. hula pl mil 114, dn1J 114,1 y,u er I canned born flu 1011 flit tvdm I l I el I Moto II t.v1 v, I llti Ix 4,,n ,t I ,r,qu-.w rp , yu, , i.xm ulh 1 4l, ,berm 1r01nr tier=I)Mn 1k01 Ill., Mt, l,,- it r ti+ I'r-tome lull uJ, to f, ill Mania It( IIn tc u,,LJ7 0. finibon of US per antis I4Jtt<pwpu )"Iv , tit cl 1 dill, 111 III 11 II 1 ni1111.11 I I I.II I III)! 111Ii, n' id, Ill Ale ern r hip tip( Jun, trnuftnry of I atI,h,v„I lb- II Lei)114' 'lot Vu limit 1 41 II gar Ise f I It. I I 4it II, 11,,i I it d ' An - I d it,(h t thin , lot till -11I t1 I A drn99 4 Uu I t' J0 to 1191 ri,l'Ivo 1,414 5,11 77111 TI Special rules forp arater1(epa Pinar NNW, 11) n(ryl I , 1, , It rn lu mr. ml 11/111 dltlr rtSt 4.111 I ,t rit:),I ta[I'.1 ft.ply I Jlttcblll l l ,e angle I aIhill MI6 1411111? imA,y11Md1 .it AIM gal II 'Jr, I, aryl. I I 1 ,e dal gal 'rqr 1,.m 1/Lllt)Ult1'Mi(.S 1(11)1x1 III.Mr1 gat 11'+ di lo IIii1ii IJ 111, will.. ill ..It I III 4,d. -s Wti7.) 1a /1101111 U11 qure10411i1 f' ih' log)! equip IUd 11.. ltd rl i fix, ern IL 11till 91'1 p ie d1l ,t Imo l VDT Y l6ilo(i,41d,1 t.e tiler, live 14)/yl ip I Its 14Iet(1111111v i p giwf if, 1p 41110 ISItif Meai 11114 Ib lit i9l InNat ally Unit, It SI 114% p4,, bit i'd4, Jn101 lit WO I'M) 111 cat 4.r'r 111'41111411 .k1 ill emit se Iced 11thnallll 19919111•+{1 ,6 yo alp ener.hlp meter) ti 1 it tin 14.21 IX coinW 9111 , 0011) MEMORANDUM Date: May 30, 2018 To: Rob Turf, Purchasing Manager From: Michael Bedell, P.E., Senior Engineer RE: Bid Request No. B1800077 BOCC Approval Date June 4, 2018 Bids were received and opened on May 17, 2018 for contracted construction of the WCR87 Between SH34 and WCR46.5 Improvements Project. Five (5) bids were received ranging from $2,955,310.00 to $3,698,987.31 with the lowest bid submitted by Mountain Constructors Inc. from Platteville, Colorado. My Engineer's Estimate for this project was $2,793,321.00. Weld County will be receiving grant funds from DOLA in the amount of $1,000,000.00 associated with this road improvements project. The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid tabulation is attached for your information. It is my recommendation to award the construction contract to Mountain Constructors Inc. for a total amount of $2,955,310.00. Public Works has worked successfully with the Contractor in the past, on similar projects. This Company is well -qualified for this road improvements project. If this bid is approved by the BOCC on June 4th, construction will commence in later in the month, and is planned to be completed in September 2018. 'P ILI 4=..b18- its20 LE arr S BID TABULATION 5-17-18 WCR 87 IMPROVEMENTS PROJECT B1800077 ITEM NUMBER CONTRACT ITEM UNIT ESTIMATED QUANTITY UNIT PRICE TOTAL Engineer's Engineer's UNIT PRICE TOTAL Mountain Mountain UNIT PRICE TOTAL Simon Simon UNIT PRICE TOTAL Martin Marietta Martin Marietta 201 Clearing and Grubbing LS 1 $25,000.00 $25,000.00 $37,000.00 $37,000.00 $30,000.00 $30,000.00 $23,000.00 $23,000.00 202 Removal of Asphalt Mat (Planing) SY 503 $10.00 $5,030.00 $17.00 $8,551.00 $14.50 $7,293.50 $11.00 $5,533.00 202 Removal of Pipe LF 344 $20.00 $6,880.00 $13.00 $4,472.00 $55.00 $18,920.00 $45.00 $15,480.00 202 Removal of Ground Sign EACH 2 $100.00 $200.00 $125.00 $250.00 $105.00 $210.00 $145.00 $290.00 203 Unclassified Excavation CY 7411 $10.00 $74,110.00 $11.00 $81,521.00 $9.00 $66,699.00 $3.95 $29,273.45 203 Embankment (CIP) (R-20) CY 5125 $15.00 $76,875.00 $12.00 $61,500.00 $11.00 $56,375.00 $4.75 $24,343.75 203 Unsuitable Material (Contingency) CY 400 $30.00 $12,000.00 $34.00 $13,600.00 $23.00 $9,200.00 $19.00 $7,600.00 203 Blading HOUR 80 $125.00 $10,000.00 $130.00 $10,400.00 $145.00 $11,600.00 $168.00 $13,440.00 203 Utility Potholing HOUR 40 $225.00 $9,000.00 $145.00 $5,800.00 $190.00 $7,600.00 $187.00 $7,480.00 203 Sweeping (with pickup broom) HOUR 24 $110.00 $2,640.00 $182.00 $4,368.00 $155.00 $3,720.00 $131.00 $3,144.00 203 Proof Rolling HOUR 40 $100.00 $4,000.00 $148.00 $5,920.00 $95.00 $3,800.00 $114.00 $4,560.00 206 Structure Backfill (Flow -Fill) (County Mix) CY 290 $140.00 $40,600.00 $148.00 $42,920.00 $155.00 $44,950.00 $170.00 $49,300.00 207 Topsoil (Imported) CY 3470 $25.00 $86,750.00 $57.00 $197,790.00 $30.00 $104,100.00 $32.00 $111,040.00 208 Silt Fence LF 6292 $1.50 $9,438.00 $1.00 $6,292.00 $3.30 $20,763.60 $1.85 $11,640.20 208 Silt Berm (18" Height) LF 2797 $4.00 $11,188.00 $3.00 $8,391.00 $2.70 $7,551.90 $11.50 $32,165.50 - 208 Erosion Control Log (12 Inch) LF 3691 $5.00 $18,455.00 $4.00 $14,764.00 $6.00 $22,146.00 $4.25 $15,686.75 208 Vehicle Tracking Pad EACH 2 $1,700.00 $3,400.00 $2,220.00 $4,440.00 $2,700.00 $5,400.00 $2,478.00 $4,956.00 208 Concrete Washout Structure EACH 1 $1,500.00 $1,500.00 $1,420.00 $1,420.00 $1,000.00 $1,000.00 $1,071.00 $1,071.00 208 Stabilized Staging Area EACH 1 $5,000.00 $5,000.00 $10,850.00 $10,850.00 $3,000.00 $3,000.00 $7,500.00 $7,500.00 208 Removal/Disposal of Sediment (Labor) HOUR 40 $45.00 $1,800.00 $50.00 $2,000.00 $40.00 $1,600.00 $60.00 $2,400.00 208 Removal/Disposal of Sediment (Equipment) HOUR 40 $150.00 $6,000.00 $55.00 $2,200.00 $65.00 $2,600.00 $80.00 $3,200.00 208 Erosion Control Management DAY 80 $250.00 $20,000.00 $210.00 $16,800.00 $165.00 $13,200.00 $362.00 $28,960.00 210 Reset Fence LS 1 $500.00 $500.00 $10,000.00 $10,000.00 $8,500.00 $8,500.00 $7,500.00 $7,500.00 210 Reset Ground Sign EACH 4 $200.00 $800.00 $175.00 $700.00 $155.00 $620.00 $318.00 $1,272.00 210 Reset Mailbox EACH 6 $200.00 $1,200.00 $210.00 $1,260.00 $190.00 $1,140.00 $318.00 $1,908.00 , 212 Seeding (Native) (Hydraulic) ACRE 14.5 $1,500.00 $21,750.00 $465.00 $6,742.50 $375.00 $5,437.50 $819.00 $11,875.50 , 212 Seeding (Native) (Hand Broadcast) ACRE 1.25 $1,500.00 $1,875.00 $670.00 $837.50 $400.00 $500.00 $1,271.00 $1,588.75 213 Spray -On Mulch Blanket ACRE 14.5 $1,500.00 $21,750.00 $2,841.00 $41,194.50 $2,700.00 $39,150.00 $3,712.00 $53,824.00 216 Soil Retention Blanket (Landlok S2) SY 5983 _ $5.00 $29,915.00 $2.00 $11,966.00 $2.50 $14,957.50 $2.15 $12,863.45 Turf Reinforcement Mat (Pyramat 75) SI 5983 S 15 00 $89.745.00 $22.00 S131.626.00 $20.00 $ I 19.660.0(1 i $16.25 SQ7 -)13 75 216 Aggregate Base Course (Class 6) MN )N 10510 520.00 $21(L200.00 523 00 $241.730.00 I $23.00 $241.730.0(1 $23.00 5241.730.00 304 31(1 Cement Treated Base (12 Inch) r (.1 14697 $15.00 $220,455.00 $7.00 $101879.00 4 $9.25 $135.947.25 $12.00 $176364.00 403 I IMA (Grade S) (100) (PG64-22) l ION 11427 $85.00 $971.295.00 $84.00 $959,868.00 $90.00 A $1.028.430.00 a $73.00 $834,171.00 506 Riprap (12 Inch) C1 115 $125.00 $14.375.00 $110.00 $12,650.00 $190.00 $21,850.00 $122.00 $14,030.00 601 Portland Cement (type 1/11) 1(N 1371 $150.00 $205,650.00 $199.00 $272.829.00 S 175 00 $239.925.00 $182.00 $249,522.00 603 14"x23" HERCP Culvert (Complete In Place) 1 k 128 $100.00 $12,800.00 $110.00 $14.080.00 S 100.00 S12.800.00 S 116.00 $14.848.00 603 14"x23" HERCP End Section EACH 4 $1,200.00 $4,800.00 $2,455.00 $9,820.00 $2,200.00 $8.800.00 I $2,600.00 $10.400.00 603 24" RCP Culvert (Complete In Place) LI 96 $80.00 $7,680.00 $105.00 $10,080.00 $115.00 $11.040.00 $117.00 $11,232.00 24" RCP End Section I AC11 2 $1.000.00 $2,000.00 51.125.00 $2.250.00 $2,200.00 $4,400.00 $1.250.00 $2.500.00 603 60" RCP Culvert (Complete In Place) I.l• 96 $200.00 $19.200.00 5.340.00 $32.640.00 $300.00 $28,800.00 $370.00 $35,520.00 603 603 60" RCP End Section EACH 4 $2.500.00 $10.000.00 $1.015.00 $4.060.00 $4.100.00 516.400.00 $1.150.00 $4.600.00 603 72" RCP Culvert (Complete In Place) I.1= 40 $250.00 $10,000.00 $575.00 $23,000.00 $520.00 $20,800.00 $600.00 $24,000.00 603 72" RCP End Section EACH 2 $3.000.00 i $6,000.00 $1600.00 $7,200.00 $5,200.00 $10,400.00 $3,800.00 $7,600.00 612 I )elineator (Carsonite) (Type 1) EACH 100 $30.00 $3.000.00 $88.00 $8,800.00 $80.00 $8,000.00 $53.00 $5.300.00 612 Delineator (Carsonite) (Type III) EACH 12 535.00 $420.00 $94.00 $1.128.00 $84.00 $1,008.00 $107 00 $1,284.00 614 Sign Panel (Class I) SF 8(1 $20.00 $1.600.00 $23.00 $1.840.00 $21.00 $1.68(1 00 821 00 $1.680.00 614 Sign Panel (Class II) Si.36 $25.00 $900.00 $42.00 $1,512.00 $38.00 $1,368.00 $32.00 $1,152.00 614 Steel Sign Post (2"x2" Tubing) I I 25 15 $30.00 $7,545.00 $10 (►U $4.778.50 $17.00 $4,275.50 $21.00 $5,281.50 620 Field Office (Class 2) EACH I 515.0(10.00 $15.000.00 512.700.00 S12.700.00 $12.000.00 $12.000.00 $10,000.00 $10.000.00 620 Sanitary FaeiIit) LACH 2 I $1.000.00 $2.000.00 $625.00 $1.25(1.00 $3,000.00 $6.000.00 $2.700.00 $5.400.00 625 Construction Surveying LS 1 $50,000.00 $50,000.00 $40,000.00 $40,000.00 $62,000.00 $62,000.00 $60.000.00 $60,000.00 626 Mobilization 1 . S 1 $150,000.00 $150,000.00 $102.000.00 $102,000.00 $88.020.00 $88,020.00 $314,000.00 $314,000.00 627 4 Epoxy Pavement Marking (;AI 210 $100.00 $21,000.00 $84.00 $17,640.00 $80.00 $16,800.00 A $78.00 $16,380.00 630 4 Construction Traffic Control 1.5 1 $50.000.00 4 $50,000.00 $125,000.00 $125,000.00 $165,000.00 $165,000.00 a $215,000.00 $215,000.00 700 F/A Minor Contract Revisions I A I $150.000.00 $150,000.00 $150,000.00 $150,000.00 $150,000.00 $150.000.00 $150,000.00 $150,000.00 70(1 l iA Asphalt Pa\emenl Incentive I A I $50.000.00 $50,000.00 $50.000.00 $50.000.00 $50,000.00 $50.000.00 $50.000.00 $50.000.00 Bidding Errors or Discrepancies TOTAL $2,793,321.00 TOTAL $2,955,310.00 TOTAL $2,979,167.75 TOTAL $3,052,113.60 N/A No Errors No Errors No Errors WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf c(�weldgov.com E-mail: reverett c(Dweldgov.com E-mail: cmpeters a(�weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 304-6434 DATE OF BID: MAY 17, 2018 REQUEST FOR: WCR 87 BET SH34 & WCR 46.5 DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1800077 PRESENT DATE: MAY 21, 2018 APPROVAL DATE: JUNE 4, 2018 VENDOR MOUNTAIN CONSTRUCTORS INC PO BOX 405 PLATTEVILLE CO 80651 SIMON CONTRACTORS 6215 CLEAR CREEK PARKWAY CHEYENNE WY 82007 MARTIN MARIETTA MATERIALS INC 1800 N. TAFT HILL RD. FT COLLINS CO 80521 DURAN EXCAVATING INC 14332 CR 64 GREELEY CO 80631 DON KEHN CONSTRUCTION INC 6550 SOUTH COUNTY ROAD 5 FT COLLINS CO 80528 Engineering Estimate: $ 2,793,321.00 DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE BIDS. 57 TOTAL COST $2,955,310.00 $2,979,167.75 $3,052,113.60 $3,235,590.70 $3,698,987.31 2018-1610 Hello