Loading...
HomeMy WebLinkAbout20181121.tiff&awl It, 1771 MEMORANDUM Date: April 18, 2018 To: Rob Turf, Purchasing Manager From: Michael Bedell, P.E., Senior Engineer Mi3 RE: Bid Request No. B1800041 BOCC Approval Date April 23, 2018 Bids were received and opened on April 5, 2018 for contracted construction of the Bridge 68/59A Replacement Project. Twelve (12) bids were received ranging from $1,281,000.00 to $1,703,990.16 with the lowest bid submitted by Lawrence Construction Company from Littleton, Colorado. My Engineer's Estimate for this project was $1,594,409.75. Weld County will be receiving grant funds from CDOT in the amount of $1,200,000.00 associated with this bridge replacement project. The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid tabulation has previously been submitted for your information. It is my recommendation to award the construction contract to Lawrence Construction Company for a total amount of $1,281,000.00. Public Works has worked successfully with the Contractor in the past, on one of the 2013 Flood Repairs Projects. This Company is well -qualified for this bridge replacement project. CDOT has reviewed the bid documents submitted by the contractor and given us their concurrence to award. If this bid is approved by the BOCC on April 23'd, construction will commence in May 2018 and is planned to be completed in September 2018. Lilz_6er/teje-P) Ot_saW 5- 748 4013- 11,2,1 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & LAWRENCE CONSTRUCTION COMPANY BRIDGE 68/59A REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this 23rd day of April 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 Lawrence Construction Company, who whose address is 9002 N. Moore Road, Littleton, CO 50125, hereinafter referred to as "Contractor". WHEREAS, the Bridge 68/59A needs replacement, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the replacement of Bridge 68159A, and WHEREAS, County requires an independent contract construction professional to perform theconstruction 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. B1800041. 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 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. Termination. County has the right to terminate this Agreement, with or without cause on thirty (3 0) 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 1,281,000.00, 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 bidamount 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 Y 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 shah 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 whomCounty 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. 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 a l l 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 foreooin+u warranties, Contractor is aware that all work performed on this Pro ect r ursuant to this Agreerr ent_is subject to a one -tear warrant gperiod during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the data 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 CIO) 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 Employers Liability Insurance covering all the Contractor's is 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., A N D 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 CO 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 CC 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 25 03 . 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., 1100Q000 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 f=loater — Completed Value Basis: Unless otherwise provided, theContractor 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 theconstruction 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 _nrovisi ns: 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 CIO) days and reinstate the aggregates required; 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 ail 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 and any excess/umbrella liability, the contractor's insurer shall name Weld County and Colorado Department of Transportation as 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 a l l 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. 174 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: Lawrence Construction Company Attn.: Address: Address: E-mail: Phone: We County: Name: Position: Address: Address: E-mail: Phone: Don Hanneman, Project Manager 9002 N. Moore Road Littleton, CO 80125 dhanneman@lawrence-constructionacorn (303) 791-5642 Michael Bedell, P . E . Senior Engineer P.O. Box 758 Greeley, CO. 80632-758 mbedell@weldgov.com (970) 301-0780 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 a li 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 ofCounty to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — CURBS. 4-18-20'1 et seq. and §24-5O-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. l ity. 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 Th i rd s -Pa rty 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 Lawklurisdiction. 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 a Public Contracts for Services C.R.S. 8-17.5-10+1. 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 orcontracting 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. 8-17.8-102(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. The Contractor shall comply with General Decision Number CO180024 dated January 5, 2018. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 23rd day of April, 2018. CONTRACTOR: Lawr ce Construction Company By: Name: .D8v IA /l -t oRktjf Title: «/CIS CpCRR%/NG olgriCt WELD COUNTY: ATTEST: XL Date: APRic 230 Zo '8' BOARD OF COUNTY COMMISSIONERS Weld C. my Clerk to the Board WELD COUNTY, COLORADO Deputy rk t• the Boar,/ �; '' `a ��a Steve Moreno, Chair MAY 072018 July 3, 2017 I REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: For TAP (Transportation Alternatives Program) funded Recreational Trails projects, Section I (4) regarding convict labor and all of Section IV of the FHWA 1273 do not apply, Except for Local Agency projects, the Contractor and all subcontractors who are su bj ect to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPtracker, utilizing the following web link: https://prod.lcptracker. net +"'ebForms/Iogin.aspic The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within the LCPtracker system, and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the project, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. Each construction subcontractor shall submit their payrolls directly into LCP Tracker for approval by the Contractor. The Contractor shall submit and approve their own payrolls in LCPtracker. The Engineer will approve or reject weekly payrolls for the Contractor. July 3, 2017 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General I I . Nondiscrimination Ill. Nonsegregated Facilities N. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects I. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI, Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) . The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract) . 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to alt work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contractingagency and FHWA, 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation_ The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 66, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 50-4.3. Note: The U ,S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USG Section 140, the Rehabilitation Act of 1973, as ?mended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, withappropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. I. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the July 3, 2017 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C, 12101 et seq ) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the- job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractors staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer, b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the conlsaclo 's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to theattention of employees by means of meetings, employee handbooks, or other appropriate means. 4, Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. Thecontractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a, The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. July 3, 2017 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time, If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a, The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, Le., ., apprenticeship, and on-the-job training programs for the geographical area of contract performance.. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regarcf to their race, color, religion, sex,, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information, d. In the event the union is unable to provide the contractor with a reasonable fl ow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andior qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontracto►rs, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment, The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 28.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shalt carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. July 3, 2017 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FH h A-139 t,. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to ail Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes wading rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage ordressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt, Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the Fl tWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employers payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph I .b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (I) The work to be performed by the classification requested is not performed by a classification in the wage determination; and July 3,20'17 6 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day, period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) b. (2) or I. b. (3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasons* anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract, In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may, be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5 5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately, and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(1), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any, form desired. Optional Form Wl-I-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.goviesaiwhdiforms/wh347instr.htm July 3, 2017 7 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS or its successor site. The primecontractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (3) That the payroll for the payroll period contains the information required to be provided under §5.5 (a) (3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code, cr The contractor or subcontractor shall make the records required under paragraph 3.a, of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. It the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable -apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable July 3, 2017 8 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). . Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the appl icabte wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. in addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements, All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility,. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV;. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29-CFR 4.6. As July 3, 2017 9 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shalt be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.118). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individuat employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirement& b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwisedisposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract, Written consent will be given only after the contracting agency has assured that each subcontract is July 3, 2017 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS evidenced in writing and that itcontains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 LLS.C. 3704). 3. Pursuant to 29 CFR 1926 3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING PROJECTS This provision is applicable to all Federal -aid contracts and to all related subcontracts. HIGHWAY construction In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers„ and workers on Federal - aid highway projects., it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bidlproposai or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA July 3, 2017 11 REQUIRED CONTRACT PROVISIONS IONS FEDERAL -AID CONSTRUCTION CONTRACTS approval or that is estimated to cost$25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government. the contracting agency may terminate this transaction for cause of default, d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "p a rlicipa nt," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended. declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.eolsaovi), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. . e e * a 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tler Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen properly; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this applicationiproposal had one or more public transactions (Federal, State or local) terminated for cause or default. July 3, 2017 12 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension andlor debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "►ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 190 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant"' refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httpsJ /www .epls.govi), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings, i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. A * # 4 w Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion --Lower Tier Participants: 1, The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2, Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Xl. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. T. The prospective participant certifies, by signing and - submitting this bid or proposal, to the best of his or her knowledge and belief, that: a, No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of July 3, 2017 13 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. July 3, 2017 14 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the IDOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. G. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service willforward a certificate to the contractor indicating the unavailability of applicants-. Suth c e rtbfi cate shall beliriade a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph tic) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 1 PAGE OF DOCUMENT INCLUDED IN PAPER FILE. BID REQUEST NO. B1800041 REMAINDER RETAINED ELECTRONICALLY IN TYLER. WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR BRIDGE 68/59A REPLACEMENT PROJECT MARCH, 2018 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 " 970-304-6496 BID NO # B1800041 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 14-15 * Bid Schedule 16--20 * Bid Bond 21-22 * IRS Form W-9 23 *Anti -Collusion Affidavit (CDOT Form #606) 24 * Bidders List (CDOT Form #1413) 25 *Anticipated DBE Participation Plan (CDOT Form #1414) 26 WELD COUNTY REQUIRED CONTRACT FORMS: *Low Bidder must submit these forms prior to Contract Award. * Notice of Award 27 *Agreement 28-37 * Performance Bond 38-39 * Labor and Materials Payment Bond 40-41 Notice to Proceed 42 Change Order 43-44 Certificate of Substantial Completion 45 Lien Waiver 46 Final Lien Waiver 47 Notice of Acceptance 48 CDOT REQUIRED CONTRACT FORMS: *Low Bidder must submit these forms to Weld County by 4:30 PM the day following the bid opening. * Contractor's Performance Capability Statement (CDOT Form #605) 49 *Assignment of Antitrust Claims (CDOT Form #621) 50 * DBE Commitment Confirmation (CDOT Form #1415) 51-52 * DBE Good Faith Effort Documentation (CDOT Form #1416) 53.54 WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions PSP1-PSP51 CDOT STANDARD SPECIAL PROVISIONS: Standard Special Provisions 62 Pages DRAWINGS: Construction Plan Set 11x17 Separate Documents BID NO # B1800041 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MARCH 14, 2018 (1St ADVERTISEMENT DATE) BID NUMBER: B1800041 DESCRIPTION: BRIDGE 68/59A REPLACEMENT PROJECT MANDATORY PRE -BID CONFERENCE DATE: MARCH 22, 2018 BID OPENING DATE: APRIL 5, 2018 DAVIS BACON DECISION NUMBER: CO180024 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: BRIDGE 68159A REPLACEMENT PROJECT The project in general consists of replacement of Bridge 68/59A over Crow Creek. The Project is located approximately 0.2 miles east of SH392, on WCR68. Refer to the Bid Schedule for a list of the bid items and quantities. This project is a Federal Aid Project No. BRO C030-054, 19744. The "DBE" goal for this project has been established by CDOT to be 5.0%. The EEO -1 Report must still be submitted to the Joint Reporting Committee if the contractors and subcontractors meet the eligibility requirements (29CFR 1602.7). For additional information regarding these federal requirements, please refer to: http://www.eeoc.govistats/jobpatielinstruct.html. A mandatory pre -bid conference will be held at 10:00 A.M., on Thursday, March 22nd , 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, April 591, 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. BID NO # B1800041 Page 3 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 [-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 Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bidsweldgov.com. [mailed 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. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. 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. BID NO # B1800041 Page 4 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 with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the 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. BID NO # B1800041 Page 5 Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County and CDOT as additionally insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all the documents of the Request for 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. 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 Count shall be included in the Bid price. p p y Y� Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The 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. BID NO # B1800041 Page 6 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 [-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in 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 BID NO # B1800041 Page 7 must comply with the provisions of C.R.B. 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 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. 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. BID NO # B1800041 Page 8 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 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 inspection and 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. 0. 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. BID NO # B1800041 Page 9 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. T Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall comply with the Davis- Bacon Wage Rates. V Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. 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. BID NO # B1800041 Page 10 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. 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 consideration of 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 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 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 CO 2503 or equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional BID NO # B1800041 Page 11 insured —owners, lessees or successful bidders endorsement, ISO CO 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. 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. 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 and CDOT as additionally insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. BID NO # B1800041 Page 12 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 # B1800041 Page 13 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1 150 "O" Street Greeley, Colorado 80632 Attention: Rob Turf, Director of General Services Bid Proposal for: BRIDGE 68/59A REPLACEMENT 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 30-26-114, 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 Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, 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. BID NO # B1800041 Page 14 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. GENERAL NOTE Buy America Certifications shall be provided prior to installation of any steel or iron products on this project. BID NO # B1800041 Page 15 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 (8" Thick) SY 3,500 202 Removal of Bridge EACH 1 202 Removal of Ground Sign EACH 2 203 Embankment (CI P) CY 891 203 Unsuitable Material (Contingency) CY 100 203 Proof Rolling HR 10 203 Potholing HR 10 206 Structure Excavation CY 1,045 206 Structure Backfill (Flow -Fill) CY 42 206 Structure Backfill (Class 2) CY 155 206 Filter Material (Class A) CY 12 206 Bed Course Material (Special) (Type I) CY 30 206 Bed Course Material (Special) (Type II) CY 45 207 Topsoil (Place) CY 1 L l 207 Topsoil (Stockpile) CY 150 208 Erosion Log (12 Inch) LF 905 208 Silt Berm (18" Height) LF 600 208 Rock Check Dam EACH 1 208 Concrete Washout Structure EACH 2 BID NO # B1800041 Page 16 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 208 Vehicle Tracking Pad EACH r 208 Sediment Removal/Disposal Labor HOUR 40 208 Sediment Removal/Disposal Equipment HOUR 40 208 Erosion Control Management DAY 90 210 Reset Ground Sign EACH :_ 211 Dewatering n g LS 212 Seeding (Native) (Hydraulic) ACRE 0.`28 212 Seeding (Native) (Hand Broadcast) ACRE ).28 213 Mulching (Weed -Free -Hay) (Hydraulic) ACRE 0.28 216 Soil Retention Blanket (Straw/Coconut) SY 1,339 304 Aggregate Base Course (Class 6) TON 1,052 403 HMA (Grading 5) (100) (PG 64-22) TON 850 403 HMA (Grading SX) (100) (PG64-28) TON 370 403 HMA Safety Edge LF 1,590 501 Steel Sheet Piling (Temporary) SF 2,500 502 Pile Tip EACH 32 502 Steel Piling (HP 12x74) LF 1.027 506 Riprap (9 Inch) CY 147 • 506 Riprap (18 Inch) CY ' 3 515 Waterproofing Membrane . \r^ J/4 BID NO # B1800041 Page 17 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) - — TOTAL PRICE (DOLLARS) 518 Bridge Expansion Joint (Asphaltic Plug) LF 66 601 Concrete Class D (Bridge) CY 297 601 Structural Concrete Coating SY 317 602 Reinforcing Steel (Epoxy Coating) LBS 43,899 606 Guardrail Type 3 (6'-3" Post Spacing) LF 306.25 606 Transition Type 3G EACH 4 606 Transition Type 3J EACH 1 606 End Anchorage Type 3K EACH 1 606 End Anchorage (Non -Flared) EACH 2 606 End Anchorage (Flared) EACH 1 606 Bridge Rail Type 10M LE 210 607 Fence (Plastic -Safety) LF 525 612 Delineator (Type III) EACH 2 613 2 Inch Electrical Conduit LF 2 1 0 614 Steel Sign Post (2" x 2" Tubing) LF @;x 618 Prestressed Concrete Slab (Special) LF 71 i 620 Field Office (Class 1) EACH 1 620 Sanitary Facility EACH `7 625 Construction Surveying LS 626 Mobilization LS 1 BID NO # B1800041 Page 18 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 627 Epoxy Pavement Marking SF 1,200 630 Flagging HR 100 630 Traffic Control Inspection DAY 110 630 Traffic Control Management DAY 10 630 Traffic Control LS 1 630 Portable Message Sign Panel EACH 2 630 Concrete Barrier LF 7 700 FHA Minor Contract Revisions FA i $120,000.00 $120,000.00 700 HA Pile Cut -Offs FA I $10,000.00 $10,000.00 700 HA Erosion Control FA 1 $5,000.00 $5,000.00 700 F/A PDA Pile Monitoring FA i $5,000.00 $5,000.00 700 F/A On -The -Job Trainee HR .1 20 $2.00 $240.00 NOTE: INCLUDE ALL FORCE ACCOUNT ITEMS IN TOTAL BID AMOUNT. Total Bid (Dollars): BID NO # B1800041 Page 19 NOTE: The following are items of work to be completed by Weld County: • Materials Quality Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1800041. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. Weld County is exempt from Colorado sales tax (exemption number 08.03551-0000). 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all documents of the Request for Proposal contained herein, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. FIRM BY (Please print) MAILING ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE FAX TAXID# E-MAIL ADDRESS BID NO # B1800041 Page 20 BID BOND PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT KNOW ALL MEN BY THESE PRESENTS, that as Principal, and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Dollars ($ ), 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 BRIDGE 68/59A REPLACEMENTPROJECT 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 , 2016 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 # B1800041 Page 21 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 # B1800041 Page 22 Fvrm (Rev. August 2013) Department o1 Ihie Tre hawy Internall Revenue Servics Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS.. cwi us oi. d GI a g crd p_ C_ 0 a� U) u'] Marne (as shown on yotr inoometax return) Business nameidisregarded entity name, if different from above Check appropriate box for federal traxx� * ih aticn: ❑ Individual/sole proprietor C Corporation: ❑ S Corporation ❑ Partnership Trust/estate ❑ Limited liability company. Eats the lax classification r(CCC corporations SeS corpaaticn, Pspar'rnrship) fr Other (sec ianimations) IN- Add r lams `s` (number, street, and apt. or suite no.) Cite, .stfatc , and 7IP code I i- t riumfore(e) here topeon4 Part Lxemptronr (sec irctiactions): Exempt payee code (if any) Lxemption tram I AICAti repotting code (II any) Requester's name and address (optima I') Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "blame" line to avoid backup withholding. For individuals, this is your social security number ( N). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, rt is your employer identification number (EN). fi you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Social security number I Employer identification number 'Certification I Under penalties of perjuiy, I certify that: 1. The number shown on this form Fs my correct taxpayer identificatuon number (or I am waiting for a number to be issued to me), and 2, I am not subject to backup withholding because: (ar) I aria 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 hes 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 arty) indicating that I am exempt from FAT CA reporting its correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have tailed 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 Signal of Us& puree ir Data Pr General Itrluctions Section references are to the Internal Revenue Code unless otherwise noted. FuIttwe de vela pments. The IRS has created a page on IflS.g r for inform abon about l- ur in W- 9. at wwwtgov/w9. Intonation about any future devekmments affecting.1-orm W-9 (such as legislation enacted atter we release it) will be posted on that page. Purpose of Form A person term is required to file an information re -turn with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you in setticrncnt of payment card and third party r twor k transactions, real estate transactions, mortgage interest you paid. ae_,qutsition or abandonmentof secured properly, cancellation of iJNLit, +a cOilb buttons you made la an IRA. Use Form W-9 orgy if you are a U.S. person (including a resident alien), to provide rut correct TIN to the person requesting rt (the requester) and, when applicable, to: 1, Certify that the TIN you ere giving is c otrect (or you are waiting for a nuti bet to be issued), 2. Certify that you are not subjct to backup with of drrx� . or 3. Claim exemption fran backup withholding of you are a U.S., exempt payee. It applicable, you are also certifying that as at L J S. person, your allocable shore of any partnership income from a 4 J.S. I ran lr* or business IS riot subject to the vwrithheldi g tat on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered! on His form (if any) indicatirog that you are eK mpt from the FATCA reporting, is correct. Note. If your are a US. person and a requester ter gives you s form other than Faun W-tto request' your TIN, you must use the reguemees forrnr ii it is substantially similar to this Form -9. Definition of a U.S. person. I- or. federal taut purposes, you ere considered a U.S. person rf you are: I An individual who is a US citizen or U.S_ resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a lorcign estate), a • A domestic trust (as defined in Regulations section 301.770'1-7). Special nubs $r partnerships. Partnerships that calduct a trade or Ibusir ess the United Staters are generally required to pay a lo.fithhokling tax under section 144E on Any foreign p rtnere" stare of effectively connected taxable inixArne from such business. Further, in certain cases. where a I orm W-9 has not been received, the miles. under section 1445 require a partnership to presume that a partner is a tnreiun person,. and pay the section 1446 withholding lax Therefore, i1 you are ;a L.Q.S.. person that is a partner in a piirtnershiµ instructing a'trade a bareness in the United States, provide Farm W-9 to the partnership to establish your U.S. status and avoid section 1446 wittthdd'ing on your -share of partnership ncorne. Cat. No. 10231X Form W-9 (Rev. B-2013) BID NO # B1800041 Page 23 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NI . CODA I hereby attest that I am the person responsible! within my firm for the final decision as to the price(s) and amount 01 this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently,, withoutconsultation,: communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2E. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 36. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm at person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered. promised or paid cash or anything 01 value to any mm or person, whether in connection with This or any other protect, in consideration for an agreement or promise by any firm or person to retrain from bidding or to submit any intentionally high, noncompetitive, or other form of complementary bid or agreeing or promising t€ do so on this project 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or anyother protect, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that Ile or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. a I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract , I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND LDEQREE, AND ANY OTHER APPLIICA.bLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE, Gull Ira(*)[ 111111 9-1 [Iv 2nd clnhlrMrr,ir'a Zinn or e,nrr;p irly rUirria (II Fowl liefItli ) O'y Date TirIr_, fly Date Sworn to before me this day of, 20 Notary Public: t.'tt. recurlrrlivarl ep11e NOTE: This document must be signed in ink. COOT Form 0606 110G BID NO # B1800041 Page 24 COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST Project Name and Number Project Code Proposal Date Contractor Region Subcontractors/Suppliers/Vendors: The bidder must list all firms seeking to participate on the contract. This information is used by the Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to submit this form may result in the proposal being rejected. Firm Name Email Work Proposed (Select all that apply) DBE (Y) Selected (YIN) I certify that the information provided herein is true and correct to the best of my knowledge. lame Signature/initials Title Date Work Proposed Categories: 1. Materials fats and Supplies 2. Ragging and Traffic Control 3. Trucking and Hauling 4. Precast Concrete. Fe'jndatiens. and Footings 5. Concrete Paving. Platwork and Repair 6. Lighting and Electrrcal 7. Signs, Signal Installation) and Guardrail 3. Fencing 9. Buildings and Vertical Structures 10. Utility. Water and Sewer Lines 11. Structural Steel and Steel Reintr tern ent 12. Piorap and Anchored Retaining Walls 13_ Landscape and Erosion Control 14. Bridge and Bridge Deck Construction 15. Asphalt Paving 16. Road and Parking Lot Marking 1T Chip Sea.!. Crack Seal.. Joint Seia l and Crack Fill W.Bridge Fainting and Coating 19. Stairway and Ornamental Metal 20. Parking Lots and Commercial Sidewalks 21_ Clearing. Demolition. Excavation and Earthwork 22_ Eng. ine&r!ng and Surveying Services 21 Public Relations and Involvement 24_ Files arid Deep Foundations 25_ Waste Management and Recycling 26.. Site Clean Up 27_ R.Mechanical and HVA C 26. Thane! Construction 29. Profiling and Grinding 30. Environmental Health and Safety L_ This form must be submitted by the proposal deadline. For COOT projects, submit to cdot_hq_dbeforms@state.co.us. COOT Form 4 413 0111.4 BID NO # B1800041 Page 25 COLORADO ANTICIPATED DEPARTMENT OF TRANSPORTATION PARTICIPATION PLAN DBE Bidder: Project Contact: I Project Code: Phone: Date of Proposal: Email: Contract Goal: Preferred Contact Method: I Region: DBE Commitments DBE Firm Name Work to Be Performed Commitment Amount Eligible Participation Total Eligible Participation Total Bid Amount Total Eligible Participation Percentage Bidder Signature This section representative that the statements the Standard CDOT shall demonstrated approval have not It is your has been Prevision must of Special not award good of CDOT. met the responsibility properly Disadvantaged be the cause. If contract counted. signed by an Bidder, you declare made in this document Provision Disadvantaged a contract until Once your selected as the goal, you to ensure that For additional Business individual lowest will the Enterprise with under penalty are true Business it has been determined proposal has apparent also be required selected information Requirements. and been DBEs the bidder. and of complete to are Enterprise submitted, authority perjury you submit certified instructions that in to the shall documentation to bind the second the best Requirements contract commitments submit for the on the Bidder. degree your goal a Form of work to calculating knowledge. and has may By and understand been not 1415 all good be performed eligible signing this any other applicable Further, the following: met or that be modified for each commitment faith efforts and that participation, you or form, you terminated to their see attest meet as have the state listed the eligible an that otherwise Standard authorized or federal laws you have read without the above. If contract goal. participation Special you . Name ., Title Signature Date This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot_hq htdbeforms@state.co.us. Civil Rights and Business Resource Center CDOT Form t# 1414 01/14 BID NO # B1800041 Page 26 NOTICE OF AWARD PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT To: Project Description: BRIDGE 68/59A REPLACEMENT PROJECT The project in general consists of replacement of Bridge 68/59A over Crow Creek. This project is located approximately 0.2 miles east of SH392 on WCR68. 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 # B1800041 Page 27 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & (CONTRACTOR) BRIDGE 68/59A REPLACEMENT 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 Bridge 68/59A needs replacement, (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 bridge, 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. B1800041. 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 shall not increase the compensation to be paid to the Contractor nor change any other term herein. BID NO # B1800041 Page 28 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. 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. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. 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 BID NO # B1800041 Page 29 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 e mployees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not e ntitled 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 o bjection, 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 inspection and acceptance of the Project. BID NO # B1800041 Page 30 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 00) 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 said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 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 BID NO # B1800041 Page 31 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 of 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 $50,0O0 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. 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 County. BID NO # B1800041 Page 32 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 BID NO # B1800041 Page 33 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: Facsimile: County: Name: Michael Bedell, P.E. Position: Senior Engineer Address: P.C. Box 758 Address: 1111 H Street, Greeley, Co. 80632-758 E-mail: mbedellweldgov.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 actually 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. BID NO # B1800041 Page 34 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 [-Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of 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 BID NO # B1800041 Page 35 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. Contractor understands and agrees that, if required by the provisions of Exhibit Al the work shall comply with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement, a copy of the information is contained in Exhibit A, County's Request for Bid, and is a part this Agreement.) 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 # B1800041 Page 36 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 2018. CONTRACTOR: 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 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 # B1800041 Page 37 PERFORMANCE BOND (PAGE 1 OF 2) PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2018, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B1800041. 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 # B1800041 Page 38 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: BRIDGE 68/59A REPLACEMENT 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 # B1800041 Page 39 LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2018, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B1800041. 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 # B1800041 Page 40 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: BRIDGE 68/59A REPLACEMENT 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 # B1800041 Page 41 NOTICE TO PROCEED PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT To: Date: Name of Project: PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B1800041. 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 # B1800041 Page 42 CHANGE ORDER NO. I (EXAMPLE) PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT Date: PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B1800041. 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 # B1800041 Page 43 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 # B1800041 Page 44 CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT Contractor: Contract For Construction as described in the Invitation for Bids No. B1800041. 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, CDOT, Contractor, and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto (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 # B1800041 Page 45 LIEN WAIVER (GENERAL CONTRACTOR) PROJECT: BRIDGE 68/59A REPLACEMENT 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: BRIDGE 68/59A REPLACEMENT PROJECT described in the Invitation for Bids, Bid No. B1800041. Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any 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 as a result of such claims. Contractor By: Title: Date: STATE OF COUNTY OF ) ) ss. ) The foregoing instrument was acknowledged before me this day of , 2018, by My commission expires: Notary Public BID NO # B1800041 Page 46 FINAL LIEN WAIVER (SUBCONTRACTORS) PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT To All Whom It May Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of State of of which is the Owner. NOW, THEREFORE, this day of , 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 actually received and equal to total amount of contract as adjusted. (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. BID NO # B1800041 Page 47 NOTICE OF FINAL ACCEPTANCE PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT Date: PROJECT: BRIDGE 68159A REPLACEMENT PROJECT described in the Bid No. B1800041. 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 # B1800041 Page 48 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTORS PERFORMANCE CAPABILITY STATEMENT IProject # 1. List names of partnerships or joint ventures [I none 2. List submitted a. decreases Key personnel in to CDOT_ the changes contractors (Attach additional J fiscal none or sheets workmanship if necessary.) gualifi•c tions compared to the last pregualification statement L, Key equipment changes none fl c. Fiscal capability changes (legal actions, etc_) Ii none d. Other changes that may effect the contractors ability to perform work. none ® I DECLARE OR BEST FEDERAL OF UNDER MY PENALTY LAWS, THAT KNOWLEDGE OF THE STATEMENTS PERJURY IN THE SECOND MADE ON THIS DEGREE, AND DOCUMENT ANY OTHER ARE TRUE AND APPLICABLE CORRECT STATE TO THE i By Date Contractor's firm or company name Title 2nd Contractors firm or company n ame (if joint venture) By Date Title COOT Form #605 1192 BID NO # B1800041 Page 49 COLORADO DEPARTMENT OF TRANSPORTATION ASSIGNMENT OF ANTITRUST CLAIMS I Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to COOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by COOT pursuant to this contract. 2. Contractor hereby expressly agrees: a_ That, upon becoming aware that a third party has commenced a civil action asserting on Contractors behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately advise in writing (1) Such third party that the antitrust claim has been assigned to COOT, and (2) COOT that such civil action is pending and of the date on which, in accordance with subparagraph a_ (1) above, Contractor notified such third party that the antitrust claim had been assigned to DOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to CDCT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in writing' (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and C DT that such civil action is pending and of the date on which, in accordance with subparagraph b. CI) above, the subcontractor notified such third party that the antitrust claim had been assigned to CDOT; c_ Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to COOT pursuant hereto. 1, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims.. '-.i-titr.ir-t.cir- tin'n nr tOrti Dart' narnr� 2nd c antra tcut'a firm Or S cinipa ! narnt fit joint vient un , ) DA to, Titi:c' LLit e• T;t COOT Form #021 12191 BID NO # B1800041 Page 50 COLORADO DEPARTMENT OF TRANSPORTATION COMMITMENT CONFIRMATION SECTION 1. This section must be completed by the Contractor. Project: Project Code: Bidder/Contractor: Contact: :Phone: Email: DBE Firm Name: DBE Phone: DBE Address: S 1 - DBE Email: Commitment Details Category Work to be Performed DBE Work Code(s)Amount Commitment Eligible Participation Construction Trucking Supplies I • Services Total This section must be signed by an individual with the power to contractually bind the Bidder/Contractor. You declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are complete, true and accurate to the best of your knowledge. Bidder/Contractor Representative Title Signature Date SECTION 2. This section must be completed by the DBE. (Attach additional pages if necessary). This document is not a contract with the Bidder/Contractor; it is an acknowledgement of the obligation that the Bidd€r/Contractor is making to CDOT. The amounts listed above may be less than the subcontractor or purchase order amount, but can never be more, and shall not reflect any mark up by the Bidder/Contractor. All questions must be answered. Are you contracting directly one of its subcontractors? If firm name. with the with Bidder/Contractor a subcontractor, or with p rov id a the Will you be purchasing supplies renting equipment from the subcontractors? If so, explain. or materials Bidder/Contractor or leasing or or its Do you intend above? If approximate owner -operators. yes, amount. to subcontract state to Include any which firms, portion what trucking of the work subcontractors work listed and the and Will you state how on this be project. providing trucking services on this project? If so, many of your own trucks and employees you will have Who within firm's work your firm will be supervising on this project? and responsible for your Will you you will be be acting as a brokering and broker on your approximate this project? If so, state what brokerage fee. Will you be acting state what you will manufacture the items. as a supplier on this be supplying and whether project? If so, please you will 1of2 COOT Form ## 1415 01/14 BID NO # B1800041 Page 51 This section must be signed by an individual with the power to contractually bind the DBE. You declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are complete, true and ko the best of your knowledge. You attest that you are eligible to participate as a DBE on this contract for the work listed above and have the capacity to perform the work as stated. DBE Representative Title Signature Date See the DBE Standard Special provision for additional information on completing and submitting this form. re -award COOT projects: Submit this form to the COOT Civil Rights and Business Resource Center via fax to (303)757-9019. All riginals must be sent to: COOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave. Room 150, Denver, CO 80222. P're-award local agency projects: Submit this form to the local agency. All originals must be sent to: CDOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave. Room 150, Denver, CC 80222. 2of2 CDOTForm #141501/14 BID NO # B1800041 Page 52 COLORADO DEPARTMENT OF TRANSPORTATION GOOD FAITH EFFORT REPORT Section 1. Contractor and Project Information Bidder: Project: ddress: Project Code: Contact Name: Proposal Amount: Contact Phone: Contract Goal Percentage: Contact Email: Contract Goal Dollar Value: Section 2. Efforts to Achieve DBE Participation. Attach a narrative that answers the questions below and complete Page 2 (Subcontractor Quote Summary). Provide any supporting documentation which demonstrates your good faith efforts. a. Describe your overall plan or approach to meeting the contract goal. Include how much and what work you intend to self -perform; how much and what work you intend to subcontract; what work areas were identified as subcontracting opportunities for DBEs; and the approximate number of DBEs per area. b. Describe your efforts to obtain DBE participation (i.e. how you attempted to execute your plan or approach to meeting the contract goal). Include direct outreach (state the DBE solicited, date(s) and method of phone, email or fax); indirect outreach such as events, publications, and/or communication with minority and other organizations that you conducted to reach DBEs (state date(s), location and audience); other efforts you made to assist DBEs in competing for or obtaining contracts (accepting quotes from DBEs that may be higher than other subcontractors, modifications to contract scopes, unbundling, mentoring, etc.); and obstacles you encountered in assisting or contracting with DBEs. Cost alone shall not be a reason to reject a DBE and will be considered in the evaluation of Page 2. c. If the eligible participation submitted on the Form 1414 was miscalculated, determined to be invalid, or otherwise did not meet the contract goal, provide your justification for such deficiencies and the remedies you have taken or intend to take to avoid the issue in the future. If you have obtained any additional commitments since submission of the bid, attach the Form 1415(s) and the reason why such commitments were not obtained prior to the proposal due date. Section 3. Affidavit of Good Faith Efforts. The Bidder must show that it took all necessary and reasonable steps to achieve the DBE contract goal which by their scope, intensity and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if not fully successful. 49 CFR Part 26, Appendix A sets forth examples and guidance for good faith efforts. The contractor is not limited to the examples provided in 49 CFR Part 26, Appendix A and may provide any documentation that demonstrates good faith efforts to obtain DBE participation on this contract. If, at any time. CDOT has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, CDOT may initiate suspension or debarment proceedings against the person or firm under 49 CFR Part 29, take enforcement action under 49 CFR Part 31, Program Fraud and Civil Remedies, and/or refer the matter to the Department of Justice or Office of the Inspector General for criminal prosecution under 18 U.S.C. 1001, which prohibits false statements in Federal program. By signing below, the Bidder hereby affirms that it has made good faith efforts and has documented all such efforts in this form and the attached supporting documentation. I, , am the of Representative Name Title Company I have the authority to make this affidavit for and on behalf of my company. All information provided herein and attached as evidence of my company's good faith efforts is true and accurate to the best of my belief. Signature Date Notarization: Must be completed by a licensed notary. County of Subscribed and sworn before me this Notary Signature Notary Address State of day of SEAL COOT projects: Submit this form and all supporting documentation to the CDOT Civil Rights and Business Resource Center via fax to (303)757 9019. All originals must be sent to: CDOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave, Room 150, Denver, CO 80222. Local agency projects: Submit this form and all supporting documentation to the local agency. All originals must be sent to: CDOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave. Room 150, Denver, CO 80222. Page 1 of 2 CDOT Form #1418 01 BID NO # B1800041 Page 53 Subcontractor Quote Summary (Attach additional pages if necessary.) Subcontractor DBE (YIN) Work Type(s) Quote Amount Selected (YIN) Reason i I Page 2 of 2 CDOT Form #1410 01 BID NO # B1800041 Page 54 This page has been intentionally left blank. BID Na # B1800041 Page 55 WELD COUNTY DEPARTMENT OF PUBLIC WORKS BRIDGE 68159A REPLACEMENT The 2017 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Index Pages Notice to Bidders Commencement and Completion of Work DBE Contract Goal and OJT Contract Goal Revision of Section 101 - Definition of Terms Revision of Section 104 - Scope of Work Revision of Section 105 - Control of Work Revision of Section 106 - Control of Material Revision of Section 107 - Legal Relations and Responsibility Revision of Section 108 - Prosecution and Progress Revision of Section 109 - Measurement and Payment Revision of Section 201 - Clearing and Grubbing Revision of Section 202 - Removals Revision of Section 202 - Removal of Bridge Revision of Section 203 - Excavation and Embankment Revision of Section 206 - Excavation/Backfill for Structures Revision of Section 207 - Topsoil Revision of Section 211 - Dewatering Revision of Section 212 - Seeding Revision of Section 304 - Aggregate Base Course Revision of Section 401 - Plant Mix Pavements - General Revision of Section 403 - Hot Mix Asphalt Revision of Section 502 - Steel Piling Revision of Section 506 - Riprap Revision of Section 601 - Concrete Class D Revision of Section 614 - Traffic Control Devices (Sign Post) Revision of Section 618 Prestressed Concrete Revision of Section 620 - Field Facilities (Field Office) Revision of Section 625 - Construction Surveying Revision of Section 626 - Mobilization Revision of Section 630 -Traffic Control Force Account Items Traffic Control Plan General Utilities Date (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) (March 2018) Page PSP1 PSP2 PS P3 PSP4 PS P5 PSP0 PSP9 PSP12 PSP13 PSP17 PSP19 PSP23 PS P22 PSP23 PSP27 PSP29 P S P30 PSP31 PSP33 PSP35 PSP37 PSP38 PS P39 P S P40 PSP41 PS P42 PS P43 PSP44 PSP45 PSP40 PSP47 PS P49 PSP50 P50 PSP51 PSP1 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent (5%) of the Contractor's total bid amount. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details. Information regarding the project may be obtained from the following authorized representatives: Michael Bedell, P.E. Senior Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-304-6496, ext. 3706 Don Dunker, P.E. County Engineer Weld County Public Works Department 1111 H Street Greeley, CO 80632 Office Phone: 970-304-6496, ext. 3749 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 PSP2 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract as required in the "Notice to Proceed" letter and will complete all work within 120 Calendar Days unless the period forcompletion is extended otherwise by the County. 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. Salient features to be shown on the Contractor's Bar Chart Progress Schedule are: (1) Survey (2) Traffic Control/Road Closure (3) Construction Signing/Detour Route (4) Existing Bridge Demolition (5) Bridge Structure Construction (6) Roadway Grading (7) Roadway Surfacing (8) Guardrail, Seeding and Final Signing (9) Site Cleanup and Punch List PSP3 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT GOAL This is a federally -assisted construction project. As described in the CDOT DBE Standard Special Provision, the Bidder shall make good faith efforts to meet the following contract goal: 5.0% DBE Participation ON-THE-JOB TRAINING CONTRACT GOAL CDOT has determined that On -The -Job Training shall be provided to trainees with the goal of developing full journey workers in the types of trade or classification involved. The contract goal for On the Job Trainees working in an approved training plan in this Contract has been established as follows: Minimum number of total On -The -Job Training _ 120 hours END OF SECTION PSP4 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 S pecifications for Road and Bridge Construction" dated 2017. Where the Project Special Provisions and the CDOT Specifications contradict one another, the more stringent specification shall apply. 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: S ubsection 101.10 "CDOT Resident Engineer" shall mean an employee designated as such by the Weld County Public Works Department. S ubsection 101.28: "Department" shall mean the Weld County Public Works Department. S ubsection 101.29: "Chief Engineer" shall mean the Weld County Public Works Director or designated representative. S ubsection 101.36: Holidays recognized by Weld County are: New Year's Day, Washington/Lincoln Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, and Christmas. S ubsection 101.37: "Inspector" shall mean an employee designated as such by the Weld County Public Works Department. S ubsection 101.48: "CDOT project personnel" shall mean personnel designated as such by the Weld County Public Works Department. S ubsection 101.51 "Project Engineer" shall mean an employee designated as such by the Weld County Public Works Department. S ubsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. S ubsection 101.65: "Roadway Prism" shall be defined as the area of embankment from toe of slope to toe of slope. S ubsection 101.76: "State" shall mean Weld County. END OF SECTION PSP5 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 104.02(a) and replace as follows: It is the County's expectation to complete this project with no change orders resulting in additional cost unless such change orders are initiated by the County. Change orders for differing site conditions will be entertained by the County in the event of extraordinary circumstances. No cost change orders, reduction in cost change orders, and County initiated change orders may occur. The Contractor shall not be entitled to a ChangeOrder for Differing Site Conditions. The Project Engineer shall make the final determination when the Force Account (Minor Contract Revisions) can be utilized for additional work efforts. 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. Increased costs due to ROW or easement acquisitions 7. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. 8. Discovery of unknown irrigation facilities, landscape irrigation systems, or water wells. 9. Unsuitable soils for structural foundations. There is a contingency bid item for this. 10. Creek flows throughout the duration of the work. 11. Any unknown bridge removal aspects. During the progress of work, if extraordinary conditions are the party discovering such conditions shall promptly notify the other party in writing of the specific conditions before the site is disturbed and the affected work is performed. The Contractor shall bear the burden of proving that a Differing Site Condition is an extraordinary circumstance, and that it could not reasonably worked 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 professions setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. Upon written notifications, the Engineer will investigate the conditions, and determine if an extraordinary condition exists that will cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment, excluding anticipated profits will be made and the Contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether 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. PSP6 S ubsection 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 greater than 150% or decreased less than 50% of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion greater than 150% of original contract item quantity, or in case of a decrease less than 50%, to the actual amount of work performed. A major item is defined to be any item having an original contract value greater than 10% of the original contract amount. S ubsection 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. S ubsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor, and shall be hauled to a disposal site approved by the Project Engineer. 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. S ubsection 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. PSP7 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) - (County's engineering costs) (net savings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations and will not be paid for by the County. 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 PSP8 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for the project as follows: S ubsection 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. In the case of any discrepancies between the Plans and/or Specifications, the Project Engineer has authority to determine which language shall apply to the Project. S ubsection 105.02 the provisions regarding Plans, Shop Drawings, Working Drawings, other Submittals and Construction Drawings shall include the following: S rovisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. S ubsection 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 nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. S ubsection 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: 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 PSP9 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 4.0 403 Hot Mix Asphalt 4.0 Hydrated Lime Gradation Subsection 105.05 shall be revised as follows: There shall be no Incentive or Disincentive (l/DP) payments associated with this Project. Subsection 105.07(b)(3) shall be revised as follows: There shall be no Incentive or Disincentive (I/DP) payments associated with this Project. 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. Weld County Standard Special Provisions iii. CDOT Project Special Provisions iv. CDOT Standard Special Provisions (c) CDOT Standard Specifications (d) Plans i. Detailed Plans ii. Standard Plans iii. Calculated dimensions will govern over scaled dimensions PsP10 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 request the County's determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. The Contractor shall not take advantage of any apparent error or omission in the Contract. S hould it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of all error which it may discover in the Contract Documents, and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby. The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract. The fact that the Contract Documents omit or improperly 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 improperly 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. S ubsection 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. S ubsection 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. S ubsection 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 S ubsection 105.24(f) is amended as follows: In the third paragraph delete "the City and County of Denver" Replace with: "Weld County" In the fourth paragraph delete "Denver District Court" Replace with: "Weld County District Court" END OF SECTION PsP11 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.06 shall include the following: This Project will utilize gradation acceptance testing requirements for 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 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 place 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 PSP12 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Add subsection 107.061 immediately following subsection 107.06 as follows: 107.061 Performance of Safety Critical Work. The following work elements are considered safety critical work for this project: (1) Overhead girder erection (2) Overhead structure construction or repair (3) Removal of bridge (4) Temporary works: falsework, shoring that exceeds 5 feet in height, cofferdams, and temporary bridges (5) Work requiring the use of cranes or other heavy lifting equipment to set a girder, to make overhead repairs, or includes special provisions for Removal of Bridge or Removal of Portion of Bridge. When construction materials are being lifted that may fall onto active traffic lanes. (6) Excavation and embankment adjacent to the roadway, especially if it requires shoring (7) Work operations such as pile driving and jack hammering which may create vibration and cause debris to fall into traffic. The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe construction of each of the safety critical elements. When the specifications already require an erection plan, a bridge removal plan, or a removal of portion of bridge plan, it shall be included as a part of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical element conference described below. The construction plan shall be stamped "Approved for construction" and signed by the Contractor. The construction plan will not be approved by the Engineer. The Construction Plan shall include the following: (1) Safety Critical Element for which the plan is being prepared and submitted. (2) Contractor or subcontractor responsible for the plan preparation and the work. (3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour limitations (4) Temporary works required: falsework, bracing, shoring, etc. (5) Additional actions that will be taken to ensure that the work will be performed safely. PSP13 (6) Names and qualifications of workers who will be in responsible charge of the work: A. Years of experience performing similar work B. Training taken in performing similar work C. Certifications earned in performing similar work (7) Names and qualifications of workers operating cranes or other lifting equipment A. Years of experience performing similar work B. Training taken in performing similar work C. Certifications earned in performing similar work (8) The construction plan shall address how the contractor will handle contingencies such as: A. Unplanned events (storms, traffic accidents, etc.) B. Structural elements that don't fit or line up C. Work that cannot be completed in time for the roadway to be reopened to traffic D. Replacement of workers who don't perform the work safely E. Equipment failure F. Other potential difficulties inherent in the type of work being performed (9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in writing when it is safe to open a route to traffic after it has been closed for safety critical work. (10) Erection plan or bridge removal plan when submitted as required elsewhere by the specifications. Plan requirements that overlap with above requirements may be submitted only once. A safety critical element conference shall be held two weeks prior to beginning construction on each safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor's Engineer shall attend the conference. Required pre - erection conferences or bridge removal conferences may be included as a part of this conference. After the safety critical element conference, and prior to beginning work on the safety critical element, the Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor's Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to construction plans for the safety critical elements, (3) Removal of Bridge, (4) Removal of Portion of Bridge and (5) Temporary Works. The final construction plan shall be stamped "Approved for Construction" and signed by the Contractor. The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor's Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not be on site during the actual performance of safety critical work, but shall be present to conduct inspection for written approval of the safety critical work. When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of the work. PSP14 When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the safety critical work in a manner that creates an unsafe situation for the public in accordance with subsection 108.06. Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations. All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately, but shall be included in the work. Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the Department. S ubsection 107.15 shall be revised to include the following: For this project, the insurance certificates shall name Weld County (Weld) and CDOT as additionally insured parties. S ubsection 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. S ubsection 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. S ubsection 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. PSP15 The Contractor's attention is directed to this subsection: S ubsection 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. S ubsection 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 an Erosion Control S upervisor (ECS) for this project. 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 CD PH E requesting transfer of ownership of the CDPS- S CP to Weld County Public Works. END OF SECTION PSP16 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 10 working days prior to the start of the work. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. Delete the second paragraph starting with "The Contractor shall not carry on construction..." in subsection 108.08 and replace with the following: The Contractor shall not carry on construction operations on Saturdays, Sundays, or holidays unless previously arranged and approved by the Project Manager and Inspector Supervisor. The Contractor shall not perform construction operations on any three or four -day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Project Manager and Inspector Supervisor no later than Wednesday at 5 p.m. prior to the weekend in which the work will be performed. Written requests received after the deadline will be reviewed on a case by case basis. The Project Manager and Inspector Supervisor are not required to provide written approval for weekend required inspections. In the event, the weekend construction operations involve required inspections 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 required inspections 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 calendar day of contract time will be assessed for each calendar day from the date that Contract time starts. As stated in subsection 108.08, no required inspections shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No weather days or less than full time charges days will be granted in this contract. Calendar Day Contracts have been adjusted to account for Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. Delete subsection 108.08(b), and replace with the following: When the Contract specifies a completion date, all work under the Contract shall be completed on or before that date. As stated in subsection 108.08, no required inspections shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. PSP17 If all work under the Contract is notcompleted on or before the specified completion date, contract time will be assessed for each additional calendar day in accordance with subsection 108.8(a)(2). Completion Date Contracts have been adjusted to account for Saturdays, Sundays, and holidays by adjusting the completion date by the appropriate number of days. 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 4,000,000 10,000,000 5,800 10,000,000 7,000 plus 400 Per Each Additional 1,000,000 Thereof Contract Amount or Part Over 10,000►,000 END OF SECTION PSP18 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 17t" paragraph: All materials (304 - Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, 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. 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 the 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 2% 25 - 48 hours 5% 48 hours to 72 hours 25% Greater than 72 hours 100% In Subsection 109.01 after the last paragraph add the following: The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: 1. Earthwork requiring more than one handling 2. New materials (if required) for resetting fences 3. Fine grading 4. Soil conditioner 5. Fertilizer 6. Staging areas 7. Additional temporary construction easements if desired by the Contractor 8. Coordination with utility companies 9. All water PSP19 S ubsection 109.06(a) — Delete the second sentence beginning with "The amount retained ", and replace with the following: The amount retained will be 5% of the value of the completed work, to a maximum of 5% of the contract amount. No retainage shall be released prior to Final Acceptance. S ubsection 109.06 (e) shall include the following after the first paragraph: The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, in accordance with subsections 108.03 (b) or 108.03 (c) (3). Failure to submit a complete and accurate Form 1418 shall be grounds for County to withhold subsequent payments or retainage to the Contractor. S ubsection 109.07 shall include 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 PSP20 REVISION OF SECTION 201 CLEARING AND GRUBBING Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. This work shall include removal and disposal o►f all minor items for which there is no specific "removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete and metal drainage items. Also included in this bid item is the removal of the following items: This work shall include removal of all trash, glass, cans, barrels, construction materials, and any other inorganic materials that interferes with the work. Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. Payment will be made under: Pay Item Pa v Unit Clearing and Grubbing Lump Sum END OF SECTION PSP21 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for the project as follows: In subsection 202.01, add the following: This work includes saw -cutting, removal, and disposal of existing asphalt mat, as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: Certain portions of the existing asphalt mat, (8" thick), shall be saw -cut and removed. The work associated with saw -cutting (asphalt) shall not be measured separately and shall be considered subsidiary to the removal bid items. The costs associated with loading, hauling, and dumping the asphalt shall be considered subsidiary to the asphalt removal bid items. Pay Item Pay Unit Removal of Asphalt Mat Square Yards END OF SECTION PSP22 REVISION OF SECTION 202 REMOVAL OF BRIDGE Section 202 of the Standard Specifications is hereby► revised for this project as follows: Subsection 202.01 shall include the following: This work consists of removal of the existing Bridge No. WEL068.0-0.59.0A on WCR 68 over the Crow Creek, located approximately 12.5 miles northeast of Greeley, CO. Bridge removal shall consist of the complete removal of all superstructure and substructure elements to a depth shown on the plans or at a minimum of 2 feet below finished grade. See plans for time limitations for the work. Subsection 202.02 shall include the following: The Contractor shall submit a bridge removal plan to the Engineer, for record purposes only, at least 20 working days prior to the proposed start of removal operations. This Plan shall detail procedures, sequences, and all features required to perform the removal in a safe and controlled manner. The Bridge Removal Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Bridge Removal Plan will not be approved by the Engineer. The Bridge Removal Plan shall provide complete details of the bridge removal process, including: 1) The removal sequence, including staging of removal operations. Sequence of operation shall include a detailed schedule that complies with the working hour limitations. 2) Equipment descriptions including size, number, type, capacity, and location of equipment during removal operations. 3) Shoring that exceeds 5 feet in height, all falsework and bracing. 4) Details, locations and types of protective coverings to be used. The protective covering shall prevent any materials, equipment or debris from falling onto the property below. When removal operations are located over or in proximity to any live waterway, railroad, or pedestrianfbicycle path, additional width of protective covering sufficient to protect these facilities shall be required. Detailed methods for protection of the existing roadway facilities, including measures to assure that people, property, utilities, and improvements will not be endangered. 5) Detailed methods for protection of live waterways including minimization of turbidity and sedimentation, and protection of existing wetlands. 6) Detailed methods for mitigation of fugitive dust resulting from the demolition. 7) Details for dismantling, removing, loading, and hauling steel elements. 8) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled manner. PSP23 A Pre -Removal Conference shall be held at least seven days prior to the beginning of removal of the bridge. The Engineer, the Contractor, the removal subcontractor, the Contractor's Engineer, and the Traffic Control Supervisor (TCS) shall attend the Pre - Removal Conference. The Bridge Removal Plan shall be finalized at this Conference. The Contractor's Engineer shall sign and seal (1) and (3) listed above in the final Bridge Removal Plan. Calculations shall be adequate to demonstrate the stability of the structure remaining after the end of each stage of removal, before traffic resumes in its normal configuration. The final Bridge Removal Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Contractor shall submit a final Bridge Removal Plan to the Engineer prior to bridge removal for record purposes only. The Contractor shall not begin the removal process without the Engineer's written authorization. Submittal of the final Bridge Removal Plan to the Engineer, and field inspection performed by the Engineer, will in no way relieve the Contractor and the Contractor's Engineer of full responsibility for the removal plan and procedures. Unless otherwise directed, the Contractor's Engineer need not be on site when bridge removal operations are in progress, but shall be present to conduct daily inspection for written approval of the work. The Contractor's Engineer shall inspect and provide written approval of each phase of the removal prior to allowing vehicles or pedestrians on, below, or adjacent to the structure. The Contractor's Engineer shall certify in writing that the falsework, bracing, and shoring conform to the details of the final Bridge Removal Plan. A copy of the certification shall be submitted to the Engineer. The Contractor's Engineer shall inspect the bridge removal site and report in writing daily in the progress of the operation and the status of the remaining structure. A copy of this daily report shall be available at the site of the work and a copy of the previous day's inspection report shall be submitted to the Engineer daily. The Contractor shall have all necessary workers, materials, and equipment at the site prior to closing any lanes to traffic to accommodate bridge removal operations. While the lanes are closed to public traffic, work shall be pursued promptly and without interruption until the roadway is reopened to traffic. The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection 107.25. Should an unplanned event occur or the bridge removal operation deviate from the submitted bridge removal plan, the bridge removal operations shall immediately cease after performing any work necessary to ensure worksite safety. The Contractor shall submit to the Engineer, the procedure or operation proposed by the Contractor's Engineer to correct or remedy the occurrence of this unplanned event or to revise the final Bridge Removal Plan. The Contractor shall submit his Engineer's report in writing, within 24 hours of the event, summarizing the details of the event and the procedure for correction. PSP24 Before removal of the protective covering, the Contractor shall clean the protective covering of all debris and fine material. Bridge removal may be suspended by the Engineer for the following reasons: 1) Final Bridge Removal Plan has not been submitted, or written authorization has not been provided by the Engineer to begin the removal. 2) The Contractor is not proceeding in accordance with the final Bridge Removal Plan, procedures, or sequence. 3) The Contractor's Engineer is not on site to conduct inspection for the written approval of the work. 4) Safety precautions are deemed to be inadequate. 5) Existing neighboring facilities are damaged from bridge removal. Suspension of bridge removal operations shall in no way relieve the Contractor of his responsibility under the terms of the Contract. Bridge removal operations shall not resume until modifications have been made to correct the conditions that resulted in the suspension, as approved in writing by the Engineer. The Contractor shall notify all emergency response agencies of the proposed removal work and any detours 24 hours in advance of work. This shall include the Colorado State Patrol, local Police Department, local Fire Department, all local ambulance services, and the Sheriffs Department, as appropriate. All required traffic control devices, barricades and VMS signs shall be in place, with detours in operation, prior to the beginning of removal operations each day. Night work shall conform to the requirements of the MUTCD, Parts 1, 5, and 6. "Road Closed" signs with "Detour" sign shall be in place for the entirety of removal and construction. Prior to reopening the roadway to public traffic, all debris, protective pads, materials, and devices shall be removed and the roadways swept clean. Explosives shall not be used for removal work without the written approval of the Engineer. Removal shall include the superstructure, the substructure to a depth shown on the plans, which includes the abutments, wingwalls, piers and the bridge rail. Removal of the substructure shall be taken down to at least 2 feet below the natural existing or future ground surface at the lowest point of interface with the abutment, unless otherwise approved by the Engineer. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Class 2) to the adjacent existing grades. All materials removed from the existing structure shall become the property of the Contractor and shall be properly disposed of offsite at the Contractor's expense, unless PSP25 otherwise stated in the plans. No portion of removed structure shall be incorporated into construction of the new bridge. Existing structures, facilities, and surrounding roadways shall not be damaged by the removal operations. Damage that does occur shall be repaired immediately at the contractor's expense. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pair Unit Removal of Bridge Each Payment for Removal of Bridge will be full compensation for all labor and materials required to complete the work, including: preparation and implementation of the Bridge Removal Plan, inspection, equipment, debris handling and disposal, salvaging, handling and storage of salvable materials, handling and disposal of all hazardous materials and disposal of non -salvable materials. Lighting required for nighttime operations will not be measured and paid for separately, but shall be included in the work. END OF SECTION PSP26 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: S ubsection 203.02 (c) shall be replaced with the following: (c) 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 Unsuitable Material (Contingency) will be utilized and the Contractor will be compensated at the unit price bid. The backfill material for areas of unsuitable material shall meet the requirements of Embankment with a minimum R -value of 20. S ubsection 203.03 replace the first sentence with the following: All embankment material shall consist of material that has been obtained from required excavation or from an approved source. The Contractor shall not obtain embankment material, other than the developed from suitable materials excavated on site, without written approval of the Project Inspector. Material excavated at the project site may be used if approved by Weld County Inspector or Engineer. Any embankment material from borrow (imported) shall have a minimum R -value of 20. In subsection 203.06 add the following: It is anticipated that most of the soil excavated on this project will be placed within the roadway prism or hauled off -site. However, the Project Inspector has the authority to order that certain material be placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and bridge installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the top of Embankment. S ubsection 203.11 shall be revised to include the following: The quantities for Embankment (Complete in Place) will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. if field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Project Inspector prior to beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. The Contractor shall be advised that the estimated volumes of earthwork shown in the Plans are from designer neat -line calculations, and shall be considered minimum amounts. The required earthwork quantities will vary due to site conditions, moisture conditions, irregularities, etc. The Contractor shall plan accordingly, and the unit price bid for the plan quantity shall be sufficient to compensate the Contractor fully for the work required. PSP27 Subsection 203.12 shall be revised to include the following: Payment for Embankment (Complete in Place) shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. Payment will be made under: Pay Item Pay Unit Embankment (Complete in Place) CV Unsuitable Material (Contingency) CV END OF SECTION PSP28 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES S pecifications Section 206 shall include the following: Structure excavation, structure backfill, filter material and bedding material required for Bridge, all pipes culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be paid for separately but shall be included in the work. Compaction, water, pumping, bailing, draining, de -watering, sheeting, bracing and all other work necessary to complete the above items will not be measured and paid for separately, but shall be included in the work. S ubsection 206.08 shall include the following: Excavate and replace within same working day the structural excavation and structural backfill that is located below retaining walls. S ubsection 206.09 shall include the following: Excavations shall not be left open for extended periods of time. Excavations left open overnight shall be surrounded by orange construction safety fence. Sheet Piling for this project is temporary and shall meet OSHA Standards and shall be removed. 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. BASIS OF PAYMENT Payment will be made under: Pay Item S tructure Excavation S tructure Backfill (Flow -Fill) Structure Backfill (Class 2) Filter Material (Class A) Bed Course Material (Special) (Type I) Bed Course Material (Special) (Type II) Pay Unit Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard END OF SECTION PSP29 REVISION OF SECTION 207 TOPSOIL Section 207.01 is hereby revised as follows: This work consists of removing existing on -site topsoil material, stockpiling the existing topsoil material and redistributing the existing topsoil material onto the re -graded slopes at a depth of four (4) inches minimum. The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project. Section 207.04 is hereby revised as follows: Topsoil will not be re -measured, but payment shall be based on the quantity identified in the bid tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved Change Order. Payment will be made under: Pay Item Pay Unit Stockpile Topsoil Topsoil (Place) Cubic Yard Cubic Yard END OF SECTION PSP3O REVISION OF SECTION 211 DEWATERING Section 211 of the Standard Specifications is hereby added for this project as follows: DESCRIPTION 211.01 This work consists of dewatering temporary excavations. The contractor shall be aware that Crow Creek is an intermittent stream with unpredictable flow rates. During spring runoff or an upstream storm event the flow can be very large, and at other times the flow can be very small. The contractor shall plan accordingly. The county shall not be held responsible or grant any additional contract time or money associated with these natural - occurring stream flow fluctuations. CONSTRUCTION REQUIREMENTS 211.03 The Contractor shall dewater, by pumping or by excavating trenches leading to a positive gravity outlet, to a depth of at least three feet below the underside of any permanent spread footings prior to exposing their proposed bearing surfaces. The dewatering process shall be commenced in sufficient time in advance of placing excavation equipment thereon to prevent undue disturbance of the foundation soil. If in the opinion of the Engineer, equipment is causing undue disturbance, the Engineer may require further drying of the bearing area or place limitations on the type of equipment permitted on the bearing area. The Engineer may require the Contractor to place (at the Contractor's expense) additional filter material beyond any limits that may be shown on the plans to compensate for the loss of bearing capacity. The water level shall be maintained below the level of placed concrete for at least three days before the water level rises. The Contractor's method of dewatering and water disposal, including pumping and discharge equipment, must be approved by the Engineer prior to implementation. The Contractor shall submit a dewatering plan for review and approval 10 calendar days prior to implementation in accordance with Subsection 105.02. Water Disposal shall be in accordance with Subsection 107.25 - "Water Quality Control". Contractor shall obtain all necessary permits and submit copies to the Engineer prior to commencing any dewatering activities. METHOD OF MEASUREMENT 211.04 The quantity measured will be for each day that dewatering activities take place including all work required to size, design, obtain approvals, install, maintain and removal upon completion of the work. To construct drainage structures, it is possible that the Contractor will need to maintain flow in a channel. If needed, diverting flows in the channel shall be included as part of the Dewatering pay item. PSP31 BASIS OF PAYMENT 211.05 The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Dewatering Lump Sum END OF SECTION PSP32 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is revised for this project as follows: In subsection 212.02 (a), delete the first paragraph and replace with the following: (a) 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 and as indicated in Section 213. 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. Section 212.06 shall be modified to include the following: Soil in all areas to receive native seed shall be fertilized and conditioned. (a) Soil Preparation. For soil preparation of native grass areas, if fertilizer is required, the fertilizer shall be in accordance with the recommendations of a soil test conducted by the Colorado State University Soil Testing Laboratory. If a soil conditioner is required, the soil conditioner shall be Biotic Earth - HGM Black or approved equal. Fertilizer and soil conditioner shall be scarified and turned under the area designated to be seeded to a depth of four inches (4") to free seeds and other plants. Apply the specific fertilizer in the native grass area at the recommended rate and work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. Apply the soil conditioner in the native grass area at the recommended rate and work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. All seeded areas will then be raked and rolled to the desired finished grades with gently sloping surfaces to adequately drain all surface water runoff. (c) Seeding. Grade seeding areas to a smooth, even surface with a loose, uniformly fine texture. Roll, rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas that can be planted within 24 hours after fine grading has been completed. No additional payment will be made if the Contractor must complete fine grading or for fine grading more than one time. PSP33 Subsection 212.07 shall be revised as the following: No separate measurement and payment will be made for fine grading, fertilizer, soil conditioner, soil conditioning, mulch, or mulch tackifier for native seeding. This work shall be included in the Unit Price bid for native seeding. The unit price paid for native seeding shall include all the Contractor's costs including all labor, material, equipment and incidentals required to install seed, mulch and mulch tackifier. Subsection 212.08 shall include the following: Payment for seeding shall be full compensation for all work necessary to complete the seeding. The actual quantity will be measured in -place by the County. Payment will be made under: Pay Item Pay Unit Seeding (Native) (Hydraulic) Acre Seeding (Native) (Hand Broadcast) Acre END OF SECTION PSP34 REVISION OF SECTION 304 AGGREGATE BASE COURSE Subsection 304.01 shall include the following: This work consists of furnishing and placing aggregate as shouldering material adjacent to the edges of pavement. This work consists of furnishing and placing aggregate as surface material on the gravel roadways as designated in the plans. Pavement Design dated May 11, 2017 states that ABC shall be R -Value of at least 78. S ubsection 304.03 shall include the following: Commercial Mineral Fillers will not be allowed in Aggregate Base Course (Shouldering) or in Aggregate Base Course (Surfacing). S ubsection 304.04 shall include the following: A device capable of placing the shouldering material in its final position shall be used. The device is subject to the Engineer's approval. Dumping of shouldering material on the roadway surface will not be permitted. S ubsection 304.06 shall include the following: Shoulder gravel shall be compacted by double wheel roll with a loaded tandem truck. Compaction of shoulder gravel shall achieve a density of not less than 90% of the modified proctor. S ubsection 304.07 shall be deleted and replaced with the following: The Contractor shall be aware that the plan quantities are based upon unit weight and in -place density, as describe in the Plans. The Contractor's bid unit cost shall account for differing unit weights he intends 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 delivery tickets furnished by the material supplier. S ubsection 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 Weld County, failure to comply with the requirements of this subsection shall be grounds for replacement of damaged roadway sections by the contractor at no cost to the County. PSP35 Subsection 304.08 shall include the following: Payment will be made under: Pay Item P av Unit Aggregate Base Course (Class 6) Ton END OF SECTION PSP36 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Section (a) of Subsection 401.02, shall add a paragraph (4) after paragraph (3) to include the follows: (4) The job -mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County prior to construction. No recycled asphalt pavement (FLAP) will be allowed in HMA mix designs which utilize polymer -modified asphalt binders. END OF SECTION PSP37 REVISION OF SECTION 403 HOT MIX ASPHALT Delete subsection 403.05 and replace with the following: Subsection 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading S) (100) (PG 64-22) Ton Hot Mix Asphalt (Grading SX) (10Q) (PG 64-28) Ton Aggregate, asphalt recycling agent, asphalt cement, additives, hydrated lime, and all other work and materials 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, any change to the submitted mix design optimum asphalt cement content to establish production targets on the Form 43 will not be measured and paid for separately, but shall be included in the work. No additional compensation will be considered or paid for any additional asphalt cement, plant modifications and additional personnel required to produce the HMA as a result in a change to the mix design asphalt cement content. Historically, typical asphalt cement increases reflected on the Form 43 are from 0.1 to 0.5 percent. However, the Contractor should anticipate the AC increases typical of his mixes. Contractors bidding the project should anticipate this change and factor it into their unit price bid. END OF SECTION PSP38 REVISION OF SECTION 502 STEEL PILING Delete subsection 502.03 (a) and replace with the following: (a) Pile Hammers. Steam, air, diesel, or hydraulic impact hammers may be used to drive all types of piles. Vibratory or gravity hammers shall not be used to drive bearing piles. Hydraulic hammers may be substituted for steam, air, and diesel. For hammers, a wave equation analysis shall be performed to demonstrate that the piles can be safely and efficiently installed to the minimum tip elevation shown in the plans. Delete subsection 502.03 (d) and replace with the following: (d) Leads. Pile driving leads shall be constructed in a manner that affords the pile hammer freedom of movement while maintaining alignment of the pile hammer and the pile to insure concentric impact for each blow. Swinging lead pile driving equipment shall not be used unless they approved by the Engineer and piles are held in a fixed position during driving operations. When swinging leads are approved, swinging leads shall be fitted with a pile gate at the bottom of the leads and, in the case of battered piles, fitted with a horizontal brace between the crane and the leads. Delete the fifth paragraph of subsection 502.05 and replace with the following: A minimum of three piles, each at a separate foundation element (abutment or pier foundations) spaced equidistant across the structure. Monitoring will be conducted using a PDA to determine the condition of the pile, the efficiency of the hammer and the static bearing capacity of the pile, and to establish the pile driving criteria. Monitoring will be conducted by the Contractor's Engineer. All necessary work performed by the contractor associated with the dynamic monitoring will not be paid for separately but shall be included in the work. If the Engineer requests additional piles to be monitored, or requests the contractor to monitor the pile or piles, all necessary time required and work performed by the contractor will be paid for in accordance with subsection 109.04. BASIS OF PAYMENT Payment will be made under: Pay Item Steel Piling (HP 12x74) END OF SECTION Pay Unit Lineal Foot PSP39 REVISION OF SECTION 506 RIPRAP RAP Subsection 506.02 add the following: The Contractor shall supply Riprap d50 = 18" and g". Prior to delivering this material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Project Inspector. To construct the bridge, it is likely that the Contractor will need to maintain flow in the channel. Subsection 506.02 shall include the following: Geotextile (Reinforcement) shall meet the requirements Mirafi FW 300 or equivalent shall be an acceptable geosynthetic product for this work and will be considered as subsidiary to the Riprap bid unit price. Payment will be made under: Pay Item Pay Unit Rip Rap (9 Inch) Cubic Yard Rip Rap (18 Inch) Cubic Yard END OF SECTION PSP40 REVISION OF SECTION 601 CONCRETE CLASS D S ection 601 of the Standard Specifications is revised for this project as follows: MATERIALS S ubsection 601.02 shall include the following: The concrete used for this project shall be Class D. Prior to delivery to the jobsite, the Contractor shall submit a concrete mix design for approval to the Project Inspector. With field test specifications and water content ratios. CONSTRUCTION REQUIREMENTS S ubsection 601.03 shall include the following: Structural Concrete Coating shall meet the minimum requirements described in CDOT Section 708.08. Structural Concrete Coating color and texture shall meet the following supplier (or approved equal): Anchor Paint Manufacturing Company, 7205 Gilpin Way #200, Denver, CO 80229, 303-744-2361, Acrylic Texture, Almond Tan, Product I.D.#CC2338. Several minor work items associated with the construction of new concrete structures shall be considered subsidiary to the Concrete Class D bid item, including: • Concrete strength testing. • Key Way as described in the Plans. • Seal all joints with CDOT approved joint sealant. • Construction Joints The new structures required are to provide bridge abutment wall and wing wall footings. To construct the bridge, it is likely that the Contractor will need to maintain flow in the channel. Diverting flows in the channel shall be included as part of the Sheet Piling pay item. The Contractor shall coordinate this work with the Project Inspector. Payment will be made under: Pay Item Pay Unit Concrete Class D (Bridge) Cubic Yard END OF SECTION PSP41 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES (GROUND SIGN POST) S ubsection 614.01 is hereby revised to include the following paragraph: All steel sign posts and anchors to be steel square tube type perforated sign posts with anchors at proper heights as per current MUTCD Standards. S ubsection 614.02 is hereby revised to include the following paragraph: Steel square tube type perforated sign posts and anchors shall meet or exceed the following: a. Posts - 2" x 2" square tube, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. b. Anchors - 2 %" x 2 %" x 30" tall square tube, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7116" diameter holes on 1" centers. c. Coating all posts and anchors shall be galvanized to ASTM designation A653, G90, Structural Quality, Grade 50, Class 1. The steel shall also be coated with a chromate conversion coating and a clear organic polymer topcoat. S ubsection 614.09 is hereby revised to include the following paragraphs: Steel square tube type perforated sign posts and anchors placed in concrete or asphalt shall be either core drilled with a 4" diameter hole, or a 4" diameter piece of PVC pipe may be placed into the concrete or asphalt full depth and flush with the surface. S ubsection 614.13 is hereby revised to include the following paragraphs: Steel square tube jype perforated sign posts will be measured by the length in linear feet of post installed. The associated 30" tall anchor will not be measured separately, and shall be included in the cost of the post. Payment will be made under: Pay Item Steel Sign Post (2x2 Inch Tubing) Pay Unit Linear Foot END OF SECTION PSP42 REVISION OF SECTION 618 PRESTRESSED CONCRETE Section 618 of the Standard Specifications is hereby► revised for this project as follows: Subsection 618.06 shall include the following: The Contractor shall provide a Method Statement at the same time as the Quality Control Plan is provided. The Method statement shall describe in detail each step and or phase of this item of work. Weld County must approve the Method Statement and the Quality Control Plan prior to the beginning of fabrication. END OF SECTION PSP43 REVISION OF SECTION 620 FIELD FACILITIES (FIELD OFFICE CLASS 1) Subsection 620.02 shall include the following: Telecommunications Service: The requirements for a remote communication office trailer should deliver quality communications at any location. The basic requirement of fast and reliable Internet connection in a construction trailer are throughput and reliability. Services required include SSL VPN, VOIP, and other internet services. Hard wired Internet 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 always 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 adequate to accommodate each separate field office and field laboratory. If commercial power is not available, independent generators shall be provided for each separate facility. 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, but no less than immediately after any rain or snow event. 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"xl 1 " 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 networking with all office trailers, and 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. END OF SECTION PSP44 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Subsection 625.04 shall include the following: Contractor's surveyor must establish survey control points on both sides of WCR 68 between Hwy 392 and 1/4 mile east of the project on WCR 68 prior to beginning of construction. The County must verify the accuracy of those control points before construction operations can begin. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. Prior to beginning construction, the Contractor's surveyor must stake out all ROW corners, Permanent Easements, and Temporary Construction Easements shown on the approved ROW plans with temporary (for the duration of the project) points using re -bar, lath, or hubs and marked with flagging so they are easily visible. Those indicating the limits of construction within which the Contractor works must be maintained throughout the project. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. Payment will be made under: Pay Item Pay Unit Construction Surveying Lump Sum END OF SECTION PSP45 REVISION OF SECTION 626 MOBILIZATION Subsection 626.01 shall include the following: CONSTRUCTION STAGING AND TEMPORARY 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 erosions and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The County has acquired Temporary Construction Easements (TCE) and/or Permanent Construction Easements for working on the projects. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCEs. All agreements made between the Contractor and the private property owners for additional TCEs shall be made in writing and a copy of all written agreements shall be furnished to the County prior to any disturbance. The Contractor shall 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 of the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions.All disturbances outside the Project Limits shall be pre- approved by the County and secured by the Contractor, at Contractor's expense Subsection 626.01 shall include the following: BASIS OF PAYMENT Payment will be made under: Pay Item Mobilization Pay Unit Lump Sum END OF SECTION PSP46 REVISION OF SECTION 630 TRAFFIC CONTROL Subsection 630.01 shall include the following: This work consists of providing road closure during the entirety of the project including: installing appropriate road closure and detour signs, installing and maintaining adequate road barriers, furnishing, operating, and maintaining a portable message sign panel and coordinating entry and exit of vehicles into the work area. The Contractor shall submit a traffic control plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. The Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the traveling public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and cross roads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 2 high visibility safety apparel and shall be equipped with a sign paddle. Add subsection 630.031 immediately following subsection 630.03 as follows: 630.031 Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three 8 -character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre -default message that activates before a power failure. The sign shall be solar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under both day and night conditions. The message shall be legible from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front cover. PSP47 Solar powered message signs shall operate continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall can change and display sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble -shooting guide. (4) The portable message sign shall can maintain all required operations under Colorado mountain -winter weather conditions. (3) (5) (6) Each sign shall be wired with a 7 -prong male electric plug for the brake light wiring system. Subsection 630.13 shall include the following: The portable message sign panel shall be on the project site at least 7 calendar days prior to the start of active roadway construction. After construction commences, the Project Engineer shall then determine if the devices should be removed or left in place for longer. For bidding purposes, the Contractor shall assume that the devices will be required to be left in -place for the duration of the work. Maintenance, storage, operation, relocation to different sites during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. Each sign shall be furnished with an attached license plate and mounting bracket. Subsection 630.16 shall include the following: Payment for the traffic control shall include all materials and labor necessary to provide traffic control during construction of the area within the limits of the project detour. The contractor shall be responsible for the operation and maintenance of these traffic control elements for the duration of the time that they are necessary. BASIS OF PAYMENT Payment will be made under: Pay Item Traffic Control Flagging Traffic Control Supervisor Traffic Control Inspection Portable Message Sign Panel Pay Unit Lump Sum Hour Day Day Each END OF SECTION PSP48 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the Department's estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item F/A Minor Contract Revisions F/A Erosion Control FIA PDA Pile Monitoring FIA Pile Cut Off FIA on the Job Training Force Account Descriptions: Estimated Quantity Amount F.A. $120,000.00 F.A. $5,000.00 F.A. $5,000.00 F.A. $10,000.00 F.A. $240.00 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 and is necessary to accomplish the scope of work of the Contract. F/A Erosion Control - This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work for this contract. F/A PDA Pile Monitoring - Monitoring shall be done by the certified consultant at a minimum of three piles per structure, each at a separate foundation element. The County may ask for additional tests as determined by the Weld County Engineer or Inspector. (The contractor shall complete three (3) PDA tests at their own expense, at locations directed by the inspector. Any additional tests shall be arranged by the contractor, and paid for using this Force Account Item.) F/A On -The -Job Trainee (OJT) - 120 Hours at $2.00/hr. _ $240.00 F/A Pile Cut -Offs - See Special Provision 502.12 and 502.13 for Description. END OF SECTION PSP49 TRAFFIC CONTROL PLAN - GENERA►L The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10(a). The components of the TCP for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications. (2) Standard Plan s-630-1, Traffic Controls for Highway Construction, Case 4 and Standard Plan S-630-2. (3) Schedule of Construction Traffic Control Devices. (4) Signing Plans. (5) Detour Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. 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. All signage for detour shall be in place as well as barriers with road closed signs prior to any excavation or demolition. At least one week prior to starting construction, the Contractor shall notify the Weld County Engineer of the date the Contractor intends to start construction. Two weeks prior to any► road closure, the Contractor shall notify the Weld County Public Works Department. The Contractor shall not perform any work on the roadway between the daily hours of 6:00 P.M. and 6:00 A.M. unless approved by the Engineer. END OF SECTION PsP5O UTILITIES Known utilities within the limits of this project are: Xcel Energy (Electric) Century Link (Phone) N orth Weld Water District DCP Midstream (Oil/Gas) N oble Energy (Oil/Gas) Lucas McConnell Carson Ortega Leanne Koons Lewis Hagenlock Mike Rodine 970-381-9413 970-392-4837 970-356-3020 970-378-6351 970-304-5000 The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned near area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from the best available information. Contractor shall confirm utility locations in field. The work listed below shall be performed by the Contractor in accordance with the plans and specifications, and as directed by the Engineer. The Contractor shall keep each utility company advised of any work being done to its facility, so that the utility company can coordinate its inspections for final acceptance of the work with the Engineer. - Installation of conduits in the bridge railing curb - Coordination with utility owners The work listed below will be performed by the utility owners or their agents: - Any utility relocation required All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. END OF SECTION PsP51 WELD COUNTY PUBLIC WORKS DEPARTMENT BRIDGE 68159A REPLACEMENT PROJECT STANDARD SPECIAL PROVISIONS Date Pages Revision of Section 103 - Consideration of Proposals Revision of Section 105 - Construction Drawings Revision of Section 106 — Supplier List Revision of Section 107 — Laws to be Observed Revision of Section 108 — Liquidated Damages Revision of Section 108 — Subletting of Contract Revisions of Section 109 — Prompt Payment (Local Agency) Revision of Section 206 — Removability Modulus Revision of Section 206 — Structure Backfill (Flow -Fill) Revision of Section 208 — Erosion Control Revision of Section 250 — Environmental, Health and Safety Management Revision of Section 401 — Tolerances for MIA (Voids Acceptance) Revision of Section 502 — Extensions and Splices Revision of Section 703 — Classification for Aggregate Base Course Affirmative Action Requirements — Equal Employment Opportunity Disadvantaged Business Enterprise (DBE) Requirements (Local Agency) Minimum Wages Colorado — Weld County Decision No. CO180024 On the Job Training Required Contract Provisions — Federal -Aid Construction Contracts (July 3, 2017) 1 (July 3, 2017) 1 (July 3, 2(117) 1 (October 12, 2017) 1 (July 20, 2017) 1 (October 12, 2017) 1 (July 3, 2017) 2 (October 12, 2017) 1 (Dec. 28, 2017) 1 (July 3, 2017) 1 (July 3, 2017) 3 (July 3, 2017) 1 (July 3, 2017) (October 12, 2017) 1 (July 3, 2017) 10 (July 3, 2017) 9 (January 5, 2018) 7 (July 3, 2017) (July 3, 2017) 14 TOTAL 61 July 3, 2017 REVISION OF SECTION 103 CONSIDERATION OF PROPOSALS Section 103 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 103.01 and replace with the following: 103.01 Consideration of Proposals. After the proposals (bids) are opened and read, they will be evaluated and the Contract awarded or rejected in accordance with the "Rules" referenced in subsection 102.01 The low responsible bidder shall submit a completed CONTRACTORS PERFORMANCE CAPABILITY STATEMENT, Form 605, and a completed ASSIGNMENT OF ANTITRUST CLAIMS, Form 621 to the Award Officer prior to 4:30 P.I. on the fifth calendar day after the bid opening. In order to be eligible for contracting with CDOT, the apparent low responsible bidder shall register with the B2GNow software system on or before the fifth calendar day after the bid opening and shall update the registration on an annual basis. Failure to submit the Forms 605 and 621 and to register with the B2G Now software system may result in the denial of award to the apparent low responsible bidder and forfeiture of the proposal guaranty. July 3, 2017 REVISION OF SECTION 105 CONSTRUCTION DRAWINGS Section 105 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 105.02(f). July 3, 2017 REVISION OF SECTION 106 SUPPLIER LIST Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.01 delete the fourth and 5tr, paragraphs and replace with the following: All companies that will provide $10,000 or more in supplies or materials on any CDOT project must be registered in the B2GNow software system and shall update the registration on an annual basis. Prior to beginning any work on the project, the Contractor shall submit to the Engineer a completed Form 1425, Supplier List documenting all companies providing $10,000 or more of supplies or materials directly to the Contractor for the project. This list shall not include companies also responsible for the installation of the supplies or materials. During the performance of the project, the Contractor shall submit an updated Form 1425 if one or more of these companies change. The Contractor shall require each subcontractor to submit a Form 1425 listing all companies providing $10,000 or more of supplies or materials to the subcontractor. The Contractor shall submit the subcontractor's Form 1425 with Form 205. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. October 12, 2017 REVISION OF SECTION 107 LAWS TO BE OBSERVED Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.01 shall include the following after the first paragraph: Failure to comply with all contractual obligations may lead to the suspension, debarment or both of the Contractor as stipulated in the "Rules". July 20, 2017 REVISION OF SECTION 108 LIQU I DATED DAMAGES Section 108 of the Standard Specifications is hereby revised for this project as follows: In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Original Contract Amount ($) Liquidated Damages per Calendar Day ($) From More Than To And Including 0 500,000 900 500,000 1,000,000 1,500 1,000,000 2,000,000 2,200 2,000,000 5,000,000 4,100 5,000,000 15,000,000 5,500 15, 000, 000 9,900 October 12, 2017 REVISION OF SECTION 108 SUBLETTING OF CONTRACT Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.01 shall include the following: Failure to comply with all contractual obligations may lead to the suspension, debarment, or both of the subcontractor, and if necessary, the Contractor as stipulated in the "Rules". All firms to which the Contractor will be subletting a portion of the Contract must be registered in the B2GNow Software System and shall update the registration on an annual basis. If the firm is not registered, approval of the Form 205 may be withheld. July 3, 2017 1 REVISION OF SECTION 109 PROMPT PAYMENT (LOCAL AGENCY) Section 109 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 109.06(e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant subcontractor until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors. Delete subsection 109.06(f)5 and replace with the following: 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower -tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. Delete subsection 109.06(f)8 and replace with the following: 8. If additional quantities of a particular item of work are required at a later date after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. Delete subsection 109.06(f)9 and replace with the following: 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection 105.21(a), the Contractor shall release all subcontractors' retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor's retainage on work that has been partially accepted in accordance with subsection 105.21(a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor's retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. Delete subsection 109.06(g) and replace with the following: July 3, 2017 2 REVISION OF SECTION 109 PROMPT PAYMENT (LOCAL AGENCY) (g) Good Cause Exception. If the Contractor has "good cause" to delay or withhold a subcontractor's progress payment, the Contractor shall notify the LPA and the subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. "Good cause" shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Delete subsection 109.06(h) and replace with the following: (h) Monthly Reporting. On a monthly basis, the Contractor shall submit the Form 1418, Monthly Payment Report, to the Engineer along with the project schedule updates, in accordance with subsections 108.03(g). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage from the Contractor. October 12, 2017 REVISION OF SECTION 206 REMOVABILITY MODULUS Section 206 of the Standard Specifications is hereby revised for this project as follows: In subsection 206.02 (a) 2., delete the third paragraph and replace with the following Removability Modulus, RM, is calculated as follows: RM=W1.6x104xC°6 106 where: W = unit weight (pcf) C = 28 -day compressive strength (psi) December 28, 2017 1 REVISION OF SECTIONS 206 AND 703 STRUCTURE BACKFILL (FLOW -FILL) Sections 206 and 703 of the Standard Specifications are hereby revised for this project as follows: Subsection 206.02 (a) 1 shall include the following: The Contractor may also substitute Structure Backfill (Class 3) as backfill for culverts and sewer pipes. In subsection 206.O2(a) 2, first paragraph, delete the last sentence and replace with the following: Flash fill is a rapid setting Flow -Fill that may be used when approved by the Engineer and will be tested, accepted, and paid for as Flow -Fill. Subsection 206.O2(a) 2 shall include the following as the last paragraph: The Contractor shall submit a Process Control (PC) Plan with the mix design to the Engineer. The PC plan shall address the batching, mixing, testing and placement of the structure backfill (Flow -Fill). In subsection 206.03 delete the 17th paragraph and replace with the following: When Flash Fill is used, it shall be batched with a volumetric mixing truck. Volumetric mixing trucks used to produce Flow -Fill and Flash Fill shall have a computer batching system, capable of producing the approved mix design and printing tickets. For Flash Fill, the batch weights of cement and/or fly ash per cubic yard shall be within 2 percent of the mix design batch weights and the batch weight of water per cubic yard shall be within 2 percent of the mix design batch weight. Prior to the placement of structure backfill (Flow -Fill), the Contractor shall sample the structure backfill (Flow -Fill) in accordance with ASTM D5971. The Contractor shall test the structure backfill (Flow -Fill) unit weight in accordance with ASTM D6023. For Flash Fill, the measured unit weight shall be within 5.0 percent or 5.0 pounds per cubic foot, whichever is larger, of the approved mix design unit weight. The Contractor shall test the structure backfill (Flow -Fill) for slump in accordance with ASTM C143 or flow consistency according to ASTM D61O3. Subsection 703.08 shall include the following: (c) Class 3 structure backfill shall be a sandy gravel and meet the following gradation: Mass Percent Passing Sieve Size Square Mesh Sieves 9.5mm (3/8") 4.75mm (#4) O.O75mm (#200) 90 to 100 45 to 80 5 to 12 July 3, 2017 1 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: In subsection 208.03(c) delete the first paragraph and replace it with the following Erosion Control Management (ECM). Erosion Control Management for this project shall consist of Erosion Control Inspection and the SWMP Administration. All ECM staff shall have working knowledge and experience in construction, and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training (TECS) as provided by the Department. The Superintendent will not be permitted to serve in an ECM role. The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects involving less than 40 acres of disturbed area. In subsection 208.03(c)1 delete the first paragraph and replace it with the following: SWMP Administration. The SWMP shall be maintained by a SWMP Administrator. In the case of a project requiring only one TECS, the SWMP Administrator may also be the ECI for the project. The name of the SWMP Administrator shall be recorded on the SWMP Section 3. B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify to the Superintendent critical action items needed to conform to the CDPS-SCP as follows: In subsection 208.03(c)2 delete the first paragraph and replace It with the following: One ECI is required for every 40 acres of total disturbed area which is currently receiving temporary and interim stabilization measures as defined in subsection 208.04 (e). An ECI shall not be responsible for more than 40 acres in the project. Accepted permanent stabilization methods as defined in subsection 208.04 (e) will not be included in the 40 acres. In subsection 208.03(d)1 delete item (1) and replace it with the following: (1) SWMP Site Maps and Plan Title Sheet - Construction site boundaries, ground surface disturbance, limits of cut and fill, flow arrows, structural BMPs, non-structural BMPs, Springs, Streams, Wetlands and surface water. Also included on the sheets is the protection of trees, shrubs and cultural resources. In subsection 208.05(n), in the list of requirements for pre -fabricated concrete washout structures, delete item (2) and replace it with the following: (2) Structure shall be located 50 horizontal feet away from State waters, and shall be confined so that no potential pollutants will enter State waters and other sensitive areas are as defined in the Contract. Locations shall be as approved by the Engineer. The site shall signed as "Concrete Washout". In subsection 208.11 delete the first paragraph and replace it with the following: Erosion Control Management will be measured as the actual number of days of ECM work performed, regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and the preparation of the SWMP notebook. If the combined hours of SWMP Administration and Erosion Control Inspection is four hours or less in a day, the work will be measured as 1/2 day. If the combined hours of SWMP Administration and Erosion Control Inspection is more than four hours in a day, the work will be measured as one day. Total combined hours of ECM work exceeding eight hours in a day will still be paid as one day. July 3, 2017 1 REVISION OF SECTION 250 ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT Section 250 of the Standard Specifications is hereby revised for this project as follows: In subsection 250.03 delete the second paragraph and replace with the following: This project may be in the vicinity of property associated with petroleum products, heavy metal based paint, landfill, buried foundations, abandoned utility lines, industrial area or other sites which can yield hazardous substances or produce dangerous gases. These hazardous substances or gases can migrate within or into the construction area and could create hazardous conditions. The Contractor shall use appropriate methods to reduce and control known landfill, industrial gases, and visible emissions from asbestos encounters and hazardous substances which exist or migrate into the construction area. The Contractor shall follow CDOT's Regulated Asbestos -Contaminated Soil Management Standard Operating Procedure, dated October 18, 2016 for proper handling of asbestos -contaminated soil, and follow all applicable Solid and Hazardous Waste Regulations for proper handling of soils encountered that contain any other substance mentioned above. In subsection 250.03(a) delete the second paragraph and replace with the following: When regulated asbestos contaminated soil (RACS) is present or is suspected to be present on or near a project, the HSO shall have knowledge of RACS regulations. The HSO shall meet the minimum training and medical surveillance requirements established by the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA) for a supervisory Site Safety Official per 29 CFR 1962.65. The Contractor shall furnish documentation to the Engineer, at the preconstruction conference, that the above requirements have been met. Certification as an Asbestos Building Inspector in accordance with subsection 250.03 (b) is recommended. In subsection 250.03(b) delete the first and second paragraphs and replace with the following: The Contractor shall designate a monitoring technician to be responsible for monitoring of hazardous substances during work on the project. The MT shall have a minimum of two years of actual field experience in assessment and remediation of hazardous substances that may be encountered during highway construction projects. When asbestos is present or is suspected to be present on or near a project, the MT shall have additional 40 hours experience in RACS project management and certification as an Asbestos Building Inspector in accordance with the Colorado Air Quality Control Commission Regulation No. 8 Part B. The MT shall be experienced in the operation of monitoring devices, identifying substances based upon experience and observation, and field sampling (for testing) of all media that may be found on the site. Completion of the 40 hour hazardous waste and 8 hour supervisory training required by OSHA and U.S. EPA rules and regulations which complies with the accreditation criteria under the provisions of the proposed 29 CFR 1910.121 is required prior to beginning work. The Contractor shall furnish documentation at the Preconstruction Conference that demonstrates these requirements have been met. The MT shall be equipped with the following: (1) Communication equipment as required in subsection 250.03(d) 2.A. and a vehicle. (2) Monitoring and detection equipment for flammable gas, oxygen sufficiency, toxic gas, radiological screening and other hazards. This includes, as required, a combustible gas indicator, flame ionization or photo ionization detector, oxygen meter, radiation monitor with Geiger Mueller detector and other foreseeable equipment. (3) Depth gauging equipment, sampling equipment and sampling containers. (4) Personal protective equipment (levels C and D) when required. Delete subsection 250.07 and replace with the following: 250.07 Regulated Asbestos Contaminated Soils (RACS) Management. Environmental documents or plans listed in the special provisions should include known or suspected locations that could involve encounters with RACS during excavation and other soil disturbing construction activities. Unexpected discoveries of RACS may occur during excavation and soil disturbing construction activities. RACS shall be properly managed or remediated, in accordance with subsection 250.07(a). July 3, 2017 2 REVISION OF SECTION 250 ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT All asbestos related activities shall be performed by CDPHE certified asbestos professionals, contractors, or consultants. Certifications are issued by the CDPHE, Indoor Air Quality Unit. A Colorado Certified Asbestos Building Inspector shall manage the assessment and disposal of RACS and other ACM. The Indoor Air Quality Unit within CDPHE is the only unit that certifies such professionals. The Contactor shall furnish a copy of the certification to the Engineer. (a) Regulatory Compliance. RACS management is governed by 6 CCR 1007-2, Section 5.5, which includes and references regulatory compliance with Colorado Air Quality Control Commission Regulation No. 8 Part B -Asbestos. Colorado Regulation No. 8 governs all asbestos activities, demolition, permitting, and certification of Certified Asbestos Professionals in the State of Colorado. The Contractor shall conform to all current regulations, policy directives, or both, issued by the CDPHE, and the Department. (b) Asbestos Management and Visual Inspections Asbestos management shall be performed by a CDPHE certified asbestos building inspector. All inspections of the area of asbestos contaminated soil removal shall be performed by a CDPHE certified Asbestos Building Inspector to determine what, if any, controls must be instituted to allow future activity in the excavation area. (c) Permitting and Notification. The CDPHE requires notification of any soil disturbing activity where asbestos is known, suspected, or discovered. A 24 -hour notification to CDPHE is required after any soil disturbing activity of an unplanned asbestos discovery. A 10 working day notification to CDPHE is required prior to any soil disturbing activity in an area with known or potential RACS. Removal of asbestos -containing material on a facility component, that is located on or in soil that will be disturbed, with asbestos quantities above the following trigger levels shall be permitted and abated in accordance with the requirements of Colorado Air Quality Control Commission Regulation No. 8 (5 CCR 1001-10, Part B): (1) 260 linear feet on pipes, (2) 160 square feet on other surfaces, or (3) The volume of a 55 -gallon drum. All permit applications shall be submitted to the Colorado Department of Public Health and Environment a minimum of 10 days prior to start of work for approval. The permit application and notification shall be submitted simultaneously. A CDPHE certified General Abatement Contractor shall obtain all required State and local permits and shall be responsible for all associated fees. Permit application, notification, and waiver request forms shall be submitted to: Colorado Department of Public Health and Environment Permit Coordinator/APCD - SS - B1 4300 Cherry Creek Drive South Denver, CO 80246-1530 Phone: (303) 692-3100 Fax: (303) 782-0278 Application and waiver forms are available on the CDPHE website: asbestos@state.co.us (d) CDOT's Regulated Asbestos -Contaminated Soil Management Standard Operating Procedure, dated October 18, 2016. Asbestos contaminated soil shall be managed in accordance with 6 CCR 1007-2, Part 1, Section 5.5, Management of RACS.. . Regulations apply only upon unexpected discovery of asbestos materials during excavation and soil disturbing activities on construction projects, or when asbestos encounters are expected during construction. The Contractor shall comply with procedures detailed in the CDPHE's Management of Regulated Asbestos Contaminated Soil Regulation and CDOT's CDPHE approved Regulated Asbestos -Contaminated Soil Management Standard Operating Procedure, dated October 18, 2016, including the following minimum requirements: (1) Immediate actions and implementation of interim controls to prevent visible emissions, exposure, and asbestos contamination in surrounding areas. (2) Soil Characterization. (3) Training required for all personnel involved in excavation and other soil disturbing activities, once asbestos is encountered during construction or on projects where asbestos encounters are expected. July 3, 2017 3 REVISION OF SECTION 250 ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT Asbestos Awareness Training shall be given by a qualified and certified Asbestos Building Inspector with a minimum of six months experience inspecting asbestos contaminated soil. (4) Assessment for the presence and extent, within the proposed area of disturbance, of asbestos discoveries, whether expected or unexpected, by a CDPHE Certified Asbestos Building Inspector. (5) Investigation and sampling required for risk assessment and management. Investigation, if required, shall be conducted by a CDPHE Certified Asbestos Building Inspector. (6) Risk assessment and determinations for further management or abatement. (i) Risk assessment and determinations must be made by a CDPHE Certified Asbestos Building Inspector, and coordinated with the Engineer. (ii) Soil remediation is not necessarily required, depending on the circumstances. (7) Submit CDPHE 24 -hour Notification form for unexpected RACS discovery included in Attachment 1 of the CDOT Regulated Asbestos -Contaminated Soil Management Standard Operating Procedure (8) Submit CDPHE 10 -day Notification form for planned RACS management included in Attachment 1 of the CDOT Regulated Asbestos -Contaminated Soil Management Standard Operating Procedure. (e) Risk Assessment and Determinations for Further Management Or Remediation. Risk assessment and determinations for further management or remediation must be closely coordinated with the Project Engineer and Project Manager of the Statewide Management Plan. July 3, 2017 REVISION OF SECTION 401 TOLERANCES FOR HOT MIX ASPHALT (VOIDS ACCEPTANCE) Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.02(b) delete Table 401-1, including the footnotes, and replace with the following: Table 401-1 Tolerances for Hot Mix Asphalt Element Tolerance Asphalt Cement Content ± 0.3 % Voids in the Mineral Aggregate (VMA) ± 1.2 % Air Voids ± 1.2 % July 3, 2017 1 REVISION OF SECTION 502 EXTENSIONS AND SPLICES Section 502 of the Standard Specifications is hereby revised as follows: Delete subsection 502.08 and replace with the following: 502.08 Extensions and Splices. There will not be a limit placed on the number of splices allowed for steel piles; however, payment will be limited to two splices per pile. Commercial splices may be used if approved by the Engineer. Full length piles shall be used unless otherwise approved. All welded splices shall be made by using a prequalified joint design in accordance with AWS D1.1. The CJP design shall include beam copes (weld access holes) through the web of the pile at the junctures with the flanges. Copes shall be made in accordance with AWS D1.1, Section 5.17. If backing is used it shall be in accordance with AWS D1.1, removal of the backing after welding is not required. Personnel performing quality assurance (QA) and process control (PC) welding inspection shall be qualified as a certified welding inspector (CWI) in accordance with AWS D1.1, Chapter 6. All welded pile splices shall be made in accordance with a written Welding Procedure Specification (WPS), as submitted by the Contractor. The WPS shall be reviewed, and approved by the Contractor's CWI, prior to welding any piling splices on the project. The WPS shall list all essential variables of the process in accordance with AWS D1.1. The WPS shall be available for review during welding operations. All welded splices shall be made with low hydrogen electrodes. The Contractor shall adhere to the low hydrogen practice for electrodes in accordance with AWS D1.1. All cuts at splices shall be made normal to the longitudinal axis of the pile. The cut-off portion may be driven to start the next pile or it may be welded to previously driven piles to provide the necessary extension length. All welders shall be currently qualified in accordance with AWS D1.1. Welder qualifications shall be approved by the Contractor's CWI prior to the start of welding. The Contractor shall provide an AWS Certified Welding Inspector (CWI) on the project site for PC. The CWI shall inspect all production stages of the welded splice, including assembly of the splice joint, during welding, and after welding to ensure that workmanship and materials meet the requirements of the contract documents. Prior to CDOT acceptance, the CWI shall submit documentation that all material and workmanship is in accordance with the Contract. The CWI shall keep a record of all findings, which shall be available to the Engineer at any time. The first two CJP welded splices shall be ultrasonically tested (UT) for acceptance in accordance with Table 6.3 of AWS D1.1. If both of the UT tested CJP splices are determined to be acceptable, no further UT testing of CJP splices will be required. If either of the first two UT tested CJP splices are not acceptable, UT testing of CJP splices shall continue until two consecutive tests are acceptable. Personnel performing UT testing of CJP splices shall be qualified in accordance with the current edition of the American Society for Nondestructive Testing Practice No. SNT-TC-1A. Individuals who perform nondestructive testing shall be qualified for NDT Level II. In subsection 502.12, delete the fifth paragraph and replace with the following: Partial Joint Penetration (PJP) welded splices for piles, when specified in the plans, will be measured as the additional length of pile, each splice considered as 3 linear feet. CJP welded splices, when specified in the plans, will be the actual number completed and accepted. July 3, 2017 2 REVISION OF SECTION 502 EXTENSIONS AND SPLICES Subsection 502.13 shall include the following: Pay Item Complete Joint Penetration (CJP) Splice Pay Unit Each All costs for providing Certified Welding Inspector (CWI) services for Partial Joint Penetration (PJP) welded splices will not be measured and paid for separately, but shall be included in the additional measured length of pile in accordance with subsection 502.12. Payment for completing the CJP splices shall include the CJP splice, Ultrasonic Testing, Certified Welding Inspector (CWI) services and all required documentation. October 12, 2017 REVISION OF SECTION 703 CLASSIFICATION FOR AGGREGATE BASE COURSE Section 703 of the Standard Specifications is hereby revised for this project as follows: In subsection 703.03, delete Table 703-2 and replace with the following: Table 703-2 CLASSIFICATION FOR AGGREGATE BASE COURSE Sieve Size Mass Percent Passing Square Mesh Sieves LL not greater than 35 LL not greater than 30 Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 150mm (6") 100 100mm (4") 100 75mm (3") 95-100 60mm (2 1/2") 100 50mm (2") 95-100 100 37.5mm (1.5") 90-100 100 25mm (1") 95-100 100 100 19mm (3/4") 50-90 95-100 4.75mm (#4) 30-65 30-50 30-70 30-65 2.36mm (#8) 25-55 20-85 75 m(#200) 3-15 3-15 20 max 3-12 3-15 3-12 5-15 NOTE: Class 3 material shall consist of bank or pit run material. July 3, 2017 1 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY A. AFFIRMATIVE ACTION REQUIREMENTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area are as follows: Goals and Timetable for Minority Utilization Timetable - Until Further Notice Economic Area Standard Metropolitan Statistical Area (SMSA) Counties Involved Goal 157 (Denver) 2080 Denver -Boulder Adams, Douglas, Arapahoe, Gilpin, Boulder, Denver, Jefferson 13.8% 2670 Fort Collins Larimer 6.9% 3060 Greeley Weld 13.1% • Non SMSA Counties Cheyenne, Grand, Kit Park, Phillips, Washington Clear Creek, Carson, Logan, Sedgwick, & Yuma Elbert, Morgan, Summit, 12.8% 158 (Colo. Spgs. Pueblo) - 1720 Colorado Springs El Paso, Teller 10.9% 6560 Pueblo Pueblo 27.5% Non SMSA Counties Alamosa, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Fremont, Huerfano, Kiowa, Las Animas, Lincoln, Mineral, Prowers, Rio Grande, Saguache Custer, Lake, Otero, 19.0% 159 (Grand Junction) Non SMSA Archuleta, Garfield, La Plata, Montrose, Routt, San Delta, Gunnison, Mesa, Ouray, Juan, Dolores, Hinsdale, Moffat, Pitkin, San Eagle, Montezuma, Rio Miguel Blanco, 10.2% 156 Casper (Cheyenne - WY) Non SMSA Jackson County, Colorado 7.5% GOALS AND► TIMETABLES Until Further Notice FOR FEMALE UTILIZATION 6.9% -- Statewide July 3, 2017 2 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the geographical area where the contract resulting form this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4. Compliance with the coals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" is the county or counties shown on the Invitation for Bids and on the plans. In cases where the work is in two or more counties covered by differing percentage goals, the highest percentage will govern. July 3, 2017 3 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these Specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes; (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. July 3, 2017 4 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its union have employment opportunities available, and maintain a record of the organization's responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the -street applicant and minority or female referral from a union, a recruitment source of community organization and of what action was taken with respect to each individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when he Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the Contractor's EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. July 3, 2017 5 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY g - Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and Contractor's activities are non -segregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligation. July 3, 2017 6 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goal and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). July 3, 2017 7 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract provisions. b. The Contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specific requirement activities of equal employment opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway Program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The Contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program; It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre - apprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway agency contracting officers and equal employment opportunity officer (herein after referred to as the EEO Officer) who will have the responsibility for an must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum; (1) Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. July 3, 2017 8 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY (2) All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the Contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the Contractor. (3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group employees. b. In order to make the Contractor's equal employment opportunity policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor will take the following actions: (1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2) The Contractor's equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment. a. When advertising for employees, the Contractor will include in all advertisements for employees the notation; "An Equal Opportunity Employer." All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the Contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. '6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed; a. The Contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. July 3, 2017 9 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his avenues of appeal. 7. Training and Promotion. a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on- the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women with the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or thorough a contractor's association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. July 3, 2017 10 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within he time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority -owned construction firms from State highway agency personnel. b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10. Records and Reports. a. The Contractor will keep such records as are necessary to determine compliance with the Contractor's equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The Progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force). (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The Contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR 1391. July 3, 2017 1 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) 1. Overview The Disadvantaged Business Enterprise (DBE) Program is a federally -mandated program that seeks to ensure non-discrimination in the award of U.S. Department of Transportation (DOT) -assisted contracts and to create a level playing field on which DBEs can compete fairly for DOT -assisted contracts. Local Public Agencies (LPAs) that receive federal funds, must comply with CDOT's DBE program. To such end, CDOT sets a contract goal for DBE participation for each DOT -assisted LPA Contract. In order to be awarded the Contract, the bidder shall show that it has committed to DBE participation sufficient to meet the goal or has otherwise made good faith efforts to do so. CDOT will amend the goal prior to award if the lowest apparent bidder demonstrates that good faith efforts were made but sufficient commitments to meet the goal could not be obtained. CDOT and the LPA will monitor the progress of the Contractor throughout the project to ensure that the Contractor's DBE commitments are being fulfilled. Modifications to the commitments must be approved by the CDOT Regional Civil Rights Office (RCRO). CDOT may withhold payment or seek other contractual remedies if the Contractor is not complying with the requirements of this special provision. Upon completion of the Contract, CDOT may require the LPA to reduce the final payment to the Contractor if the Contractor has failed to fulfill the commitments or made good faith efforts to meet the contract goal. For general assistance regarding the DBE program and compliance, contact CDOT's Civil Rights and Business Resource Center (CRBRC) at (303)757-9234. For project specific issues, contact the LPA Engineer or RCRO. All forms referenced herein can be found on the CDOT website in the forms library. 2. Contract Assurance By submitting a proposal for this Contract, the bidder agrees to the following assurance and shall include it verbatim in all (including non -DBE) subcontracts: The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non -responsible. 3. Definitions Terms not defined herein shall have the meaning provided in the CDOT Standard Specifications for Road and Bridge Construction. A. Commitment. A commitment is a portion of the Contract, identified by dollar amount and work area, designated by the bidder or Contractor for participation by a particular DBE. Commitments are submitted to CDOT via Form 1414, Anticipated DBE Participation Plan, or via Form 1420, DBE Plan Modification Request. Once approved, commitments are enforceable obligations of the Contract. B. Commercially Useful Function (CU F). Responsibility for the execution of the work and carrying out such responsibilities by actually performing, managing and supervising the work as further described in Section 8 below. C. Contract Goal. The percentage of the contract designated by CDOT for DBE participation. The contract goal for this contract is provided in the Project Special Provision Disadvantaged Business Enterprise Contract Goal. July 3, 2017 2 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) (1) The bidder/Contractor shall make good faith efforts to fulfill the contract goal with eligible DBE participation. For determining whether the contract goal was met prior to award, the contract goal shall be based upon the proposal amount excluding force account items. For determining whether the contract goal was met during and upon completion of the project, the contract goal shall be based upon the total earnings amount. (2) If the lowest apparent bidder demonstrates that it was unable to meet the contract goal but made good faith efforts to do so, the contract goal will be amended and the revised contract goal will be provided on Form 1417, Approved DBE Participation Plan. D. Disadvantaged Business Enterprise (DBE). A Colorado -certified Disadvantaged Business Enterprise listed on the Colorado Unified Certification Program (UCP) DBE Directory at www.coloradodbe.org. E. DBE Program Manual. The manual maintained by the CRBRC which details CDOT's policies and procedures for administering the DBE program. A copy of the DBE Program Manual is available on the CRBRC webpage. F. Eligible Participation. Work by a DBE that counts toward fulfillment of the contract goal as described in Section 4 below. G. Good Faith Efforts. All necessary and reasonable steps to achieve the contract goal which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if not fully successful. Good faith efforts are evaluated prior to award and throughout performance of the Contract. For guidance on good faith efforts, see 49 CFR Part 26, Appendix A. H. Joint Check. A check issued by the Contractor or one of its subcontractors to a DBE firm and a material supplier or other third party for materials or services to be incorporated into the work. I. Reduction. A reduction occurs when the Contractor reduces a commitment to a DBE. A reduction constitutes a partial termination. J. Subcontractor. An individual, firm, corporation or other legal entity to whom the Contractor sublets part of the Contract. For purposes of this special provision, the term subcontractor includes suppliers. K. Substitution. Substitution occurs when a Contractor seeks to find another DBE to perform work on the contract as a result of a reduction or termination. L. Termination. A termination occurs when a Contractor no longer intends to use a DBE for fulfillment of a commitment. M. Total Earnings Amount: Amount of the Contract earned by the Contractor, including approved changes and approved force account work performed, but not including any deductions for liquidated damages, price reduced material, work time violations, overweight loads or liens. The amount of the Contract earned does not include plan force account items (i.e. OJT, pavement incentives, etc). N. Work Code. A code to identify the work that a DBE is certified to perform. A work code includes a six digit North American Industry Classifications System code plus a descriptor. Work codes are listed on a firm's profile on the UCP DBE Directory. The Contractor may contact the CRBRC to receive guidance on whether a work code covers the work to be performed. 4. Eligible Participation July 392017 3 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) The following rules will be used to determine whether work performed by a DBE qualifies as eligible participation on the Contract: A. Work Must be Identified in Commitment. The work performed by the DBE must be reasonably construed to be included in the work area and work code identified by the Contractor in the approved commitment. (1) If the Contractor intends to use a DBE for work that was not listed in the commitment, the Contractor shall submit Form 1420, DBE Participation Plan Modification for approval of the modification. Unapproved work will not count toward the contract goal. (2) A DBE commitment cannot be modified to include work for which the DBE was not certified at the time of the approval of the original commitment. B. DBE Must be Certified to Perform the Work. The DBE must be certified to perform the work upon submission of the commitment and upon execution of the DBE's subcontract. (1) When a commitment has been made, but upon review of Form 205, Sublet Permit, CDOT determines that the DBE is no longer certified in the work code which covers the work to be performed, the Contractor may not use the DBE's participation toward the contract goal. The Contractor shall terminate the DBE commitment and seek substitute DBE participation in accordance with Section 9 below. (2) A DBE's work will continue to count as eligible participation if the DBE was certified upon approval of Form 205, Sublet Permit and the certification status changes during the performance of the work. (3) Suppliers must be certified upon execution of the purchase order. C. DBE Performs the Work. Eligible participation will only include work actually performed by the DBE with its own forces. (1) Work performed by the DBE includes the cost of supplies and materials obtained by the DBE for its work on the Contract, including any equipment leased by the DBE, provided that such supplies or equipment are not purchased or leased from the Contractor or a subcontractor that is subletting to the DBE. (2) The term "work actually performed by the DBE with its own forces" includes work by temporary employees, provided such employees are under the control of the DBE. (3) If CDOT or the LPA determines that a DBE has not performed a CUF on the project, no participation by such DBE shall count toward the contract goal. D. DBE Subcontracts to Another Firm. When a DBE subcontracts part of the work, the value of the subcontracted work may only be counted toward the goal if the subcontractor is a DBE. Performance by non -DBE subcontractors, including non -DBE trucking firms and owner -operators, shall be deducted from the DBE's participation. E. DBE Received Payment for the Work. Eligible participation only includes work for which the DBE has received payment, including the release of its retainage. F. Special Calculations for Suppliers. When a DBE supplies goods on a project, the DBE may be classified as a manufacturer, dealer or broker. The DBE's status as a manufacturer, dealer or broker is determined on a contract -by -contract basis and is based upon the actual work performed. (1) When a DBE is deemed to be acting as a manufacturer, one hundred percent of the July 3, 2017 4 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) commitment will count as eligible participation. (2) When a DBE is deemed to be acting as a regular dealer (i.e. non -manufacturer supplier), only sixty percent of the commitment will count as eligible participation. (3) When a DBE is deemed to be acting as a broker, only the reasonable brokerage fee will count as eligible participation. G. Reasonable Fee for Contract -Specific Services. Services shall count toward the contract goal only if they are specifically required for the performance of the Contract. Non -contract specific expenses may not be counted toward the contract goal. Fees for services must be reasonable. Services include but are not limited to professional services, public involvement, etc. In the case of temporary employment placement agencies, only the placement fee for an individual to be specifically and exclusively used for work on the contract shall count as eligible participation. H. Pre -Approval for Joint Venture Participation. When a DBE is a participant in a joint venture, the DBE must apply to CDOT to determine how much of the work performed by the joint venture will count toward the contract goal. The DBE shall complete Form 893, Information for Determining DBE Participation when a Joint Venture Includes a DBE. Form 893 shall be submitted to CDOT CRBRC no less than ten days before the submission of the Proposal or to the RCRO no less than ten days before submission of the Form 205 to ensure sufficient time for review. 5. Proposal Requirements In order to be eligible for award, the following shall be submitted with the proposal to the LPA: A. Form 1413, Bidders List. The bidder shall list each subcontractor (including both DBE and non -DBE subcontractors) that submitted a quote for participation on the project. Failure to submit a signed Form 1413 will result in rejection of the proposal. B. Form 1414, Anticipated DBE Participation Plan. If the Contract Goal is greater than zero, the bidder shall submit Form 1414 to document anticipated DBE participation. (1) If the Bidder has not obtained any DBE commitments, it shall still submit Form 1414 documenting zero anticipated participation. If the Contract Goal is greater than zero, failure to submit a signed Form 1414 shall result in rejection of the proposal. (2) The bidder shall list the DBE, work area(s), commitment amount and estimated eligible participation for each commitment. Once Form 1414 is submitted, a commitment may only be terminated or reduced in accordance with Section 9 below. The bidder is responsible for ensuring that commitments, and the estimated eligible participation resulting therefrom, have been properly calculated prior to submitting its proposal. (3) If the bidder is a DBE, the bidder must include itself in Form 1414 and list the work area(s) and amount that it intends to self -perform and count as eligible participation on the contract. (4) Commitments may be made to second tier or lower DBE subcontractors; however, the Contractor is ultimately responsible for the fulfillment of the commitment and shall sign the Form 1415, Commitment Confirmation. 6. Additional Forms Due Prior to Award. If the contract goal is greater than zero, or if the bidder has voluntarily made commitments, the Bidder shall submit the following forms to the LPA within five calendar days of selection as the lowest apparent bidder. These forms must be submitted to the CDOT CRBRC concurrent with the request for concurrence to award. July 3, 2017 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) A. Form 1415, Commitment Confirmation. A Form 1415, Commitment Confirmation shall be obtained from each DBE listed on Form 1414. The bidder shall complete Section 1 and the DBE shall complete Section 2 of Form 1415. Form 1415s shall be consistent with the commitments listed on Form 1414. The bidder shall not modify commitments listed on Form 1414 without good cause and approval from CDOT. The bidder shall contact CDOT if any issues arise which may require the bidder to alter or terminate a commitment. B. Form 1416, Good Faith Effort Report. If the total eligible participation listed on Form 1414 does not meet the contract goal, the lowest apparent bidder shall also submit Form 1416, Good Faith Effort Report and any supporting documentation that the bidder would like considered by CDOT as evidence of good faith efforts. 7. Commitment and Good Faith Effort Review A. Commitment Review. CDOT will evaluate the Form 1414 and each Form 1415 to ensure that it the commitment is valid and has been properly calculated. CDOT may investigate or request additional information in order to confirm the accuracy of a commitment. If CDOT determines that the total estimated eligible participation of the commitments does not meet the contract goal, within two business days of notice from CDOT, the bidder shall submit Form 1416 to CDOT. B. Good Faith Effort Review. If the total eligible participation of Form 1414 and all supporting Form 1415s does not meet the contract goal, CDOT will review Form 1416 and all supporting documentation submitted by the bidder in order to determine whether the bidder has demonstrated good faith efforts to obtain DBE participation. CDOT will use 49 CFR Part 26, Appendix A as a guide for determining whether the bidder made good faith efforts to meet the contract goal. A bidder will be deemed to not have made good faith efforts if the bidder lists a DBE for a work area for which the DBE is not certified and the bidder cannot establish a reasonable basis for its determination. CDOT may consider and approve commitments made after submission of the bid if the Bidder demonstrates that (1) good faith efforts were made prior to submission of the bid and (2) there is a reasonable justification for not obtaining the commitments prior to submission of the bid. C. Administrative Reconsideration. If CDOT determines that the bidder did not demonstrate good faith efforts to meet the contract goal, it will provide the bidder and LPA with written notice of its determination. The bidder will be provided an opportunity to request administrative reconsideration of the decision. The process for reconsideration is set forth in the Good Faith Effort Appeal Process, which is an Appendix I to the DBE Program Manual. A copy of the Good Faith Effort Appeal Process will be included in the written notice from CDOT. D. Form 1417, Approved DBE Participation Plan. If CDOT determines that the bidder has met the contract goal or made good faith efforts to do so, CDOT will issue to the bidder, with a copy to the LPA, Form 1417, Approved DBE Participation Plan, documenting the approved commitments. If CDOT determines that the bidder did not meet the contract goal but made good faith efforts to do so, via the Form 1417 CDOT will amend the contract goal in accordance with the commitments that were obtained and attach an explanation of its determination. July 3, 2017 6 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) 8. Ongoing Oversight of DBE Participation A. Consistency Review. CDOT will review Form 205, Sublet Permit Application to determine whether the work being sublet is consistent with the DBE commitments. CDOT may withhold approval of the sublet or direct the LPA to stop performance of the work if the Contractor has reduced, terminated, or otherwise modified the type or amount of work to be performed by a DBE without seeking prior approval. B. Form 1419, DBE Participation Report. The Contractor shall submit Form 1419, DBE Participation Report to the LPA Engineer on a quarterly basis (January 15, April 15, July 15, and October 15) and upon completion of the Contract. The LPA may withhold progress payments if the quarterly Form 1419 is not received on time. The LPA will not provide final payment on the Contract until the final Form 1419 has been reviewed and approved by the CDOT RCRO. C. Joint Checks. All joint checks must be approved by the CDOT RCRO before they are used in payment to a DBE. Joint checks used in payments to DBEs will be monitored closely to ensure (1) the DBE is performing a CUF and (2) the joint checks are not being used in a discriminatory manner. The Contractor shall request approval for the use of a joint check in a written letter signed by the DBE and the Contractor, stating the reason for the joint checks and the approximate number of checks that will be needed. D. Commercially Useful Function. CDOT will monitor performance during the Contract to ensure each DBE is performing a CUF. If CDOT or the LPA determines that a DBE is not performing a CUF, no work performed by such DBE shall count as eligible participation. The DBE, Contractor, and any other involved third parties may also be subject to additional enforcement actions. (1) When determining whether a DBE is performing a CUF, CDOT and the LPA will consider the amount of work subcontracted, industry practices, the amount the firm is to be paid compared to the work performed and eligible participation claimed, and any other relevant factors. (2) With respect to material and supplies used on the Contract, in order to perform a CUF the DBE must be responsible for negotiating price, determining quality and quantity, ordering the material, installing the material, if applicable, and paying for the material itself. (3) With respect to trucking, in order to perform a CUF, the DBE trucking firm must own and operate at least one fully licensed, insured and operational truck used on the Contract. Additionally, the DBE trucking firm must be responsible for the management and supervision of the entire trucking operation for which it is responsible on the Contract. (4) A DBE does not perform a CUF when its role is limited to that of an extra participant in a transaction, contract or project through which funds are passed in order to obtain the appearance of DBE participation. CDOT will evaluate similar transactions involving non -DBEs in order to determine whether a DBE is an extra participant. (5) If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work than would be expected on the basis of normal industry practice for the type of work involved, CDOT and the LPA will presume that the DBE is not performing a CUF. The DBE may present evidence to rebut this presumption. July 3, 2017 7 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) 9. DBE Participation Plan Modifications A. Contractor must Use DBEs Listed in Approved Plan. The Contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which it is listed unless the Contractor obtains the CDOT RCRO's written consent to terminate, reduce or modify the commitment. Unless CDOT grants such consent, the Contractor will not be entitled to payment for the work or materials. Failure to carry out the requirements of this section is a material breach of the Contract and may result in the termination of the Contract or other remedies established by CDOT or the LPA. B. Form 1420, DBE Participation Plan Modification Request. During the performance of the Contract, the Contractor shall use Form 1420, DBE Participation Plan Modification Request to communicate all requests for termination, reduction, substitution, and waivers to the CDOT RCRO. One Form 1420 may include multiple requests and must be submitted at the time of the occurrence or, if that is not possible, within a reasonable time of the occurrence requiring termination, reduction, substitution or waiver. C. Commitment Terminations and Reductions. No commitment shall be terminated or reduced without CDOT's approval. Terminations and reductions include, but are not limited to, instances in which a Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces, those of an affiliate, a non -DBE firm or with another DBE firm. In order to receive approval, the Contractor shall: (1) Have good cause for termination or reduction. Good cause may include: (i) the DBE fails or refuses to execute a written contract; (ii) the DBE fails or refuses to perform the work of its subcontract consistent with normal industry standards, provided that such failure is not the result of bad faith or discriminatory actions of the Contractor or one of its subcontractors; (iii) the DBE fails to meet reasonable, nondiscriminatory bond requirements; (iv) the DBE becomes bankrupt, insolvent, or exhibits credit unworthiness; (v) the DBE is ineligible to work because of suspension or debarment proceedings or other state law; (vi) the DBE is not a responsible contractor; (vii) the DBE voluntarily withdraws from the project and provides written notice to CDOT, (viii) the DBE is ineligible to receive DBE credit for the work required; (ix) the DBE owner dies or becomes disabled and is unable to complete the work; (x) the DBE ceases business operations or otherwise dissolves; (xi) or other documented good cause that compels termination. Good cause does not exist if the Contractor seeks to terminate a DBE it relied upon to obtain the contract so that the Contractor can self -perform the work for which the DBE was engaged or so that the Contractor can substitute another DBE or non -DBE contractor after contract award. (2) Provide the DBE notice of the Contractor's intent to terminate or reduce the commitment and the reason for such termination or reduction, with a copy to the CDOT RCRO and LPA►.; July 3, 2017 8 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) (3) In the notice of intent, provide the DBE at least five calendar days to respond to the notice and inform CDOT and the Contractor of the reasons, if any, why it objects to the proposed termination or reduction and any reasons that it shall not be approved. The Contractor is not required to provide the five calendar days written notice in cases where the DBE in question has provided written notice that it is withdrawing from the subcontract or purchase order. The notice period may be reduced by the CDOT RCRO if required by public necessity. (4) Following the notice period, if the Contractor decides to proceed, submit Form 1420 requesting approval of the termination or reduction. (5) When a commitment is terminated or reduced (including when a DBE withdraws), make good faith efforts to find another DBE to substitute. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the participation that was terminated or reduced up to the contract goal. D. Contract Changes. In the event of a contract change: (1) If the LPA eliminates or reduces work committed to a DBE, such change shall be considered good cause for termination or reduction in accordance with Section 9.B above. The Contractor shall follow the processes outlined in Section 9.B. (2) If the LPA issues a change which increases or adds new work items, the Contractor shall ensure that it has obtained sufficient DBE participation to meet the Contract Goal, or has made good faith efforts to do so. E. Process for Substitution or Increase in Participation to Meet the Contract Goal. When the Contractor must obtain additional DBE participation to meet the Contract Goal, whether resulting from an approved termination or reduction or a change to the Contract, the Contractor shall: (1) Increase the participation of a DBE for any work items previously identified in an approved commitment without seeking CDOT approval; provided, however, that at its discretion, the CDOT RCRO may request a Form 1420 documenting such additional participation; or (2) If the Contractor needs to add new work to a commitment or obtain additional participation from a DBE that is not already participating on the contract pursuant to an approved commitment, submit a Form 1420 and Form 1415 to the RCRO requesting approval of the additional participation; or (3) If the Contractor determines that additional DBE participation cannot be obtained, submit a Form 1420 to the RCRO requesting waiver of the participation. The Contractor shall include its justification for not obtaining additional participation and, at its discretion, CDOT may require additional information regarding the efforts of the Contractor. If the Contractor has not obtained substitute participation, the RCRO may require the Contractor to submit evidence of good faith efforts to substitute. The contractor shall have seven days to submit such information. This period may be extended at the discretion of the RCRO. July 3, 2017 9 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY) 10. Payment Reduction The Contractor's retainage will not be released until the CDOT RCRO has determined whether the Contractor will be subject to a payment reduction. Payment reductions will be calculated as follows: A. Failure to Fulfill Commitments. If the Contractor terminated or reduced a commitment, the Contractor will be subject to a payment reduction for any termination or reduction which was not approved via a Form 1420. B. Failure to Meet Contract Goal. If the Contractor failed to meet the contract goal, the Contractor will be subject to a payment reduction for the portion of the contract goal that was not met and was not waived via an approved Form 1420. C. Duplication. The contractor will not be subject to duplicate reduction for the same offense. D. Adjustments. CDOT may adjust the payment reduction wherein the Contractor demonstrates that its failure to obtain DBE participation was due to circumstances outside of its control. 11. Other Enforcement A. Investigations. As it determines necessary, CDOT or the LPA may conduct reviews or investigations of participants. All participants, including, but not limited to, DBE firms and applicants for DBE certification, complainants, and contractors using DBE firms to meet contract goals, are required to cooperate fully and promptly with compliance reviews, certification reviews, investigations, and other requests for information. B. Intimidation and retaliation. Participants shall not intimidate, threaten, coerce, or discriminate against any individual or firm for the purpose of interfering with any right or privilege secured by the DBE program or because the individual or firm has made a complaint, testified, assisted, or participated in any manner in an investigation, proceeding, or hearing under the DBE program. C. Consequences of Non -Compliance. Failure to comply with subsections 11 A. or 11 B. shall be a ground for appropriate action against the party involved (e.g., with respect to recipients, a finding of noncompliance; with respect to DBE firms, denial of certification or removal of eligibility and/or suspension and debarment; with respect to a complainant or appellant, dismissal of the complaint or appeal; with respect to a contractor which uses DBE firms to meet goals, findings of non -responsibility for future contracts and/or suspension and debarment). D. Fraud and Misrepresentation. If CDOT or the LPA determines that a Contractor or subcontractor was a knowing and willing participant in any intended or actual subcontracting arrangement contrived to artificially inflate DBE participation or any other business arrangement determined by CDOT or the LPA► to be unallowable, or if the Contractor engages in repeated violations, falsification or misrepresentation, CDOT may: (1) refuse to count any fraudulent or misrepresented DBE participation; (2) withhold progress payments to the Contractor commensurate with the violation; (3) suspend or reduce the Contractor's prequalification status; (4) refer the matter to the Office of Inspector General of the US Department of Transportation for investigation; or (5) seek any other available contractual remedy. -1- U.S.. DEPT. OF LABOR DAVISBACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER CO 180024 DATE 01-05-18 Decision Nos. CO 180024 Decision Nos. CO170024 dated January 05, 2018 supersedes dated January 06, 2017. Modifications _ MOD Number Date Page Number(s) the job shall When classifications, work minimum apply within throughout wages a project and the higher the fringe project. is located minimum benefits in two are wages different or more and fringe counties for one benefits and or more General Decision No. CO180024 applies to the following counties: Larimer, Mesa, and Weld counties. General Decision No. CO180024 wage and fringe benefits listed below reflect collectively bargained rates. The Code Classification Basic Hourly Fringe Benefits s Lest Rate Mold POWER EQUIPMENT OPERATOR: Drill Rig Caisson 1714 Smaller than Watson 2500 and similar 27.60 10.10 1715 Watson 2500 similar or larger 27.92 10.10 Oiler 1716 Weld 26.84 10.10 The wage and fringe General benefits listed Decision No. below do CO180024 not reflect collectively bargained rates. CARPENTER: 1717 Excludes Form Work 20.72 5.34 Form Work Only 1718 Larimer, Mesa 18.79 3.67 1719 Weld 16.54 3.90 CEMENT MASON/CONCRETE FINISHER: 1720 Larimer 16.05 3.00 1721 Mesa 17.53 3.00 1722 Weld 17.48 3.00 ELECTRICIAN: Excludes Signalization Traffic 1723 Weld 33.45 7.58 Traffic Signalization 1724 Weld 25.84 6.66 _2_ U.S.. DEPT. OF LABOR DAVISBACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO180024 DATE 01-05-18 The wage and fringe General Decision benefits listed below No. CO 180024 do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod FENCE ERECTOR: 1725 Weld 17.46 3.47 GUARDRAIL INSTALLER: 1726 Larimer, Weld 12.89 3.39 HIGHWAY/PARKING LOT STRIPING: Painter 1727 Larimer 14.79 3.98 1728 Mesa 14.75 3.21 1729 Weld 14.66 3.21 IRONWORKER: Reinforcing (Excludes Guardrail Installation) 1730 Larimer, Weld 16.69 5.45 Structural (Excludes Guardrail Installation) 1731 Larimer, Weld 18.22 6.01 LABORER: Asphalt Raker 1732 Latimer 18.66 4.66 1733 Weld 16.72 4.25 1734 Asphalt Shoveler 2121 4.25 1735 Asphalt Spreader 18.58 4.65 1736 Common or General 16.29 4.25 1737 Concrete Saw (Hand Held) 16.29 6.14 1738 Landscape and Irrigation 12.26 3.16 1739 Mason Tender - Cement/Concrete 16.29 4.25 Pipelayer 174.0 Larimer 17.27 3.83 1741 Mesa, Weld 16.23 3.36 1742 Traffic Control 9.55 3.05 (Finger) _3 U.S.. DEPT. OF LABOR DAVISBACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO180024 DATE 01-05-18 The General wage and fringe benefits listed Decision below No. CO180024 80024 do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod LABORER (con't): Traffic signs, (Excludes Arrow Control Flaggers) (Sets Boards Up/Moves and Place Stationary Barrels, Cones, Installs Flags), 1743 Larimer, Weld 12.43 3.22 1744 PAINTER (Spray Only) 16.99 2.87 POWER. EQUIPMENT OPERATOR: Asphalt Laydown 1745 Larimer 26.75 5.39 1746 Mesa, Weld 23.93 7.72 1747 Asphalt Paver 21.50 3.50 Asphalt Roller 1748 Larimer 23.57 3.50 1749 Mesa 24.25 3.50 1750 Weld 27.23 3.50 Asphalt Spreader 1751 Larimer 25.88 6.80 1752 Mesa, Weld 23.66 7.36 leaekhoe/Trackhoe 1753 Larimer 21.46 4.85 1754 Mesa 19.81 6.34 1755 Weld 20.98 6.33 Bobcat/Slid Loader 1756 Larimer 17.13 4.46 1 757 Mesa, Weld 15.37 4.28 1758 Boom 22.67 8.72 Broom/Sweeper 1759 Larimer 23.55 6.20 1760 Mesa 23.38 6.58 1761 Weld 23.23 6.89 _4 U.S.. DEPT. OF LABOR DAVISBACON MINWI Mr'I WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO180024 DATE 01-05-18 The wage and fringe General Decision benefits listed below No. CO 180024 do not reflect collectively bargained rates. Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR (con't): Bulldozer 1762 Larimer, Weld 22.05 6.23 Mesa 22.67 8.72 1763 1764 Crane 26.75 6.16 Drill 1765 Larimer, Weld 31.39 0.00 1766 Mesa 35.06 0.00 1767 Forklift 15.91 4.68 Grader/Blade 1768 Larimer 24.82 5.75 1769 Mesa 23.42 9.22 1770 Weld 24.53 6.15 1771 GuardrailPost. Driver 16.07 4.41 1772 Loader (Front End) Larimer 20.45 3.50 1773 1774 Mesa 22.44 9.22 1775 Weld 23.92 6.67 Mechanic 1776 Larimer 27.68 4.57 1777 Mesa 25.50 5.38 1778 Weld 24.67 5.68 Oiler 1779 Larimer 24.16 8.35 1780 Mesa 23.93 9.22 Roller/Compactor (Dirt and Grade Compaction) 1781 Larimer 23.67 8.22 1782 Mesa, Weld 21.33 6.99 _5_ U.S.. DEPT. OF LABOR DAVISBACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO180024 DATE 01-05-18 The wage and fringe General Decision benefits listed below No. CO180024 do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR (con't.): Rotomill 1783 Larirner 18.59 4.41 1784 Weld 16.22 4.41 Scraper 1785 Larimer 21.33 3.50 1786 Mesa 24.06 4,13 1787 Weld 30.14 1.40 Screed 1788 Larirner 27.20 5.52 1789 Mesa 27.24 5.04 1790 Weld 2 7.9 5 3.50 1791 Tractor 13.13 2.95 TRAFFIC SIGNALIZATION: Groundsman 1792 Larimer 11.44 2.24 1793 Mesa 16.00 5.85 1794 Weld 16.93 3.58 TRUCK DRIVER: Distributor 1795 Larimer 19.28 4.89 1796 Mesa 19.17 4.84 1797 Weld 20.61 -7,27 Dump Truck 1798 Larimer 18.86 3.50 1799 Mesa 15.27 4.28 1800 Weld 15.27 5.2 7 -6- U.S. DEPT. OF LABOR DAVISBACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO180024 DATE 01-05-18 The wage and fringe General Decision benefits listed below No. CO 180024 do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last 1 x`10 TRUCK DRIVER (con't.): Low boy Truck 1801 Larimer 18.96 5.30 Mesa, Weld 18.84 5.17 1802 1803 Mechanic 26.48 3.50 Multi -Purpose Specialty Truck & Hoisting 1804 Larimer, Mesa 16.65 5.46 1805 Weld 16.87 5.56 1806 Pickup and Pilot Car 13.93 3.68 1807 Semi/Trailer Truck 18.39 4.13 1808 Truck Mounted Attenuator 12.43 3.2 2 Water Truck 1809 Larimer 19.14 4.99 1810 Mesa 15.96 5.27 1 1 1 Weld 19.28 5.04 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. -7- U.S. DEPT. OF LABOR DAVISBACON MINIMUM WAGES, COLORADO HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER - CO180024 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling DATE 01-05-18 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator I.J.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3..) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4..) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION NO, CO180024 July 3, 2017 1 ON THE JOB TRAINING This training special provision is an implementation of 23 U.S.C. 140 (a). The Contractor shall meet the requirements of the FHWA 1273 for all apprentices and trainees. As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training shall be provided on projects as follows: 1 The Contractor shall provide on the job training aimed at developing full journey workers in the skilled craft identified in the approved training plan. The Contractor shall provide at a minimum, required training hours listed in the Project Special Provisions for each project. 2. The primary objective of this specification is to train and upgrade women and minority candidates to full journey worker status. The Contractor shall make every reasonable effort to enroll and train minority and women workers. This training commitment shall not be used to discriminate against any applicant for training whether or not the applicant is a woman or minority. 3. The Contractor may employ temporary workers from CDOT supportive services providers to meet OJT requirements. Information pertaining to supportive services providers may be obtained by calling the CDOT OJT Coordinator at the number shown on the link http://www.coloradodot.info/business/equal- opportunity/training.html 4. An employee shall not be employed or utilized as a trainee in a skilled craft in which the employee has achieved journey status. 5. The minimum length and type of training for each skilled craft shall be as established in the training program selected by the Contractor and approved by the Department and the Colorado Division of the Federal Highway Administration (FHWA), or the U. S Department of Labor (DOL), Office of Apprenticeship or recognized state apprenticeship agency. To obtain assistance or program approval contact: CDOT Center for Equal Opportunity 4201 East Arkansas Avenue Denver, CO 80222 eo(cMot.state.co.us 1-800-925-3427 6. The Contractor shall pay the training program wage rates and the correct fringe benefits to each approved trainee employed on the project and enrolled in an approved program. The minimum trainee wage shall be no less than the wage for the Guardrail Laborer classification as indicated in the wage decision for the project. 7. The CDOT Regional Civil Rights Manager must approve all proposed apprentices and trainees for the participation to be counted toward the project goal and reimbursement. Approval must occur before training begins. Approval for the apprentice or trainee to begin work on a CDOT project will be based on: A. Evidence of the registration of the trainee or apprentice into the approved training program. B. The completed Form 838 for each trainee or apprentice as submitted to the Engineer. 8. Before training begins, the Contractor shall provide each trainee with a copy of the approved training program, pay scale, pension and retirement benefits, health and disability benefits, promotional opportunities, and company policies and complaint procedures. 9. Before training begins, the Contractor shall submit a copy of the approved training program and CDOT Form 1337 to the Engineer. Progress payments may be withheld until this is submitted and approved and may be withheld if the approved program is not followed. July 3, 2017 2 ON THE JOB TRAINING 10. On a monthly basis, the Contractor shall provide to the Engineer a completed On the Job Training Progress Report (Form 832) for each approved trainee or apprentice on the project. The Form 832 will be reviewed and approved by the Engineer before reimbursement will be made. The Contractor will be reimbursed for no more than the OJT Force Account budget. At the discretion of the Engineer and if funds are available, the Engineer may increase the force account budget and the number of reimbursable training hours through a Change Order. The request to increase the force account must be approved by the Engineer prior to the training. 11. Upon completion of training, transfer to another project, termination of the trainee or notification of final acceptance of the project, the Contractor shall submit to the Engineer a "final" completed Form 832 for each approved apprentice or trainee. 12. All forms are available from the CDOT Center for Equal Opportunity, through the CDOT Regional Civil Rights Manager, or on CDOT's website at http://www.coloradodot.info/business/bidding/Bidding%20Forms/Bid%/02UWinner%20Forms 13. Forms 838 and 832 shall be completed in full by the Contractor. Reimbursement for training is based on the number of hours of on the job training documented on the Form 832 and approved by the Engineer. The Contractor shall explain discrepancies between the hours documented on Form 832 and the corresponding certified payrolls. 14. The OJT goal (# of training hours required) for the project will be included in the Project Special Provisions and will be determined by the Regional Civil Rights Manager after considering: A. B. C. D. E. F. G. H. Availability of minorities, women, and disadvantaged for training; The potential for effective training; Duration of the Contract; Dollar value of the Contract; Total normal work force that the average bidder could be expected to use; Geographic location; Type of work; and The need for additional journey workers in the area The general guidelines for minimum total training hours are as follows: Contract dollar value Minimum total training hours to be provided on the project Up to 1 million 0 - 2 million 320 >2 - 4 million 640 >4 - 6 million 1280 8 million 1600 >8 - 12 million 1920 >12 - 16 million I 2240 >16 a 20 million 2560 For each increment of $5 million, over $20 million 1280 July 3, 2017 3 ON THE JOB TRAINING 15. The number of training hours for the trainees to be employed on the project shall be as shown in the Contract. The trainees or apprentices employed under the Contract shall be registered with the Department using Form 838, and must be approved by the Regional Civil Rights Manager before training begins for the participation to be counted toward the OJT project goal. The goal will be met by an approved trainee or apprentice working on that project; or, if a Contractor's apprentice is enrolled in a DOL approved apprenticeship program and registered with CDOT using Form 838 and working for the Contractor on a non-CDOT project. The hours worked on the non-CDOT project may be counted toward the project goal with approved documentation on Form 832. Training hours will be counted toward one project goal. 16. Subcontractor trainees who are enrolled in an approved Program may be used by the Contractor to satisfy the requirements of this specification. 17. The Contractor will be reimbursed $2.00per hour worked for each apprentice or trainee working on a CDOT project and whose participation toward the OJT project goal has been approved 18. The Contractor shall have fulfilled its responsibilities under this specification if the CDOT Regional Civil Rights Manager has determined that it has provided acceptable number of training hours. 19. Failure to provide the required training will result in the following disincentives: A sum representing the number of training hours specified in the Contract, minus the number of training hours worked as certified on Form 832, multiplied by the journey worker hourly wages plus fringe benefits [(A hours - B hours worked) x (C dollar per hour + D fringe benefits)] = Disincentives Assessed. Wage rate will be determined by averaging the wages for the crafts listed on Form 1337. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing the Contractor of the noncompliance with this specification which will include a calculation of the disincentives to be assessed. July 3, 2017 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: For TAP (Transportation Alternatives Program) funded Recreational Trails projects, Section I (4) regarding convict labor and all of Section IV of the FHWA 1273 do not apply. Except for Local Agency projects, the Contractor and all subcontractors who are subject to Davis -Bacon Related Acts (DBRA) requirements, shall submit all payrolls and Contractor Fringe Benefit Statements electronically via LCPtracker, utilizing the following web link: https://prod.lcptracker.net/WebFormsilogin.aspx The Contractor and subcontractors shall submit a Contractor Fringe Benefit Statement, either for each individual, or for groups of people, for all employees who perform work on the project and whose wages are covered by the Davis -Bacon Related Acts. Other approved deductions shall be noted within the LCPtracker system, and supporting documentation shall be attached. If for any reason the fringe benefits are altered during the life of the project, the Contractor, subcontractor, or both shall submit a revised Contractor Fringe Benefit Statement to accurately reflect the changes. Each construction subcontractor shall submit their payrolls directly into LCP Tracker for approval by the Contractor. The Contractor shall submit and approve their own payrolls in LCPtracker. The Engineer will approve or reject weekly payrolls for the Contractor. July 3, 2017 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS General Nondiscrimination Nonsegregated Facilities Davis -Bacon and Related Act Provisions Contract Work Hours and Safety Standards Act Provisions Subletting or Assigning the Contract Safety: Accident Prevention False Statements Concerning Highway Projects Implementation of Clean Air Act and Federal Water Pollution Control Act Compliance with Governmentwide Suspension and Debarment Requirements Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix Al with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the July 3, 2017 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.O. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the- job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. July 3, 2017 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 16. Assurance Required by 49 C F R 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. ii. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. July 3, 2017 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and July 3, 2017 6 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b) (2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WIC -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.goviesa/whdlforms/wh347instr.ht.r°n July 3, 2017 7 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable July 3, 2017 8 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As July 3, 2017 9 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is July 3, 2017 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA July 3, 2017 11 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS approval or that is estimated to cost $25,000 or more - as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. July 3, 2017 12 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal:" and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction." without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of July 3, 2017 13 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b.. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $1 0,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. July 3, 2017 14 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. BRIDGE CAGE 68/59A REPLACEMENT PROJECT Bid Request No. 81800041 Weld County, Colorado ADDENDUM NUMBER ONE TO DRAWINGS, CONTRACT DOCUMENTS AND SPECIFICATIONS March 26, 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. Acknowledgment: Each bidder shall indicate their acknowledgment of receipt of this Addendum in the place provided on the Bid Proposal, Page 20. Each bidder, subcontractor, and material supplier shall be responsible for reading each and every item in this Addendum to ascertain to what extent and in what manner it affects the work in which they are associated. PROJECT SPECIAL PROVISIONS: Revisions of Section 211 — Dewatering: Paragraph 211.01 shall be deleted and replaced with the following. 211.01 This work consists of dewatering temporary excavations and providing a temporary surface water diversion system during construction. The Contractor shall be aware that Crow Creek is a waterway with highly unpredictable and variable flow rates, and the Contractor shall plan accordingly. The Contractor shall maintain Crow Creek surface flow through the work area with temporary pipes or other approved method. For bidding estimates the Contractor shall plan on surface flow diversion measures capable of handling a flow rate of at least 100 CFS. During construction, the Contractor shall provide calculations showing they will install a surface flow diversion system capable of handling a flow of 100 CFS or greater. If the diversion system is washed out by a storm event, the County will grant sufficient additional contract time to allow the high-water to recede and allow adequate time for the Contractor to reconstruct the diversion system and dewatering system. However, the County shall not be responsible for the costs involved in reconstruction of any washed out or damaged diversion or dewatering system. PROJECT DRAWINGS: • A new Sheet 18 titled "General Layout Exhibit" dated 3/26/2018 shall be added to the plans set. This updated Sheet 18 shows cattle crossing to be constructed under the bridge. • A new sheet titled "Grading Plan Exhibit" dated 3/26/2108 shall be added to the plans set for informational purposes Prepared By: Michael Bedell, P.E. Senior Engineer vote, 9 r Q I i -• Satan Existeng toilirg prttQened RAW. 4 r ,.)- . SttelSholt PAN' (f &vv.t?Dn_ Telephone Lima Clyp_p to be deterrebted in the held) ----•-- i am i. i libMI ila MI Wetlands � 1 C yqa . MGrrt3ti Sub CT fp.) -•—To Lucerne Q Roadway end Moth runtnlControl Una i eK — — ckti $tta 12+3.5D f+ IELF Abut. li�.Qtn� fence (Typ.) i" 3'}i ' Sirq. Abut. x B.E. Abut.1 - *Elea. 445&:49 Low chard Elev. 4662.83 HP 12 n 74 fifes= (T Itp M-}'`ej Approximate EthialiTrip Gdciiacrd Lie dibrigk.C.IL. Prte4 Rohr 3126/2011'8 File %ron t355613_Gmrtordnitil i Hada, Soo lK2G Lktlt Infufenotem ii=io ate . I.. a Vert. Salle: As Hated a Unit Lothar Tritiole } AO l�tltul� 45.tx rr. 1113Gf Viet Revisions - S Udell" 51.100. W 108811-C15gLOA (To be Rrtnd) Prac.. Barri"! Eft+, n64'a.bl}= Prepoefed $1t-- No. en G s it ea Ripe Under** t1T; q Ding htm.825 for innn.. *Elea. 4655.72 Bottom of Crattn& £1eir AE41.51+3 100 Yr. Scour Pro ELAN MEP i env Or I" d C 4.41 Existing POrusr PGIe_ fro In plshra!t*! Tae of P11lfTyp.) am MI S oCW—p• frier 2 tr? t •17+55.0* EL *4656.30ta r FraahoaKd Ir SECTION rain in s Dijon !r.4 ww ortai to n.troi ) flit �iq r4q oeeingty ElSaaiion r oO s r A-Wheit) eontenorr#a Irit = T a ipc; Yr.'iY5E G,.. 4651,06 1d+ GrA" Tye,] b t•-3, f7,. erg. 1mtuL 3 B, r Abut. 3 Net cm Carl creto Bcr"kt Type 4 }2a Compacted Ant, <Close 85 47 y'* Wald County Public Works Department :P as -4S —. wheat: - — s as r a . 4V 1411 tt•ILE GRADE Curb i-IYDRAJfLCC TA DHW (1CC+it) • 495ize (100 Yil.l - 6.3$ EPS Clog - 4,200 ccs x - - 321-0" Non •It1,TY sitjr. Law La pr'ot?+a1 l' 3" HMA over thmeo. tifttheaekr $,434 ¶ I M.D'.L..0 a a c2.0 Latta t Bridge Etrad9t Rh:il 1y.:�a ` {TitiTh SE'ldr . a ' I y- iaoRi�il(t >�ltp•rJ 1491 x 3F" PreetraId CQncrets SItta Clyder iryPi npit1 L _SF ..Tff1 As Constructed C tens Esipett et i+aewila Ili, Mel le As %nom .. ....mitt; irnit7444141,4 ciao 24 114. Strait Co rar-ma. an MUDS rom VS $ra! aag-S#47 Ho Revielons, GENERA LAYour EXHIBIT Project No./Code SRO C1136f-054 Revived: •�•• fir; 14.A. ,k lt= Oetdler: Lt -W. Suedes+ Sheet Subset: BRIDGE Wiser! SF..ti 5',amitt 4rie gat/ i ATA.O65.0-0a59_E A 19744 r S12 vi2s Sheet Humber 18 F BEGIN PRDJECT STA, 8+50.00 0 0 ft a a am mot am it ROADWAY AND HORIZONTAL CONTROL Liht Print Date: 3/2012018 L LEND Flle Nome; I3S58BaDES_GrodingPlan Exhlbit.dgn Hariz. Scole! I:80 C Vert, SoaI Au Noted Unit Information [Inn Leodsr InitrCI9 n - I NIL�6i�ba t War a- Sleet Revisions Comments a- a a a srR. NO. WELO6B.0-054.DA a 0 0 — ME ua APPROXIMATE FINISHED GRADING CONTOURS (TYP.) THE CONTOURS AND INFORMATION PROVIDED IN THIS GRADING PLAN EXHIBIT PRE FOR INFORMATION ONLY. THE DIt4ENSIONS AND LETAILS SHOWN IN THE DRAWINGS SHALL SE USED FOR BIDDING AND CONSTRUCTION OF TIDE PROJECT. Weld County Public Works Deportment earl* D.pflMQt or TFapertMds1 ss°-sa ns�l{sr-irate [Idd N4.71ttGIM 'helm 4 S H stow P.O. Pe. 7}} nelGrub d'0 4040; U.- .404-.375D FOR f'G:f Mai -is DP As Constructed No Revisions: a a 0' ea' I - END PROJECT STA. 17+50.00 120 EXISTING R,O.W. PROPOSED R.O.W. TEMPORARY CONSTRUCTION EASEMENT TOE OF FELL TOP OF CUT EXISTING OVERHEAD POWER LINE EXISTING 8{JRIED TELEPHONE LINE EXISTING BURIED GAS LINE EXISTING WATER LINE GRADING PLAN EXHIBIT Project No./Code SRO CO3D-054 BRIDGE 68/59A REPLACEMENT CEMENT PROJECT Bid Request No. B1800041 Weld County, Colorado ADDENDUM NUMBER TWO TO DRAWINGS, CONTRACT DOCUMENTS AND SPECIFICATIONS TION April 2, 2018 The following shah 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. Acknowledgment: Each bidder shall indicate their acknowledgment of receipt of this Addendum in the place provided on the Bid Proposal, Page 20. Each bidder, subcontractor, and material supplier shall be responsible for reading each and every item in this Addendum to ascertain to what extent and in what manner it affects the work in which they are associated. BIDDER QUESTIONS/ANSWERS AND CLARIFICATIONS SUMMARY: Addendum Number One issued a revised Sheet Number 18 which shows construction of a 20' Cattle Crossing under the bridge. The cattle crossing is to be paid for using Bid Item 630 Concrete Barrier and Bid Item 304 ABC (Class 6). Bid Item 206 Bed Course Material (Special) (Type i) shalt meet the gradation for Filter Material (Class C) described in CDOT Table 703-10. • Bid Item 206 Bed Course Material (Special) (Type II) shall meet the gradation for Filter Material (Class A) described in CDOT Table 703-10. If the case of any conflicting plans/specifications wording associated with subgrade and embankment compaction requirements, the Plans General Notes #6 shall apply. Plans Sheet 18 shows a piece of temporarrsteel sheet piling and a note which says, "final location to be determined in the field". The temporary steel sheet piling should have been drawn as a rectangular -shaped cofferdam surrounding the center pier construction. Plans Sheet 40 Section E shows material hatched as "Roadway Excavation". This area should have been drawn and hatched as "Structure Excavation". 0 Plans Sheet 41 Section A has a note which says, "Geocomposite drain to limits of flow -fill". The note should say "Geocomposite drain to end of wingwalls". Prepared By: Michael Bedell, RE. Senior Engineer BRIDGE 68/59A REPLACEMENT PROJECT Bid Request No. B1800041 Weld County, Colorado ADDENDUM NUMBER THREE TO DRAWINGS, CONTRACT DOCUMENTS AND SPECIFICATIONS April 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. Acknowledgment: Each bidder shall indicate their acknowledgment of receipt of this Addendum in the place provided on the Bid Proposal, Page 20. Each bidder, subcontractor, and material supplier shall be responsible for reading each item in this Addendum to ascertain to what extent and in what manner it affects the work in which they are associated. INSURANCE REQUIREMENTS: The following language shall be added to the Instruction to Bidders, Paragraph lot Insurance Requirements, and to the Sample Contract, Paragraph 13, insurance and Indemnification. Builder's Risk Insurance or Installation Floater as 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, 1 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. t-SIED C\ILSIA9 Prepared By: Michael Bedell, R E . Senior Engineer ineer PoDI / NHS FHWA PROJECT DF DIVISION INTEREST (PoDI)? • ND ❑ YES NATIONAL HIGHWAY SYSTEM? ■ NO ❑ YES TABULATION. DF LEN87H & DESIGN DATA STATION FEET raa+sCr .�r MAJOR WEN eft STA.. 1IIEG1 N BIB} C030.4542, SrA.- e.+ -s9 STA. 124ozlia ii41N VIOIXTtt NO. WEtOa8.G-05g CA _ETA 'l,4¢T.54 END $TRKTiRE RD 'dlLOW .0.0rit 1A END l3WO C430-OS4s 5r.A. 17160 .DO 392..58 442.a 9 RLQe TOTAL I Tim. 00 11T AO WIDOW OF PROJECT LENGTH j FEET MILES ;RASA ssmuttlttl7E I, at 00 .1(49 PROJECT GeusS LENGTH l OiIO.00 0.1'O DES ION DATA 10. ea mull Nurf RAD3 us ter CulttitE wolf litwi MADE MINNINun 5.5.D• Nom&DOTAL NI pJ MI$M S S. D • VEIt2-CCAL MAJl1 M9R1 DESIGN SPEED '201+4 DESIGN MAT, IC #tV LICK 11 2034 0ESI It TRAFFIC CLEAR 2*1E DISTANCE . 4TANCENsli (CONSTRUCTION CLEAN ZOt4E (NTT 1EI') NM, 1.240i MtA NIA ED NMI ADTa2.129 "-f# ADT-2 , 728 2i Fl. 18 FT. DEPARTMENT OF TRANSPORTATION STATE OF COLORADO HIGHWAY COY STTUJCTIOlti BID PLANS OF PROPOSED FEDERAL AID PROJECT NO. 111(O 0)30-054 WET .D COLJY1T ROAD 68 OVER CROW CREEK WELD COUNTY CONSTRUCTION PROJECT CODE 19744 T. a N To Lucsme R. saw R.63 w I 1 1 I 6 J� . `\.4\ -- r 1F t �^'S .� `�'— EXISTING La_ STR. NO. WELDBS.D-059.0A ------ PROPOSED STR. NO. WELD68.D-059.DA . 0 s ,IAIP------ 1 6K i 13 INCH CS STA.8+50,00 BEGIN PROJECT BRO C030-054 •-. . S.H. 592 te• x ` .' g 7'� L � .yC l•ffWCR BS •�'F STA. 17+50.04 9 '' / lI / 1r: END PROJECT r'— BRO C0.30 —D54 / 1 M' rn ( ef ,> MICRBIT�• f 26 25 30 L ,.r I I C- l • R. 84 L63'id PROJECT LOCATION MAP a 0.5 1 2. Kin Se 7.4 14 SHEET NO_ 1 3 4 5.7 6 14=t4 ig 111 1Y -a4 45.51 52 54 Related Projects: P. E. UNDER PROJECT: Project Number Project Code; BRO 0030-454 12744 R.O.W. Projects: 13.030. Project Description INDEX OF SHEETS tin t ate STANDATDS PLANS LUST Roan' 1YP I CAL sec -TUNS GENERAL NOTES SU'NMAN OF RPPRGtt rRAI E 011?AiJI T i ES TA8i1LATIQNS (PLAN S D PROFILE SRAr1E " ?vac ANDuct SUAwt' tsggl NIION ENEEt 'OETQ4DI1 MQ TRAFFIC cnt PLAN *1&L1 5T Ime NO 1ikL e48.0-09 - SI ST'OPJ1tATER NANAGEHEIIT PUN EROSIE N CONTROL PLAN WWI; iliPeCCT5 VI LUTE PLAN *davitAV CttGS$ Sttt em$ III.18_RJ. PLANS LEGEND FOR LINES Existing Wetlands Existing Waters of the US Existing Fence Existing Overhead Electric Line -- E---OH—--E---DH Existing Buried Telecom Line Existing Buried eas Line Existing Water Line Existing R.D.W. Proposed R.O-W. Temporary Construction Easement Top of Cut Toe of Fill - G---G---G— —G - w1__ —y1---41—_ _y; — — Print Date: 3,2.'2018 File Ndme: 135588_DES_Title.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� TITir.1l a -r<•,::-{r- le- c. I3tukrado Center'laver d+, sllta'5056 SR I 20WU South Catcnia Ecrltword Dewy. r,.1 8bY2rt-7400 Till. i20.1540 -E800 rex 22C540-0 6n1 C Sheet Revisions Date: Comments Init. Weld County Public Works Department As Constructed Contract Information cdcraaa Department or Trawponadon ALlert. 1.1)503 V- Wit !Worst raha, rrnt r.mann.ao-a2e Region 4- KIE llll H Street wit P.M O Box 758 e;.M �'7 60632 IrAnal Tale. C97a) 544-8499x5754 rex (rc) 364-6497 No Revisions: Contractor: Project No./Code Resident Engineer: BRO C030-054 Revised: Project Engineer: PROJECT STARTED: _,f�'_ ACCEPTED:_,_ Void: 19744 Comments: Sheet Number 1 P:\UZ\W\WELDC\L355BB\5 final-dogn\51-droxinga\JDESICIJ FILES \0eaign\0roxingc\155 douvdeen 10:03:18 W1 PLAN NEW OR NUMBER REVISED M STANDARD TITLE PAGE NUMBER M-100-1 STANDARD SYMBOLS (3 SHEETS) 1-3 M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) 4-7 M-203-1 = APPROACH ROADS moss] as JULY c4 LOS -8- M-2Q3-2 DITCH TYPES 9 M-203-11 SUPERELEVATION CROWNED AND 10-12 DIVIDED HICH'A'AYS (3 SHEETS) M-203-12 SUPERELEVATION STREETS (2 SHEETS) 13-14 M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES 15-16 (2 SHEETS) M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS)17-18 M-248-1 • TEMPORARY EROSION CONTROL (11 SHEETS) 7LC T iD2a171-10 30 M-210-1 MAILBOX SUPPORTS (2 SHEETS) 31-32 M-214-1 PLANTING DETAILS 33 M-216-1 O SOIL RETENTION COVERING (2 SHEETS)(HEW OH UT )e,Eo1s1 M-412-1 I] CONCRETE PAVEMENT ,JOINT$ (5 SHEETS) Trk ', 1z1 31-38 M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING 39 M-601-1 I I SINGLE CONCRETE BOX CULVERT (2 SHEETS) (o toisy40 41 M-601-2 O DOUBLE CONCRETE BOX CULVERT (2 SHEETS) nH 4F3 i°.+Hs,2ou 42 43 M-601-3 O TRIPLE CONCRETE BOX CULVERT (2 SHEETS)' iV7?%. D vy-0 1 45 M-601-10 HEADWALL DR PIPES 46 M-601-11 TYPE "S" SADDLE HEAD'A'A_LS FOR PIPE 47 M-601-12 HEADWALLS AND PIPE OUTLET PAVING 48 M-601-20 WINCWALLS FOR PIPE OR BOX CULVERTS 49 M-603-1 O METAL PIPE (4 SHEETS)_ Q;EV(v RI ocrlleER o-2, 2014) ;0 53 M-603-2 O REINFORCED CONCRETE PIPE . (HEWED Cel o$IOEFR e2,2ai+) -64- M-603-3 PRECAST CONCRETE BOX CULVERT 55 M-603-4 I] CORRUGATED POLYETHYLENE PIPE (AASHTO M294) °°}-5fr M-603-5 O POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) . °2uyyy),-5-7- M-603-6 O STEEL REINFORCED POLYETHYLENE RIBBED PIPE (AASHTO MP 20) 41Lw DH ME SI.2)15) M -603-1D CONCRETE AND METAL END SECTIONS (2 SHEETS) 58-59 M-604-14 INLET, TYPE C 60 M-604-11 INLET, TYPE D 61 M-604-12 CURB INLET TYPE R (2 SHEETS) 62-63 M-604-13 CONCRETE INLET TYPE 13 64 M-604-20 MANHOLES (3 SHEETS) 65-67 M-604-25 VANE GRATE INLET (5 SHEETS) 68-72 M-605-1 SUBSURFACE DRAINS 73 M-606-1 O GUARDRAIL TYPE 3 W -BEAM (20 SHEETS)Fai a;2n143 82 M-806-1 • MIDWEST GUARDRAIL SYSTEM (MIS) ,��g�pry TYPE 3 W -BEAM 31 INCHES (20 SHEETS) LFL 29,2D41 M -6D6-13 GUARDRAIL TYPE 7 F -SHAPE BARRIER (4 SHEETS) 93 9G M-606-14 MIMED OH Fllsusr 3n, 20,31 PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS) 97-99 PLAN NEW OR NUMBER REVISED M STANDARD PAGE TITLE NUMBER M-607-1 WIRE FENCES AND GATES (3 SHEETS) 100-102 M-607-2 CHAIN LINK FENCE (3 SHEETS) 103-105 M-607-3 BARRIER FENCE 106 M-607-4 O DEER FENCE, GATES, AND GAME RAMPS (6 SHEETS) 107 103 M-607-10 M-607-15 ROAD CLOSURE GATE (9 SHEETS) 111-119 M-608-1 O CURB RAMPS (ID SHEETS) 'F ISED ON FLUOR'', 23,71717) 120 125 to -609-1 O CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) ur z ,21,(2). 12t3 123 M-611-1 CATTLE GUARD (2 SHEETS) 130-131 M-611-2 O DEER GUARD (2 SHEETS) {HO OH WAD. 33,Xas) M-613-1 ROADWAY LIGHTING (4 SHEETS) 132-1-35 M-614-1 RUMBLE STRIPS (3 SHEETS) 1313-138 M-614-2 SAND BARREL ARRAYS (2 SHEETS) 13-144 M-615-1 EMBANKMENT PROTECTOR TYPE 3 141 M-615-2 EMBANKMENT PROTECTOR TYPE 5142 M-615-1 INVERTED SIPHON 143 M-620-1 FIELD LABORATORY CLASS 1 144 M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) 145-146 M-620-11 FIELD OFFICE CLASS 1 147 M -62Q-12 FIELD OFFICE CLASS 2 148 M-629-1 SURVEY MONUMENTS (2 SHEETS) 149-154 cRE47SE9 41 MRAL 50.2GSS PICKET SNOW FENCE 110 COLORADO DEPARTMENT OF TRANSPORTATION M&S STANDARDS PLANS LIST July 04, 2012 Revised on August 10, 2017 ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED 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_ PLAN NUMBER S-612-1 5-614-1 5-614-2 S-614-3 S-614-4 5-614-5 S-614-6 5-614-S S-614-9 S-614-10 5-614-11 3-614-12 5-614-14 5-614-20 5-614-21 5-614-22 S-614-40 NEW OR REVISED S -614-40A S-614-41 2-614-42 5-614-43 5-614-44 5-614-50 5-614-60 S-627-1 3-630-1 5-630-2 5-630-3 S STANDARD TITLE PAGE NUMBER DELINEATOR INSTALLATIONS (7 SHEETS) mina d1 oec.42aae)___ 151 1S7 GROUND SIGN PLACEMENT (2 SHEETS)milasa (ti o€rt 12,2014). 15D 159 O CLASS I SIGNS (REVIS D Qi nt 24,2Die) 160 CLASS II SIGNS 161 O CLASS III SIGNS (3 SHEETS) (Rryt ' a DEcSe 17, 2n14) 162 1C4 BREAK -AWAY SIGN SUPPORT DETAILS A1EV15ED Cu PERM 8,217171 lCl 1CC FOR GROUND SIGNS (2 SHEETS) CONCRETE FOOTINIS AND SIGN ISLANDS 167 168 FOR CLASS III SIGNS (2 SHEETS.) Rom m a StPMECI ie,2m O TUBULAR STEEL SIGN SUPPORT DETAILS (6 SHEETS) ICS 173 {REMED EN LOCUM i, 2D(9) O PEDESTRIAN PUSH BUTTON POST ASSEMBLY RPM l71 HAY 24,2Difa .. 174 MARKER ASSEMBLY INSTALLATIONS 175 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS 176 STRUCTURE NUMBER INSTALLATION 177 FLASHING BEACON AND SICN INSTALLATIONS (3 SHEETS) ..178-184 TYPICAL POLE MOUNT SIGN INSTALLATIONS 181 O CONCRETE BARRIER SIGN POST INSTALLATIONS 182 °REVISED OH WY 24,2D3D TYPICAL MULTI -SIGN INSTALLATIONS 183 TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS 184 MB (S SHEETS) REY7£ED DH RDHE 17,2043) • ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS 109 192 T( 4E SHEETS) QEV15En off 1uHE 17,2Dd6l TEMPORARY $PAN WIRE $IGNALS(REVrSED aN APRIL 2, 2D153 1'73' CABINET FOUNDATION DETAIL (4 SHEETS) 194-197 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS 198-207 (10 SHEETS) PEDESTAL POLE SIGNALS (2 SHEETS) (REVDSED imam )7, 2016) STATIC SIGN MONOTURE STRUCTURES (12 SHEETS) 208 219 (FEMED OH .1IE 17,2Cd6) DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) ...... WPM) OH IN 17,2adif3 PAVEMENT MARKINGS (8 SHEETS) Q vL D EH FEIEU Y s,21ti7) 234 238 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 238 25f3 (24 SHEETS) IWI E0 OH AIHE 2.3,2016) BARRICADES, DRUMS CONCRETE BARRIERS (TEMP) 21d AND VERTICAL PANELS MIMEO off ME 23, 201a) FLASHING BEACON (PORTABLE) DETAILS 260 5-630-4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION DETAILS (2 SHEETS) S-630-5 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 07EVI to OH n i uSr 1.532015) S-634-6 EMERGENCY PULL —OFF AREA (TEMPORARY) .S -63D-7 ROLLING ROADBLOCKS FOR TRAFFIC CON (3 SHEETS) 261-262 763 264 Project No./Code Print Date: 3/2/2018 File Name: 135588_DES_StdPlnList.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials SEM Irc. tukredo Center'laver Om 20W mouth Ceicrad) ec leyard Ltnwx. 81Y2Xe-7400 Tali. 7P 54O -GOO rex 220' 540-.68n1 C Date: Sheet Revisions Comments Init. Weld County Public Works Department couroaa Department of Trawpottadon AL�lnemr03 i Wit,!eat'" glair: it e'ir L pm:ma-ran n Reglm 4- KW 1131 H Street wit 758 n P.O. Sox m�' x ON80632 Tale. (97a) 544-848ex575o Fax (rc') 364-6497 As Constructed No Revisions: Revised: Void: STANDARDS PLANS LIST Designer: ICA. Almada Retailer: D_W.Sunda en Structure Numbers WEL468.Q-059,0A BRO C030-054 19744 Sheet Subset: SPL Subset Sheets; 1 of 1 Sheet Number 2 P.C.L. H.M.A. H_P_ P.D.S.S. - Profile Grade Line - Hot Mix Asphalt - Hinge Point - Paint of Slope Selection • tvilnimum 4" Topsoil or Specified Alternative Cut Slope not steeper than 3:1. Top Lift = H.M.A_ (Grading $X) (1005 (Pc 64-26) Bottom Lifts = H.M.A. (Grading S) (100) (PG 64-22) Vi/CR 68 H.M.A. PAVEMENT SECTION (Requires 3 Lifts) 712" 1401 MIX ASPHALT PER TYPICAL SECTION P.0.S.5. —Varies H.P. 4' Shldr 12' Lane 32' - Width of Roadway CL -- 2.00% 4' Shldr 12' Lane P.G.L. 2.00%-- 7/a"" H.M.A. Pavement 12" Compacted Subgrdde (R-20 Alin.) 6" ABC TYPICAL SECTION - Vi/CR 68 Cut Slope not steeper than 3:1 A EXISTING ROADWAY OR ROAD BASE SAFETY EDGE A. - SAFETY EDGE WITH A 30°-35° SLIDE MD SHOULDER MATERIAL. SAFETY EDGE DETAIL 41 (TYP_) P.O.S.S. 3D° - 35° SLOPE EXISTING GROUND SHOULDER MATERIAL Note; See COOT Standard Plan No. M-606-1 far pavement installation of Guardrail. Varies— H.P. P.D.S.S. -Varies - Width of Pavement — CL Varies Varies P.G.L. -- 2.00% 2.00X. 6" ABC P.0.5.5. 12" Compacted Subgrade (R=20 Min.) TYPICAL SECTION - ACCESS GENERAL NOTES NORMAL ROADSIDE INSTALLATION OF MIDWEST GUARDRAIL I. THE SAFETY EDGE WILL BE CONSTRUCTED AS PART OF TEE ROADWAY PAVEMENT. A SHOULDER WEDGE DEVICE WILL BE ADDED 10 TEE SCREED OF TEE PAVING MACHINE, 6' Post --- 2. THE CONTRACTOR MAY LZE A SHOLLOER WEDGE MAICR IF A SIMILAR DEVICE THAT PRODUCES THE SAE COMPACTION RESULTS. 3. SHORT SECTIONS OF HANDWORK 14ILL BE ALLOWED WHEN NECESSARY FOR TRANSITIONS AND TURNOUTS. 4. SITE PREPARATION MID ADDITIONAL EARTHWERK REQUIRED TO CDNSTRUGT THE SAFETY EDGE WILL NDT PAID FOR SEPARATELY BUT SHALL HE INCLUDED IN THE WORK. ;-r Un cd 3'-O" Min. 7 " 1'-O" Obstruction Breakpoint Variable Slope �—Wi ng wa ll INSTALLATION OF MIDWEST GUARDRAIL AT WI N GWAL LS Frint Date: 3,2.'2018 File Name: 135588_DES_TypSect.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials SEM 4�tl�� TITiF.1l K.-.'r<•,::'{r' le- c. tukrad° Center laver d+, 20W South Calcroia EcJ5 and ttny e. r>.1 81Y2Xe-7400 TAW.r0.1540-62,00 54O -GOO Ft 2C 5�4r]-065I C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaraaa Department of Trateportadon ALlert. if403 V. Wit !Worst "la1aferrnt PAm:ma--r39° Regim 4- OE 1(11 H Street wit .M a_ Box 758 O �'80632 Tal°. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY TYPICAL SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sundeen Structure Numbers WELO68.0-059.0A 19744 Sheet Subset: TYPSEDT Subset Sheets; L of 1 Sheet Number 3 douuleen 11:21:283 #.i FhUZ\W\WELDCti1355BB\5-finaldogASiKlraiings\ DESIGN FILES\Deng:\Dnaxinga\1355BB GenNatea.dgn GENERAL NOTES 1.) FDR PRELIMINARY PLAN QUANTITIES OF PAVEMENT MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: TACKCOAT DILUTED EMULSIFIED ASPHALT (SLOW—SETT]NC)la 0.10 CAL. PER SG. YD. (DILUTED) HOT MIX ASPHALT V 147 LBS. PER CU. FT. AGGREGATE BASE COURSE 0 135 LBS. PER CU. FT_ MULCH TACKIFIER x+100 LBS. PER ACRE 2.) DEPTH OF MOISTURE -DENSITY CONTROL FOR THIS PROJECT SHALL BE PS FOLLOWS: FULL DEPTH OF ALL EMBANKMENTS AND A.B.C. CLASS 6 BASES OF CUTS AND FILLS B INCHES EXCAVATION REQUIRED FOR COMPACTION OF BASES OF CUTS AND FILLS WILL BE CONSIDERED AS SUBSIDIARY TO THAT OPERATION AND WILL NOT BE PAID FOR SEPARATELY. 3.) COMPACTION OF SOILS, AGGREGATE BASES, AND STRUCTURE BACKFILL SHALL BE DETERMINED BY CDOT STANDARD SPECIAL PROVISION, REVISION OF SECTION 203,206,304 AND 603 - COMPACTION. 4.} THE CONTRACTOR SHALL WORK WITHIN THE LIMITS OF THE PERMANENT R,O.W. AND TEMPORARY EASEMENTS INDICATED IN THE PLANS AND AS DIRECTED BY THE ENGINEER. EXCEEDING THESE WORK LIMITS THAT RESULTS ]N DISTURBANCE GREATER THAN I ACRE WILL REQUIRE THE CONTRACTOR TO OBTAIN PERMITTING AND NPOES CONFORMANCE AT NO ADDITIONAL COST TO THE PROJECT. THE CONTRACTOR SHALL KEEP EQUIPMENT AND MATERIALS WITHIN THESE ESTABLISHED LIEIITS. 53 THE CONTRACTOR SHALL REMOVE THE EXISTING GRAVEL/ASPHALT ROADWAY SURFACING AND/OR EMBANKMENT MATERIAL TO THE LINE SHOWN ON THE TYPICAL SECTION. BLUE TOP STAKING SHALL BE PERFORMED BY TI -E CONTRACTOR. 6.) ]N FILL SECTIONS, THE BASES UPON WHICH EMBANKMENT MATERIAL IS TO BE PLACED SHALL BE SCARIFIED TO A DEPTH OF 1'-0" AND THEN RECOMPACTED WITH MOISTURE AND DENSITY CONTROL, IN CUT SECTIONS, THE EARTH SHALL BE REMOVED FROM THE FULL WIDTH OF ROADBED TO THE DESIGNATED DEPTH AND THE EARTH SUBGRADE SHALL BE THOROUGHLY SCARIFIED TO A DEPTH OF S" AND THEN RECOD,PACTED WITH MOISTURE AND DENSITY CONTROL, THE MOISTURE CONTENT OF THE SCARIFIED MATERIAL SHALL BE INCREASED OR DECREASED, AS NECESSARY, TO DETAIN THE TYPE OF COMPACTION SPECIFIED. SCARIFICATION AND COMPACTION DF BASES OF CUTS AND FILLS WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED SUBSIDIARY TO ROADWAY CONTRACT PAY ITEMS 201 7.) ALL EMBANKMENT MATERIAL SHALL CONSIST OF MATERIAL WHICH IS A NON -EXPANSIVE, GRANULAR SOIL. THE CONTRACTOR SHALL FURNISH EVIDENCE THAT THE EMBANKMENT MATER[AL FROM THE SITE OR OTHER SOURCES, FOR USE IN THE ROADWAY EMBANKMENT, MEETS THE REQUIREMENTS AND SHALL PAY FOR SUCH TESTS AS MAY BE REQUIRED TO SHOW COMPLIANCE. 8.) TOPSOIL WILL BE REQUIRED FOR FINAL ROADWAY SIDESLOPES AND BACKSLOPES AND GRADED AREAS THAT ARE NOT COVERED WITH RIPRAP. THE MINIMUM THICKNESS OF TOPSOIL SHALL BE 4 INCHES, 9.) SEEDING AND MULCHING WILL BE REQUIRED FOR ALL DISTURBED AREAS NOT SURFACED, INCLUDING ROADWAY EMBANKMENT, SITE GRADING AND CHANNEL SHAPING. SEED AND MULCH SHALL BE FURNISHED AND PLACED BY THE CONTRACTOR, 10.) BID ITEM 606, GUARDRAIL W-BEAM,THRIE BEAM AND END ANCHORS SHALL BE GALVANIZED_ 11.) REFLECTOR TABS SHALL BE PLACED ON ALL GUARDRAIL IN ACCORDANCE WITH THE DETAILS INCLUDED IN CDOT STANDARD M -6O6-1, GUARDRAIL TYPE 3_ 12.) DELINEATORS ARE REQUIRED AT APPROACH CORNERS OF BRIDGE. IT IS ESTIMATED THAT 2 DELINEATORS (TYPE IIU WILL BE REQUIRED. 133 DETOUR SIGNING, BARRICADES AND CONSTRUCTION SIGNING SHALL BE FURNISHED, INSTALLED, MAINTAINED AND REMOVED BY THE CONTRACTOR. 14.) THE CONTRACTOR SHALL MAINTAIN DRAINAGE DURING CONSTRUCTION. THIS WORK WILL NOT BE PAID FOR SEPARATELY, BUT WILL BE CONSIDERED A SUBSIDIARY OBLIGATION OF THE CONTRACTOR UNDER OTHER CONTRACT ITEMS. 15.) WASTE MATERIALS GENERATED BY THE CONTRACTOR SHALL BE DISPOSED OF BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE PROJECT. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN A DISPOSAL SITE FOR ALL UNUSABLE MATERIALS. 16.) ]T IS ESTIMATED THAT 2 CONCRETE WASHOUT STRUCTURE SHALL BE REQUIRED ON THE PROJECT. WASHOUT AREAS SHALL BE CHECKED BY THE EROSION CONTROL SUPERVISOR AND MAINTAINED AS REQUIRED. BABY -POOLS AND WOODEN BOXES LINED WITH HEAVY DUTY PLASTIC ARE NOT ALLOWED_ AFTER USE, STRUCTURES MUST BE REMOVED FROM THE PROJECT SITE. 17.) CONSTRUCTION CONTRACTOR AGREES THAT IN ACCORDANCE WITH GENERALLY ACCEPTED CONSTRUCTION PRACTICESr CONSTRUCTIONCONTRACTOR V1]LL BE REQUIRED TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDITIONS DURING THE COURSE OF CONSTRUCTION OF THE PROJECT INCLUDING SAFETY OF ALL PERSONS AND PROPERTY; THAT THIS REQUIREMENT SHALL BE MADE TO APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS, AND CONSTRUCTION CONTRACTOR FURTHER AGREES TO DEFEND, INDEMNIFY AND HOLD THE DESIGN PROFESSIONAL, cOOT5 AND WELD COUNTY HARMLESS FROM ANY AND ALL LIABILITY, REAL OR ALLEGED, IN CONNECTION WITH THE PERFORMANCE DF WORK DN THIS PROJECT, EXCEPTING LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE DESIGN PROFESSIONAL, CDOT, OR WELD COUNTY. 18.) REMOVAL OF THE EXISTING BRIDGE SHALL BE CONDUCTED IN A MANNER THAT DOES NOT REQUIRE HEAVY EQUIPMENT TO ENTER THE CREEK, TO PROTECT WATER QUALITY AND REDUCE IMPACTS TO THE STREAM SUBSTRATE. 19.) EXCEPT WHERE OTHERWISE PROVIDED FOR IN THESE PLANS AND SPECIFICATIONS, THE COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION 2011 AND THE CURRENT STANDARD PLANS PAS STANDARDS SHALL APPLY. 20.) THE EXISTING BRIDGE HAS LIMITED STRUCTURAL CAPACITY. VEHICULAR LOADING SHALL CONFORM TO THE POSTED LOAD LIMITS. PROJECT ACCESS FOR HEAVY CONSTRUCTION EQUIPMENT SHALL BE MINIMIZED IN LOAD AND FREQUENCY, AND WEEDS SHALL BE KEPT LOW AS PRACTICABLE FOR THE WORK. EXISTING STR. NO. WELOGB.4-059.0A. WEIGHT LIMIT: TYPE 3 TRUCK (23 TONS), TYPE 3S2 TRACK (37 TONS), TYPE 3-2 TRUCK (37 TONS). 21.) ABUTMENTS,WINGWALLS AND OTHER BRIDGE WORK MAY BE DONE WHILE WATER IS FLOWING IN CREEK. FLOW SHALL NOT BE IMPACTED BY CONSTRUCTION AT ANY TIME. 22.) EXISTING ROADWAY SIGNS WITHIN THE PROJECT LIMITS SHALL BE REMOVED BY THE CONTRACTOR PRIOR TO CONSTRUCTION OR REPLACED AS APPLICABLE. THIS WORK WILL BE MEASURED AND PAID FOR WITH ITEM NO. 202, REMOVAL OF GROUND SIGN AND 614, STEEL SIGN POST (Zx2 INCH TUBING). ANY REMOVED SIGNS SHALL REMAIN THE PROPERTY OF WELD COUNTY. 23-) IT IS ESTIMATED THAT REMOVAL OF 2 GROUND SIGNS AND RESET OF 2 GROUND SIGNS WILL BE REQUIRED WITHIN THE PROJECT LIMITS AS DIRECTED BY THE ENGINEER. 24.) CONTRACTOR IS RESPONSIBLE FOR ACQUIRING A RIGHT-OF-WAY PERMIT FROM WELD COUNTY, DEWATERING AND A DEMOLITION PERMIT FROM CDPHE. 25.3 26_) 27.) 20.) FOR CONCRETE TO BE PLACED ON THE PROJECT, THE SULFATE EXPOSURE LEVEL IS CLASS 0. THIS PROJECT IS CLASSIFIED AS NONSIGNIFICANT PER CDOT'S SPECIFICATIONS. BUY AMERICA CERTIFICATIONS REQUIRED PRIOR TO ACCEPTING MATERIAL. PRIOR TO THE PERMANENT INCORPORATION OF STEEL OR IRON PRODUCTS INTO THE PROJECT, THE CONTRACTOR SHALL FURNISH TO THE PROJECT ENGINEER A WRITTEN STATEMENT SIGNED BY THE CONTRACTOR (SEE EXAMPLES IN THE FIELD MATERIALS MANUAL) THAT THE CERTIFICATIONS REQUIRED BY THE BUY AMERICA SPECIFICATION ARE ON FILE AND THE STEEL OR IRON PRODUCTS AREIN COMPLIANCE V1ITH THE BUY AMERICA SPECIFICATION. 29-) LEAD BASED PAINT IS KNOWN TO EXIST ON PORTIONS OF EXISTING RAILING -REMOVAL OF ITEMS SHALL BE PER COOT SPECIFICATION 2.50. ASBESTOS MAY ALSO EXIST ON THE STRUCTURE AND SHALL BE HANDLED PER COOT SPECIFICATION 250. ITEMS THAT CAN BE RECYCLED SHALL BE RECYCLED PER COUNTY'S REQUIREMENTS. 30.3 THE CONTRACTOR SHALL MAINTAIN CROW CREEK FLOW THROUGH THE PROJECT DURING CONSTRUCTION WITH A TEMPORARY PIPE OR OTHER APPROVED METHOD_ THE TEMPORARY DIVERSION SHALL BE THE SAME APPROXIMATE WIDTH AS THE CURRENT CHANNEL UPSTREAM AND DOWNSTREAM OF THE BRIDGE. WORK IN THE CHANNEL SHALL BE MINIMIZED TO THE GREATEST EXTENT POSSIBLE. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL ATTEND A MEETING WITH THE COUNTY AND A COLORADO PARKS AND WILDLIFE REPRESENTATIVE °KYLE BATTIGE-97D-472-4398 OR OTHER) TO DISCUSS THE DIVERSION AND IN -CHANNEL WORK. THE MEETING WILL NOT BE PAID FOR SEPARATELY, BUT WILL BE INCLUDED IN THE WORK. UTILITY NOTES 1_} THE LOCATION OF UTILITY FACILITIES AS SHOWN ON THE PLAN SHEETS, AND HEREIN DESCRIBED, WERE OBTAINED FROM THE BEST AVAILABLE INFORMATION. 2-) THE CONTRACTOR IS RESPONSIBLE FOR MAKING HIS OWN DETERMINATION AS TO THE TYPE AND LOCATION OF ABOVE GROUND AND UNDERGROUND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE THERETO. THE CONTRACTOR'S ATTENTION IS DIRECTED TO PARAGRAPH 105.11 OF THE STANDARD SPECIFICATIONS CONCERNING UTILITIES. 3.) THE CONTRACTOR SHALL COMPLY WITH ARTICLE 1.5 OF TITLE 9, CRS ("EXCAVATION REQUIREMENTS") WHEN EXCAVATION OR GRADING IS PLANNED IN THE AREA OF UNDERGROUND UTILITY FACILITIES. THE CONTRACTOR SHALL NOTIFY ALL AFFECTED UTILITIES AT LEAST THREE (3) BUSINESS DAYS PRIOR TO COMMENCING SUCH OPERATIONS. CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) TO HAVE LOCATIONS OF UNCC REGISTERED LINES MARKED BY MEMBER COMPANIES. CONTACT THE UNCC AT 1-800-•822-1987 AT LEAST 3 DAYS (NOT INCLUDING THE DAY OF NOTIFICATION) PRIOR TO ANY EXCAVATION OR OTHER EARTHWORK. 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. 4.) THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF PROTECTING LIVE UTILITIES DURING HIS CONSTRUCTION OPERATIONS AND SHALL HOLD THE COUNTY HARMLESS FOR ANY AND ALL DAMAGES TO LIVE UTILITIES ARISING FROM HIS CONSTRUCTION OPERATIONS. 5.) ALL COSTS INCIDENTAL TO THE FOREGOING REQU]REtrENTS WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE WORK, 6.) UTILITIES WILL BE RELOCATED BY OTHERS AT NO COST TO THE PROJECT. 7.) UTILITY CONTACTS: ENTITY DCP MIDSTREAM (GAS) CENTURYLINK XCEL NORTH WELD COUNTY WATER DISTRICT CONTACT(S) LEW HAGENLOCK CARSON ORTEGA JOHN C. SCHULTE ERIC LAFtSON PHONE 970-379-6351 970-392-4837 970-3819143 97O-356-3020 EMAIL LOHagenlocked cpmidstream. cum Careon.Ortegoecenturyl ink.com John.Schulteoxcelencrgy. com Eric LSE '1WCWD. org Project No./Code Print Date: 3/8/2018 File Name: 135588_DES_GenNotes.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials SEM 4�tl�� TITiF.1l a -t<•�::'fir- Irc. tukrado Center laver tb,, 20W South Caicroia EcJ5 and ttny e. 81Y2Xe-7400 Tali. 7P 54O -GOO Fax 22C' 540-e6n1 C Sheet Revisions Dote: Comment9 Init. Weld County Public Works Department As Constructed cc*roao Department or Tralwportadon lert. le403 V- Wit !Worst ma.:6ra'int PAX:vm^.-nye Reglm 4- KIE llll H Street P.O_ Box 758 e;Nmey, en aoss2 Tala. (97a) 544-8488x5754 Fax (510) 364-6497 No Revisions: GENERAL NOTES BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: D_Vl. Sundaen Structure Numbers WEL458.0-059.OA 19744 Sheet Subset: SPL Subset Sheets; I. of 1 Sheet Number 4 INDEX CONTRACT CONTRACT ITEM UNITNOOK Dasthstay fikdiju PROJECTIOTALS PAGE SHEET ITEM NQ. PLAN IAS MIS'_ @I PLAN AS COST. PLAN AS: 0 T. 701.0611110 20-24aaslo 292-41440 Clearing end Grubbing] Removal el Asphalt SE(t' 1hlcki . Flam.�n it nt StiftA r L S SIf 1 a, I 1 2,549 20-021110 2 Aam.avaFal12rotint Skirt Uri PSI Able Darla (Currtln neck I EACH elli 2 ICO 2' 194 a94.44V4Q 2 41•t00 2+00.0*510 tribstilinits1KKIPP Pretfl Rel'Ansi Polhnlinp cT HOUR HOUR *P1 10 18 NI 10 10 204- MOW' 420t S4W4U14 f.LCilrtAldit Sls DUti !addill (F1S-fill) CY CY 1944 4,21 1,0#6 AT 2Sd.W $O 20- DOS 10 2,041031 6irucrum M.c W$ (am 2) Flit ar 51.1 in ail genial II) Bid CourE+ Mgirk l t frail] tb 6I I CY CT 133 13 156 12 285418Cr 81 r4cays Bid Comte Madan lel arcialy crwa Elj Toptel [Flag) CV t:r iso I 48 -- Mb 150 291•022Uu Yti:1: KNIT Y: [40004• Teo *oil Ciitodatkl Esrlsion Lap (I1 Inta0 51n limn ( ts" Teti CY LP L IW B63 GPG 1S2 PO) t✓ra +p44-11 20114 •04,3, R 4d1. chic Don Cuttmat rfllaafr iiI Skit cl'ani LACS EACH I 1 2 I 2 milli "a.�.. 2trk+11070 Zwick 766.+1101C3 Yirhil*Treckln9Pod Rnnl And Dilisitz0dl 1&edkfsel+ui Iliac,I RanjBral mad Manua el Sediment' ttgta hlannllh EACH NMIR HOLM # co - # AP Jd r " l ‘lrr • T., : Y L,R,p.4U + . . Y ,. S' - .. Lite,�.y .4 • i • �.e. ' •c tot. 4 GVj r 21O'W010 Erqalon toners l Mar scorner i Rawl araunt! asps DAN AcH id 3 ®D' .2 • YYC � -•ar 4 ti ��' `itlici Sr °r° . • it r '' : b I1rr. . ' • 21140005 212124405149isdlnP sn2 coarr Claming lttdire,, (Mend Brordcaeg swamp lies) L s ACRE ACRE i1r7'≥A Q 2 1 1 OS "°"+raaI !• ' 21240012 216400/1 lIlUsr (Moffett F rite 110 IHYdratibt) Sol &&arrliatBlanket (61rarito¢enuit ACRL SY P20 1,.11511 as 'irinl Dice:,}/1I2414s 0 0mean 0 Sheet Revisions Weld County Public 'Vtcrke Department As Constructed suut1lAY or AF'PRIXIUATE CC MTV I€S Project No./Cods fig* ngifnm ta5SN OtS ag10-09n NA": Coruunen1m ; tr;I --- — Gilltr pt_ a}! mumpirlalIca - IIfI M 'Ws! Pell. We. J3R r ■r ' r�+. � m tm�z {u - "r tic. 7a1-eaGhrl750 No Revision:: &Au C030-Li6!"! Hot iz. Scale: 1.1 'werIL Scalar: ila 4J i Il Nh11t .Intorrrao(fasl OA Lsrodar riliCiaii H�vl�eii; LtasC9lnsrt K.A. d4ttt4d-O Struclurr MiFi,�O! B.0 Pa9.C}A L9744 sx uul FrEnu ua•ana awn Ise vw.00[o rr. rm Dilator: 9,. . Smidgen Irumtaely % 4 II Fax HMVsor-a-is? aid: 5lrere I. hirmrb"6t S !I_l I� y. G image• ern rued r�r3!_1: vise '10 5roaaod • 4441-•I St 4.40 U I 1 Shot Subset_ SUM S it Shish: I mar 3 A INDEX DQRPRMD'T Fib oslway 6tri4y. POJECTTOTAiLS nom PAGE SHEET ITE1l1 t ?. COIITiiACT ITEM UNIT PLAN) .AS CONS T_ PL AN AS CUIIST. PLAtI AS Mat '!04 -*4400 Aiiawed • alai CraLiao(CSs6) TON Ma 1.0EZ� 403-t$11 433-Ni61 HO I14a Ametalk (t7rediog Bj c itiN wo 54.22) 14a1 MIL AVM* 4 0181ing EX) 41 of J 1PCI *WSJ tall TON a lOP e2 144 774 I I CU -40000 6414 0045 Htil4Safety Edge I Tompatiry Stoat Seri Piling { Trim Pj LP AP?J71b I.SGQ w, ' O.�PP rsos.owea 642•I•I2T4 Saa.00- en PIN 7IF SON lrt (HP 12x741 wRw.P (11 lack EAdff LF CV U TAP d 22 * bed, II S-92120 wrap (1n inch) 'MA agleo*I In g ( Win brans) tY SY 3f4 3J+1 51401001 totazu9aa 1.0I-4434 Sri disEvanston Joint (AwhahikP'iuv) cannot°cuts o{Brldptr 'TA ru luralCcnc,4ItCaalin2 LF CV Ulf ffi 317 21T rt04011lb 1 RsIntiurcIrma Gin I(limn Clap toil l dinar rfa(l Typo 04PatSpnrin LB LF s�e c-25 C,@99' WHIM 0464t7tb 040417# TPWf1Ii a■fl 1R Tualflllan Imo 7J Ertl #narhomgu Typo NC Ffaf'-}t F '•( -1 F :GH I 4 1 1 _ I 4 4 t Isl]4sttagga (92612202 - EPA dnehetega4meinrlar.M) End A nglia:op { Fling) Lr-rIli L'. crl 2 I 2 I 0,0 SWIM* germ ten 412 ODER 7 Bridge Marl Typo ICU Fonce {Klink 1 Dade")t (type III I_F Li EACH 0 ftlalli 2 210 294 •FI• ?0 0R _1•.fr.. ' }14f.N .. ' 7ri1 4,eee •'1 �y °F�i [ a'1 613.O6"441 G I a, oat 16 2I d. Idea kcal ton duII tin 1 PWI42 inch TMlbli,pi Li LIE It - 210 VP 21 '� r aril -aMal L VIGIL i I` it G I @ OG4}8 030•e00011 a ctgl049b PyIPfCtl6Rd Conan* !!#4 fI CILi] Flail CHM*4Clisa 11 Unitary Pe dHy� tLF FACH F,. i' rI 1 713 717 1 4rA m:row+ - 03r-4Qa@4 5211- &MOO 6iT.00 O Clarrf* llPP?tiri+, ill0 Mb6lIli atkn Epo y Parvnreari terming L S L S SF 1 1 1,260 1 1 1242 M: MN JWCI1ONAL St LENGTH HUES BEEN ADDED ID THE DID QUANTITY T0. MC(UPfT FCR POSSH& I: SPIKES N@ GUI -OFFS. Print Iota: an/2liie IQ' Sheet Revisions Weld County Public Works Department As Constructed SUMMARY' QUANTITIES F APPROXIMATE Ps oject. No,/VQEde3 Ills Idortre: 14b52&DES_ShIltrgri —Dot flat,: Canoeists ?nit._ eons p, 1' no Ia Weil p - PALS" 7 d ° eo as n CO' aimr'aR!'1�-E•-fl ,1,?. -° feaa. 301,4Feeaaso B�to �a3oi-0ls+ Sc /III; Hock. 5C0W HI Vri, S4elli1 As Hotta ROw C'S T" N.A.*nod* Shlo:lure 1 rIMacirato_o54.0 i ?4d I40I rnt*rrrlaeien Unit it. *toiler Initials - O'4t{r44e: CM. Sundeen ,� a 4°14 d ath b.I le We JO tittle r>s axc rra S'EH �°a ° 'a r¢ 64p1 �4o-r i IQ '� 5Free9 Number b� 4 r. OM) 3Wiae? Yoi11t Stint Subset: SOA Mint �►arel 2 oil 3 I, ram ItIDEW CONTRACT R'oAnn 1Bardga PFbCJECTTOTALS ROOK .PAGE SHE tT ITEM NO� CONTRACT ITEM UNIT' PLAN AS CONS T. PLAN AS CONS+T.. PLO +4S CONST, idazato ea9-09001 00 flagging Tram ic cm ti Inntpaim II Ti elk Contrail Fowl DAY L 6 I80 I10 1I idly VG 670.0(1,1: mao sua.5s Tie el lc Con1inl Mar sr marl Ponenie tans Lag a sign Pane3 DAY data I0' 2 I 10 a Q84 96.170 7476,1116111 ialtma221 Contras Bsrrt nitMinortorand Arai skim PJAOf•Ttlr iab lithos is FA KM C i10 9T 17 I Gk.) 7giTMS Tana RANI CluICIIIE FJA;MA PVS Manitor1c,e FA IS I 1 - - 1 1 Td0-`dam PA frog lon Control PA. I 1 S is„CA • I. . Yin ^ • DO •i�. • ".ti *es •gin• ... 1 i •± 1 ? _ - .,w _ Prrini COLE 5/1/2018 () IDI Shleet. ReviSioris Wcid County' Public Works Department As Constructed SUMMARY OF APPROXIMATE QUANTETiEs Project No./Code it Hornet 1J5 1)E5._SUAR.44n ` 50- t',nH,r.:•iii•.. Iri„, glair l:u.'ct i !:4 Na R riubAn: +faqir, Stoitl :111 Y9ft. 5 ati Oar., !4' t4 es#sa D+6e t+f ¶1tt 441144,1 _ MI N louarl. ` 'f �„supra ,,,a„ P.114 On I Unit inroitnciinn Unit Leaner tr tkais Veil en K.& Almoldo strut kg.I svacts.0-059.1M, Rav hind: — 19144 — as v caaa 0 a4 1oasT K:O 1Ii .r:, IiT4bh'i3i• Rd U.K.Surxfaisn i Nurnba:ro I wla0ai arts Jrt i'.l.r.:. o. �► Yr.. e+aeavo St ai"i. e"1f"n rr a" 'aa'eye*t rr+ �+s jI ?J •+•.•_ lh�k+5.iii fFr, �k+i3r u�t a Isic Ir.', lei-1<1P1ZU void: % not r, nttiar 7 CD Shes1. Wrist SUM SLAW Shads: 3 of 3 dou,daan 1D,1&20 ON PAUTN.WkWELCO,L355BBk5—finakdegn‘51—cfroxingeA_DESION FIES\0eugn\Droxingc\i355a8 DES_Trims.dgn SUI.IMARV OF FART S`+JOPK OUAHTITIES aa.w, w& nT urrFaara IC t arc w c. ync. :npl!�_. Y,hHw, SURFACING SUMMARY HCaPWIIM 4O2 KT - 1IcGESSSIA_ au.tla:5fi.ltT_ 4 WY ACCK,'.$$SIA.IDer axIu.LT. 5 OCT ?0 g49!9q 4044441 $7�8;F ,4t S ri.A a 9473,00, Imo. 44 KA' ACCESSST4t5.06fi0.ITT. 4 WVSTATIOIITOSTATION 4115E Aqragai.Bav I!a1 Ntt Ag hall landing Si C:2Q MI Ilk Asphalt (Grotty NO' MIMIC1- COMMON AtcM a& I84.1i,9U.9M1. 1 OCT to Ina flan e) 5,5 44.EIOTTOIMin 2.0IFLTOM, IFT TOTAL FOR PAY O UANTIf!' Eel WV 3"2313 TON TON ■ a , FOB i F°APIATION OMLt WORN , Fw�lt wloFtil �rrT1T>Fs 61AL116NC rc,F+-t Q 1Q t2 SO 1,1 Jr' i at 4n 145 EXCAVATION C13ti' • ni 2411rilia23 .1. ar.trrwkw tax cm STA 0.87.80 TO 1,1l+5O_G0 LIST 502 477 it) ACCESS l* 1 baO9.S0. LT. 1 COW SUB -TOTALS 1.073 e9 gibe ACCESSSTAlt641L00.1T. 1 =ir+ AQQt.5,4141A a4477,49.49T: 1 WY TOTALS IX! 1.138 ACCESSSEk t5.I WOW, HT 1 COI ACCESS STA. 10+544lOD. HT. 1 r CY TOTAL MA OCV theiditien TABULATION OF GUARDRAIL. I ROADWAY 4902 CCY d9Gf,4 31A'naw50.it- 4 i-CW Ot05-05951 1306-0:37'C 605-01306 005-01388 6195-4'208$ 1 0:6412085 CESS'ST.A IG.+i8�ild.I T. 6 CES5STA Wtfl.r00.flT- 42 CC! 0utbn Side Gusted Type 3 d 5 Pag inflow Typed 1;anokn Typo 9J LW LW EndElla Archon** Anchorage AOCESS Isaw, I13T. 4 CtY Foam To LF EACH EACH EACH EACH I EACH AOCEf45'ia 75$}!00.51?. 1 GOY. 10t78.1 12474 LT I 62.50 1 1 TCTM. TOTAL a1 CCM 14-43/2 flier AI 42',94 1 1 05421 14+0:).4 RI E;f,3d 1 1 i BSlBHl111 ia,n11.4 13485.3 LT *WI ?5 1 I 1 TOTAL 30S CCY Pralaal iaW. Eta 4 T 1 2 1 Catalpa =CLAUS ROPLIINAY e9 i CC! e $rrb:F OarlS MD FILO 1.a ctr TOTAL r,D11M CCV TABULATION OF PAVEMENT MARKINGS WMfk t+GrA COMPACTION el04igia *Lit Mx vat TOTAL A/ Ida x.0001)+4 STATIC P4 WEEpoxy Psv�rnev GO 11LEHT BC? FLAW Cu81c 1'AR0 - ONE CUM YARD OF MAIEIt&&I ASTI TIES IN ti* Winn STATE Markina CM' -CGMAPACTEO CUBIC YA(1a- 1724E CUBIC MIRD Ot PMU RIALAFTER IT H1RSt31:EM COMPACTLLI [O SFLC*IGATK761. SF 11fiPe.• ��fOf.�M.��. I G PL Q,HS MOM.- aQ�S1d.LL�.f�.1.d �� d `` 4QQI4STFI Ticm• 'MAIER3HALilIeSf65JULAHMTQTHE �TINV49RtPAX 1TEIM;i +�` „sits.o.,..._ dC,.. '': 4.64 E9 r?+5tI L7 394 4' Yeti E L• m SO $85011¢174* WI CINN aFCIS tat 0 r r tp • dt." N a, a T.An IT it CAT WWII a- nal elan Vasa- tnn..n e - _` ", ^243.2 c IC. � -- 4 rM R 811 TOTA1 S 11,200 �- ..• yob; • 1 jd.•.l *y lrd 1I!•ill1'1 ` Print Date: 3,12/2018 r� Sheet Revisions Weld County Public Works Department As Constructed TABULATIONS Project No./Code Fite Name: 135588_DES_Tabs.dgn Dote: Cornrnents Init. comma Department at Tratap4rtation �� V rar ;,.. , t+. aa.r;-pro aaeat MTH:ig&'M pm:ma-ran Reglm 4- OE till H Street P.O. °, Ca eoss2Designer: °'7 Tale. 97 a) 544-84119x5754 Fax (9?G} 36+-6+9i No Revisions: BR0 C030 —O54 Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Irritidl$ Revised: K,A. Almada Structure WEL458.O-059,OA 19744 s-rr. rILFtil It; —I•s:: t {r— le- c. [bkrado Center tam Dm + 9nta ag Tau..i213.1540-E800 SEH L�tnvx�r'1hbrYlY grip �e�,ard Fax.i2 540-.666n1 Retailer: b_1+1. Sundeen Numbers ^� Void: Sheet Number 8 Sheet Subset: TABS Subset Sheets; L of 1 STA. 14+05.50 & 10+48,40, LT. STA.. 14+76,11 TO 12+07,35, LT. REQ'D, REQ'D. FIELD ACCESS l:'A'=10'J 52,54 L.F. GUARDRAIL TYPE 3 (WITH � , / I . r I STA. 13+11.35 TO 14+86.35, LT. REQ'D, k `��I I '' ! 'r 115.75 L.F. GUARDRAIL TYPE 3 (WITH I END PROJECT zr EXISTING POWER POLE AND TELECOM 5'-3" POST SPACING) WOOD 1 K1 ! / 4 J c�� u; 6'-3" POST SPACING) WITH WOOD ' - - _- STA. 17+50.00 POSTS AND (1) TRANSITION TYPE 34 \ )Iiki, ' / J4 POSTS AND (1) TRANSITION PIPE 3G ;. PEDESTAL (TO REMAIN IN PLACE) 1+ �r 0 TEMPORARY 1+ o CONSTRUCTION + i f+ EASEMENT (TYP.) t i + � ' r r �MlD (IJ END ANCHORAGE {NON -FLARED) � �. � 'j •'• �'+ f t i'' 0 `r } I' 'l I,/ C—'' it ��-- , - ! +r ', +� _ — CA i/ f �'` --r \N.= — ' 5 � � �t AND {1} SRT END ANCHORAGE (FLARED) , •. I'•r1AT OH EXISTING) t- . h 0 a 0 / 1 C ti' ' y, r` ' rli" 't LO Cl) 4,— 1 I 1 ? —I - 'ti .--i II I PROPOSED — 4z — — i•i 'c .--i 1 ;s) r,• <—+ I 'c -- ri // ci ` - ' `-- L _ {T❑ REk IN PLACE} (TY _J 1, N. Xi -------4,..- Y.— i — —Tr -g----.. — — --- -- —'-- — �l T ,T '_ ' - —.— _ Y - - ,L,'�_LL-�- �`_ �__ r _ = °�� _- - - �.. __ . - - - = �1t H __ .� T L _ _ 1 -_.c_y , rr -----.„Ii Li �F y a ` , _ — — .S!.: -Y h=. t:! �•d .S �.:'- a � _ - .ter - _ I - ._ - - �I- _ iii ..�a_°'• _r,_ /�'J' r , r �. •. �; — ^ `�, .. .. _ .. IA' DR 68 I T ; ;;' , ; f y r� l5.5' E:3' :# _ 4 •�I �_WOR SE; - _ - - L iN�Y.'•u•;•'i _--.n::+•. •:�.�'-J-.6 �: :'1''J•l:r �- _---a_.�-- - ,�� ~ .- .--, r. J-i':.: ----- 1 L. f•_ :. � f ,1 i..' -- _te , .�� 6.- _ - v - -'i'1 — --'�' -_-�. V.1/1...-M.� -! _ _ _� _ - .. �, r-- ��(� ,„ • �.A��� •� - J Z� J _ J ,T _ ,i I .S. L.-'. S iL J • - �, " .. • 1 . 11 ` ,...-0,-r: , - _. EXISTING POWER POLE BC (TD 5 , - - - - - __..- ' '' i '� I i — — — lc, v — — � i ( r4' ,' F' Jl •�ti - + REPLACED BY XCEL IN r i 1i f ---e_--''..77;17-->:- . ' APRRDXIMATE URFI NT LOCATION)/ ' {. r— ' `5TELEPHONE EXLSTING BURIED s LINE EDGE OF ASPHFLT (TYF'.;I BEGIN PROJECT CL ROADWAY AND ; I' — — — — — ,/ r , I" EXISTING DyERHEAA' POWER LINE I ifs _ i (TO REMAIN N PLACE) ',' �. I (TYP-) J :---EGC�E OF GRAVEL (TYP.I HORIZONTAL ' -TOE OF FILL ?T•r'F:. ! STA. S+50.00 CONTROL LINE (MATCH EXISTING) I. II EXISTING POWER POLE (TO BE I I REPLACED ]CGEL IN THE i I _ 1 / . (TD REMAIN IN PLACE} .(TYP,) k :rte f t I t.' �' ' " :� u - - 1 ,`! / �' r r --- 1� -- ') /' r rc, c — !i l % ki 1i 1ii I. i i1{ II I, * -E'ISTING B.''REEO WIRE FENCE li L I (PIP.) " BY N APPROXIMATE CURRENT LOCATION) I l :ft '\ t '14 r .yf� N '.`'� i I i STA. 10+73.00-, RT. REO'D. STA. FIELD ACCESS (W=14'0- 62.50 5'-3" POSTS 10+92.99 I f? te' / 111... 'S( -(` ' F r ! 'f ++ ,i. At itf TO 11+98.t'r5, RT. RED'D.`V, c .1 1i f, L.F. GUARDRAIL TYPE 3 (WITH ! f 1 • POST SPACING} WITH WOOD , r AND (1) TRANSITION TYPE 3G,/ f I i _r, _,-. J Q�‹ . --/ ' rr ,, 1 i-0aJ ,.'r :.. I '.r a w g eL , STA. 13+02.64 TO 14+33.89 RT, REQ'D. Ii ,„Lug � , i j 1 62.50 L.F. GUARDRAIL TYPE 3 (WITH 1 q 61-311 POST SPACING) WITH WOOD I- m m 0 4 POSTS AND (1) TRANSITION TYPE 3G ' ! '" d a f l J i / r • / , f/' J , . r I T.'. 15+08.00, RT. S' x 1 DRIVEWAY 0/ =20!) I ! J / 'REO'D. RE6t Q. r f L.�J f. J r STA. 1�+81.0Q, r• DRIVEWAY {W�51'} ;' , ' RT. RE.. C (1) TRANSITION TYPE 3J AND (1) END _1 ti AND (1) END RNCHDRl4GE (NON-FLAREC'? i f' I�"� L' ANCHORAGE TYPE 3K d {-'' W w f t. i ' ' I , . �r o' 30' ea 120' � I, IIdI'I i 'i�r ill, 1.61 / V.C. - 150.00' . ee e : I ID'S' -D" _ ', I; • . .' :'I i '� I l V.C. = 210.00' K = 158,12 K - 143.59 B.F. TO B.F. ABUTMENTS e = 0.40' e — 0.2❑ SSD = 579' At SSD - 599' p i, 4rR — — — --I- — ca. n - — — frill— N — —Mb5 = 160 -MPH i -� I I- --PRDPOSECL 1 OWE ; , `r'-0 — — — —— I 1 - -I- — — -�? 1 j MDS - rf I SQ MF'H� I o7 _- - - _ _f-mit5 rd --- -r - - - .. _ _ 0. _ $a — rte _46T T. I j I 4 in 1 ~n - =4E+5:47_, _ am- — - - - „ I ri I >- i — — — - - - - - - - T - - - - - - - -I - - - - - _ I - I - ir — — AP -PROXIMATE- -di - - T - GROUND -LINE- El ISTING-I - - - ALONG- H. .L- - - - - - I - - J - - T tic -to =. - M x 464 Tsar!. I T . I T I '0- t, y 4+* 4t'r - -j- T ---�--- ---j---R----I- -4 i gs %_. i-� ��r — — — - --0-.c- 9+00 10+00 11+00 L2100 V.C.- K - -0 - .10.04' 13+00 14-I-00 153.23 -0.7$' L- 15+00 16+00". cc-a...>y 4', •, 01VA - l, •.-.-• t�yx ta SSD - 588' MDS - 60 MPH Print Date: 3/2/2018 O—i C Sheet Revisions Weld County Public Works Department As Constructed PLAN AND PROFILE GRADE Project No./Code File Ndme: 135598_DES-PIan-Profile.dgn Date: Comrrante Init ocarina Department 0-r Tratepanadon �' 'may-="' , �� ' r rsxov�o-aar=se Pghr 4 KM{ o 111.1H 5treat P.o_ Box 758 �nad l 86632 Tale. (870) i09 6498x37SD Fax k970) 3D4-6497 No Revisions: BRO 0030 054 Hariz. Scale: 1:80 Vert, Scale: As Noted Unit Information Unit Ladder Initials Revised: Designer: K.A. Aimada 5tructureWEL058.Q-059,0A 19744 4 cs. riIIClL Ha-r•I::-tr- Inc. habit i Canker Toyer Elm i snu amo Tilt Tx s{0--seao SEM v s�nec 2 -7 ilO vord For 3 54O�EaI D�taller: b_W. Sunda en Numbers Void: Sheet Number 9 Sheet Subset' P&P Subset Sheets' L of 1 dou,daan 10,23417 01 P:\L \W\WELDC\L35595\5-(ir. kdoT\51-droxingo\17ESION r1ES\066ign\DroxingAt3558 Sta. 0+42.40 (Match Existing) N 14185'63.35 E 3279601.83 Curve - 1 Sio.=0+24.36 N — 1418947.73 E = 3279593.76 6c — 27° 41'27" RT Tc = 9.96 Rc = 40.0D Dc =143°14'22.02" Temporary Construction Easement Proposed R.D.W. 4855 4854 4853 4852 I I Lt. 32.44 t Access & 10+02.08 Lt_ 2671 N. -I 1 .lJ Cb co Ii 10+25.1 Lt. 17.82 Edge Of Grovel (TyP_) I .I � II I I I It PLAN Edge of Asphalt 9+4.37 Lt. 16.00 m co a-_ t3 i WCR 68 Sta. 10+06.50 — Field Access Stal.0+00.00 el - 10+00 V.C. = MOO' —1C=1 1.41 — e - D.09' SSD '- eel F.ZS - Symrrr rie Poro�lo col N m,y 4651 4650 0-(50 0440 - 0430 04-20 N 4 I'V 47 W Proposed Grade Line O C r - 6.00 K=0.e.3 a50 i- 1st' -- liDS: — Symmetric Prrobal -I -- I _Afaproximd yrouncFLi PROFILE 0+ia 00'00+£1 God 4855 4854- 4853 4852 to Existing ne 4851 4850 aw0 I II II II II II II II I II I II II II I 0 f J J ) Frint Date: 3,21'2018 File Name: 135588_DES_Access-01.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4� p. It- c. tukrado Center'laver Elm J< Sifts 80)6 S(M WC* South Cnlcroia ec loyard Downy -pi 8bY2Xe-7400 Tili. i.20540 -E800 DO 492-4Elea rex2C 540.11651 C Sheet Revisions Date: Commant9 I nit. Weld County Public Works Department As Constructed oaccouo Department of Tralepottadon �,/ MITI V- Mil !Worde;r ae�ri en aaeat ma.:6ra-seer PAx:vm^.ao-a2e Reglm 4- KIE 1(11 H Street P.0_ Box 753e;Nmoy, en aoss2 Tale. (97a) 544-8489x5754 Fax (rc') 364-6497 No Revisions: Revised: NORTHWEST ACCESS PLAN & PROFILE (STA. 10+O6.5O, LT.) Designer: K.A. Aimada Void: Retailer: b_W. Sundaen Structure Numbers WEL468.0-059.0A Project No./Code BR0 C030-054 19744 Sheet Subset: ACCESS Subset Sheets; 1 of 5 Sheet Number 10 douuleen 1D,25cd7 0.4 Pt LE\W 9rELDC11355BB\5dinakdogn\S1-drawingu\17ESIGN FILES\Daaign\Draxingu\L5,' Temporary Construction Easement Proposed R.O.W. Sta. 4+45.04 (Match Existing) N 1413907.12 E- 32-7962-4.92 4655 4854 4853 Edge of Gavel {T}gyp_) f Curve = 1 Std. -0+20.45 =1419N `. 44.62 E — 3279635.33 Ac = 230 42132u<LT Tc — 8.40 Re = 40.00 -Dc —143°14'22.02" I t Access & H_C.L. O 0 a% 10+48.16 Lt. 32.53 4852 4651 405O 0450 —1 — I 10+37.46 Lt. 32.02 Proposed 1rode I4ine 04-40 .55. 1. • K — 4.Qb a = 0,05' GI - Symrr.etricPardb -� 10+67.80 Lt. 20.61 I P — ti Edge of Asphalt --- f'.<2 II — 9 2 a rl PLAN 18 Iv IvDS — Symmetric Fur to 10-I-28.97 Lt. 18.02 KNt 'r1 irs a O d VICR Field ti 68 Sta. 10+48.00 — Access Sta.01-00.00 • Edge ofi Gravel (Typ,) 4855 4654- 4853 4852 Approximate Existing yrouncFLine -1 PROFILE 04-2a 0410 4851 4850 0400 I C a 0' 2' la' I I I I- I II I' / 1 t / ti 4 / / 1D' S 2D' !/ Frint Date: 31212018 File Name: 135588_DES_Access-02.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�few TITiF.1l K: -1tv :'{r' Irc. tukrado Center'laver Dm .i Sifts d0)6 SEM 20W South Calcroi) EcJ5 and ttny e. r>.1 hb222-7400 Tali. 7P 54O -GOO rex 22C' 5540-'eEtul C €— Sheet Revisions Date: Comrnant9 Init. Weld County Public Works Department As Constructed caufaao Department of Trmeportadon �,/ MITI V- Wit, !Worst e;r 9eM: enCrIZI•2271 roman -ma -2m fl34 Reglm 4 KIE 1(11 H Street P.0_ Box 758 e;Nelay, e0 80632 Tale. (97a) 544-8489x5754 Fax (rc') 364-6497 No Revisions: Revised: NORTHWEST ACCESS PLAN & PROFILE (51k 10-48.0D, LT.) Designer: K.A. Aimada Void: Retailer: b_W. Sundaen Structure Numbers WEL068.0-059.0A Project No./Code BRO C030-054 19744 Sheet Subset: ACCESS Subset Sheets; 2 of 5 Sheet Number 11 doundeen 1642:31 AM P:\lfL1W\4rEL6C1f35588\5-fro'-eleign151-0roxirxpl_6ESIGN FILES1Deogn\DrnningAi3M8MDES_Jlaamo-03sdgi q'~ o4 4055 _ tarp 4-5'54- 4053 4952 4951 10' 0' 4654 Proposed r Gr. de Line — —IPspproximpF.e Eidtirtg Ground Line Ori-1UI Cw2:l I m Cr+3C' WEST PROFILE 01-4-0 IOW pSD = 4a' I MDS = Symmetric 4055 4-954- 4-552 4751 4750 of WCR 88 Std_ 10+73.00 — Field Access Sta.0+00.u0— /., 0+13.00 Lt. 26.50 C b C fl rL Access (East) & H.O.L. a ---I4----rh— 4655 Ks 4853 — 4832 4831 4830 484-0 H �co 112 L 7.C. - 5.00 K - 0.83 _ 15 = Sy_mmei.dalccalie n d Proposed Grade -Bins - - HI - - - - -I- I HI — V.C. 10.00' K - 1.70 e - 9.01' SD = -58' I lulba'-`-- mme-1ri9rThsjIo - —- -- I approximate Existing Ground Line 1 H — — — —I o la rt o u - H - - - HI -- --H-- 4-B54- 4-953 4652 — H — — ht_4851 TE - -I I `id 4850 Ks icy- I n4 —— o H — m 0400 04-10 04-20 Cr430 04-70 EAST PROFILE 4649 0+70 0' Edge of Asphalt 0+72.25 Rt_ 25.32 Access, (West) — - fl fi,r'1 I I f _Edgy • Df I l Grovel Cryp.L 411 ' ;I II II I II II PLAN 1curva = 2 i Sta.-0+24.88 • N = 1418890.78 r E - 3279661.19 do = 28647'03" LT xTc - 7.70 = 30.00 I.15!]$-59-109.55°_ u-190° ,9'09,351' \ Curve, = 3 Sta,-0+43,45 ti \ N = 1418883.40 E - 32796'700.61. do = 27° 13'W RT To - 7.26 . 6� Rt. &94 r Curve = 1 Std. -D+32.3,8 N = 1418692.27 f E - 3271661.34 ❑af= 53°0110711 RT �Tc - 19.95 Rc=40.0 Dc -143°14'22.02" 0+49.93 Rt. LOU \ D+54.44 I #. 7.00 1-, Star Q+53.00. (Match Exising) N 1415871.78 E 3279042.84 1 tfi r.4 .-1 f flsto. 0+70.00 / Notch Existint N 1418.356.60 E 327067-1-85' / /� Vie/ 7 Temporary Construction Easement --Pr -pcaed R:.0.Ys'_ LO' 5' 20' Print Date: 3/2/2018 File Ndrne: 135588_DES-Access-03.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Ladder Initials 4��r� mlicit "a-r•,::-tre- lac. Collrade Canker Toyer Om -dra S lta .m0 SEH 2000 South Colorado 6aIevord taaver. a0 86922-7900 Tale. Tspgp}75{U-S&ID 403-4130 Fix 76} 540 ebl C) Sheet Revisions Ddte: Cowin -ante I nit_ Weld County Public Works Department As C on str ucted comma DBpartinent of Traiepanadon a10611 Y_ Lath SLrL Erelliqinea BOOM PM: °TIMSI i9e KM{ 1111 H Street P.0_ Box 758 Grail , t'0 SO632 Tale. (870) 444.6496x3750 Fax 1974) 364-6497 No Revisions: Revised: SOUTHWEST ACCESS PLAN & PROFILE (STA, i0+73.00. RT.) Designer: K. A. Aimada Void: Detailer: b_Ar. Sunda en Structure IWEL068.0-059,0A Numbers Project No./Code 6RD 0030-054 19744 Sheet Subset: ACCESS Subset Sheets; 3 of 5 Sheet Number 12 DES_Aooeoa-Dd.dgi P:\UZ\W\WELDC\L355BB\5 final-degn\51-droxinga\JDESICIJ FILES \Design\Droxingc\155 douuleen 10;30:13 AN 48$6 4655 4854 4653 4852 5' 10' H +851 01-00 M — an r3 16 n Proposed 7 -Grade -Line -4 v_c_ - 10.00' K — e = $30 =::°61; ' ADS - syrftrietrlc tcrdboli 8K. ♦w d il mj— I I - 8.40 K-0.83 - aD = 1812' —-MDS--- SymmnIne-Parobalo- — I5 _ n. a t4tiea ei I ro _ t 1 Approximate Existing Ground Line Dfi40 0tr0 01-20 PROF ILE 01-30 a x I K i h I 4 I x I x 1 5 i i I' 1 } 5 —I — — N N N La 1 H a } H 4851 01-50 i 4855 4853 4854 0+16.00 Lt. 30.00 --/il `--Al --- A'1 ---- MICR 68 Sta.15+08.00 - Field Access Std. D+00,0D I 1 1 I— I I I I I 4852 1' I of a' 9 10' co CD C-, PUB 0+00.00 fL Access & H.G.L. Lit \ \ Existing R.O.W. \ Temporary 7.___,---- \ D+3&.0 D Lt. 14.00 W O a Edge of Gravel (Typ.) Edge of Asphalt 0+18.31 RI. 31.33 PLAN I l .00/ • :-x---x--- 2-4 .r t3+3R,?7 ,I Rt.1O.0D If r x-- '4 `- • r Construction Easement Sty. 0+40,00 (hutch Existing) N 1418866-59 E 3279671.39 Proposed R.O.W. ----x---X--x---x---Y---x--- Print Date: 31212018 File Name: 135588_DES_Access-04.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�t!•� rI11F.11 Irc. Cols -ratio Center laver 0+, J1 Sits d0]a SEM 7060 South Caicroia Baleyard ttavix. hb2Xe-7400 Tali. %.20.15143-E80O W 1 -6C -4N Fex22C540-6801 C C Sheet Revisions Date: Comrnants Init. Weld County Public Works Department As Constructed oats -outs Department of Trmepoltation Raw a'ir 1 PAX: Wa".alt39n Reglm 4- I(II< llll H Street P.0_ Box 753 e;Nmoy, en 00552 Tale.(970) 544-848ex5754 Fax (rc') 364-6497 No Revisions: Revised: SOUTHEAST ACCESS PLAN & PROFILE (STA. 15+08.00, RT.) Designer: It, A. Ai mo d a Void: Retailer: b_W. Sundaen Structure Numbers WEL468.0-059,0A Project No./Code BRO C030-054 19744 Sheet Subset: ACCESS Subset Sheets; 4 of 5 Sheet Number 13 DES Aaaaao S.cIT P:\a\W\MFiDC\135588\S-Fnol-dognLSi,draxirego\ ILGN FILES\ Deaign\Drownge\1 ++11J11.,r`7 I I i I '� �1 I I Ir Cif -15.00 y I Existing R.O.W. . ,. a n I y` I 'I I I I I i! I 1 .%r i r 1 ''l I I I I 7 1-, Lt. 180..56 . I l I /1/ I i I I rl I Co m' so' /7 / r `� J _/• . rr N I I I i I I I I i III I II I I Der I II .� I iI II ~I i i—I !t I 54 i 4 I i w. I H I I i I H I �3 II I II Si '-1 II II I I I I I I I IICr + I I II I I I II I I I I I WCR I Field I I I I I 68 Access I _ I i Sta. Do a a 2 CO a 16-I-51.00 - 5th. 0+00.00 ' r Lt.1/0.20 \I w I I ~ti. ` I `... I _ I c, --•-. fl I I I u 0_ I I w a_ q_ Access $1 H_C_L_ I ., I E Lt. 111.02 4654 aW -2.0p� •V } wi 7 - W - - -I - - I - - -i - - I II I I 4654 I I Edge of Gravel (Typ•} 2 w: , I..... r.,, .- • (� r + �J 4, I t -ct r �" ...•!`i; . Edge of 4853 I — I — --.. -I— I I I 4653 I I - I I / r I . . ` 1 fQ 1 + s + f' PLAN '" it- k. . �, 7M Gravel (Typ,) = �' ,—. ^. ski .-. • itZ _ �.".• •a�'I1V1t y y�� . r eel ' ` i e ... - �.. f ' � c t; ° a �: Ali" .� . - jetiki •� I.; 5 l ' 4652. I — —I — — I I — I — —I — — I Approximate — — Ground I I Existing Line I I 4652 I II 1 I Lt. 93,34 MI 11 0.100 0+10 0+20 0+30 0.41) at 50 I PROFILE II I IaJ lo' 1 1 I I' ! 5 aIsilJ Print Date: 3/2/2018 Ci CI 0 Sheet Revisions Weld County Public Works Department As Constructed SOUTHEAST ACCESS PLAN & PROFILE (STA. 16+51,00i RT.) Project No./Code File Name: 135588_DES_Access-05.dgn Date: Cornmants init. ool aaaa Department at Tra,epartadon V r ;,.w AT ae,ri-�ro ,feat nentire-as'•at pm:un-:ran Regim 4- OE MI H Street FNd °, Ca eos32 °'7 Tale. W a) 544-8489x5754 Fax WO) 364-6491 No Revisions: BIM 0030-054 Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: K.A. Almada Structure WEL068.0-059,0A 19744 s•tr� TITiFtiI rf; -�•�:: {._Inc. Q4c-c o Center Taver d+i .+ ants *son Taw. 72 5ao�, C SEE L�tevx �harrnrio itword Fex i�L1 5{r]it0 I Retailer: b_1+1. Sundaen Numbers ^� Void: Sheet Number 14 Sheet Subset: ACCESS Subset Sheets; 5 of 5 dorndaan 10:32-37 JAM P:\UZ\W\K'ELDC\L355BB\5final-dngnl5i—dravinga\ DESIGN FLE5\Dadgi\DravAnged35Saa DE&SurvayTa6.elg- TO ESTABLISH GEOMETRIC CONTROL FOR THE CONSTRUCTION OF THIS PROJECT, THE DEPARTMENT HAS PROVIDED THE FOLLOWING INFORMATION: _ Format O 30 Design Modeling Electronic Files os Horizontal Control Plan ShPpf Fl■ Vertical Control Plan Sheet I= Roadway Alignment Plan Sheet o Original Terrain Data O Other: x Specify the information format, ie., plan sheet, computer disk, computer printout, or other. The nfarmation marked is either contained ca the plays or le ovoiloble from the Engineer. TYPE OF PROJECT O Landscaping O 5igndizatron o Safety Improssement o Asphalt Overlay o Concrete Overfly o Minor Widening C Major Reconstruction o New Roadway Construction Bridge Replacement o Bridge Widening o New Bridge I= Other: SURVEY WCf3K TQ BE PERFORMED BY OTHERS: WORK PERFORMED BY THE CONTRACTOR'S SURVEYOR UNDER SECTION 625: — O — Fir - O — Establish and Mantain Project Dennterfirie or Engineer Approved Offset Line{s) Verification and Maintenance of Horizontal and Vertical Control Verify or Deternine existing grades cnd alignments Verify or Determine existing topography Clearing and Grubbing Limits SSection 201) Removal Limits (Section 202) Reset Items (Section 210} Excavation and Embankment {Section 203) Excavation Unclassified • StrWr g I= Muck o Rock Borrow O Other: o Potholing MI Embankment Site Grading o Erosion Control {Perm) o Other: o As Staked Earthwork Quantities (See General Notes) eta Ldndscd~ting Top Sol (Section .207) - Fftftt Seeding (Section 212) - vita Mulching (Section 213) - o Planting (Section 214) D Herbicide {Section 2171 Other: = Erosion tontrcl (Section 268) 0 Seeding (Temp} - o Silk Fence - o Erosion Bales l� Erosion Logs - o Riprap (temp) - o Other ▪ Roadway Bases — IMO Untreated Subgrdde — O Treated Subgrade — Aggregate Base Course (Section 344) — Reconditioning - o PIABB - Plant Mix Bituminous Base — o Other: Slope Staking [YO) Grid (YIN) Grata [YIN) Special Interval if ei a Y - - - Y - 100 - La - - - - G a sg .4 a - - - - - - - - F - - - - a Grid (YIN) Grade MN) S ecid Interval cad Offset o - - - - aa Y Y - - - Pavements ▪ HMA - Hot Ma Asphalt {Section 443) o Concrete (Section 412) o Heating & Scarifying Treatment Prime Coott Tack Coat & Rejuvenating Agent (Section 407) o Seal Cask or Clip Seal {Section 409) o Other: o Rood my O 0 Elements Curb and Gutter (Section 6()9) Prop inlets - aligrment and grades (Section 604) Retaining Wdls Guard Rail f5ection 666) Sithwak (Section 608) Overlay Stationing Other • Riprap (Perm) {Section 506) o Slope and Ditch Paving (Section 507) C Minor Structures o Structure Excavation limits o Culverts (Section 603} o Culverts wf Neat ('.ells and o Concrete Box Cda+erts w/ o Pipes (Section 603) - 0 Sanitary Sewer — 0 Storm Sewer - o Water — o Irrigotian — o MisceIdneous Mdnhdes (Section 604) Inlete {Section 604) Permanent Water Quaky E1 P (Section 208) Other: — o — O o — o (Section 206) Grid (YIN) Special Interval modal Offset ca - - - E - - - J. a a. Curb & Gutter Tangent Intervd Curve Interval Spegigl Of bet S Vs Loft Interval Center Intarval Right Interval Wingwalb {Section 601) Headwalls and Wngwalls ▪ Major Structures - Overhead Signs (Section 614), Concrete Box Culverts, Bridges - and al other structures assigned a structure number ▪ Structure Excavation limits (Section 2063 o Concrete Box Culverts (Section 603) w/ Headwalls and Wngwalls (Section &Of) Piling locations and cut off devotions {Section 502) o Caisson locations grid elevations (Section 503) ii Foaling locations, alignment, and elevations eta Abutment/Pier locations, dignment, std elevations ▪ Wingwoll skew angles/offsets o Structural concrete form locations - Substructire As -constructed survey, required for Bridges {Subsection 601 .123 and Overhead signs {S-614-50) o Bridge expansion joint{s) dignment and grade (longitudinal and transverse) ▪ Deck gad" at Girder 10th or "n" th pont locations and elevations o Slope and Ditch Paving (Section 507} o Other: O Fencing (Section 607) - o Temporary - o Permanent o Sound Barrier - o Other: ▪ Defneotors (Section 612) O Temporary Permanent O Lighting (Section 813) and Traffic Control Devices (Permanent) (Section 614) - o Signal pole locations and elevations o Light pole locations and elevations - o Sign [ovations - O geld verify sign pet ioogtione, elevations, and tenths hears fpbricpdon- - o Other; Pavement Marking {Section 627) — o Striping [Temp) — eta Striping (Penn) — o Symbols o Other: — o Temporary Lighting Ind Construction Traffic Control Devices {Section 630) o Signal pole locations and elevations (Temp} — o Light pole locations and elevations {lemp3 — o Sign Locations (Temp) — o Other: — — All Easements {Term Staking by P.L.S. Only) - Right of Way (Temp Staking by P.L.S. Only) WORK PERFORMED BY THE CONTRACTOR'S SURVEYOR UNDER SECTION 629: — o Manumentation (Section 629) o Control o Right of Way Land corners, Aliquot cornere o Easements o Reference the specified existing manuments:== o Replace the specified existing monuments= t= regiired. o Locate monuments. It is estimated_ hours are NOIE: A11629 items shot include adequate research, colculatwrs, and evaluations of evidence for monuments to be set. II A Tabulation of Survey Monuments may be provided on the plans. GENERAL NOTES: 1. lkdess indicated otherwise on this Survey Tabulation Sheet,alls(rvey work and stdcng htervds stall be done in accordance with the lerteet edition of the COOT Survey Manuel_ 2. Adeduate hfarridtbn far esstablsttng lines, grades, aid Ibvdtions for di work items have been spedfked on the plane. Any oddtionalinfarmatian required to etdce the item cc element shdl be generated by the Contractor's surveyor. 3. The Contractor's surveyor shdl provide an esttnate of the man -Fours necessary to complete the work items indicated an ttia aheeL k copy of this sheet, with the estimated man-hours written on the flank ire to the left of the specified items, shall be submitted with the Survey Schedule to the Engineer days prior to the Preeurvey Conference - Constructi:n Survey. 4. Stakes and Monuments which are damaged or destroyed by the progress of construction shat be replaced by the Controctor at no gddtanolaost to the Deportment. 5. The Contractor shall furnish an As Stoked (or 30 Design Modeling Electronic Flesh Earthwork Quantity report to the Engheer prior to completion of twenty percent (204 of the planned ea-thwark in any phase as per the COOT Survey Manual. A prnted copy of the As Sicked (or 30 Design Modefng Electronic Files) Earthwork data report and a computer disk with that Information on It, in the specified format shdl be submitted to the Engineer. The Contractor shaileld verify arignalgraind crass sections at a mawmum SOD feet intervals. 6. Prior to beglnnhg nark on any subsequent operation, such as plachg base corxse or paving, the Contractor shot certify in writing to the Engineer that the fnalgrade is sithin specified tolerance. 7. The Contract'or's surveyor shat perform al field surveying and cdculotrons necessary to tie plan grades into field grades. S. The Contractor andlooerdinate construction staking an the project with any utiity work D. Fishhooks ehallcontain doily records of paints sat and or mecetremerrts observed. Thee ',formation recorded shdl contdn: date, crew members' names, point no., deserttlen, stakng hfcrrrathi, and sketches. If the survey information re collected electrcnicdly,information recorded shollhe provided to the Project Engineer in a hard copy format that is iituitive, clear and related to the syiplementd information recorded in the field backs. All freer surveys, :such es slope stakes and blue taps, she' have the station and offset information related to the mea3lred itarmotien_ Non-linear surveys such as structures stakng shallhove sketches relating electronic information, such as paint renters, to the sketch, la. The Contractor's surveyor shallaub•rit the following fieldbooks to the Engineer: Horizontal Control {Princry & Secondary} Vertical Control {1.e. Benchmarks} Property Pin Ties Horizontal Alignment Cradng Slope Stating Mnor Structures Major Structures o One ffeldbcak for each work category shown on this sheet o Other Fieldiook(s): Project No./Code Print Date: 3,2.'2018 File Name: 135588_DES_SurveyTab.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials rlricll Inc. Cokrade Center laver One .i Silts da]a SEM WC* South Calcroia ealaYard ttnwx. r�1 hbY2Xe-7400 Tans. 7a 540-6500 Fax 22O 540 e0'rl C t Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed ooicraaa Department of Traneportadon le40:17.1,11iil !Worst Mali: i70-in1 PAX: Wee-`- 390 Regan 4 KFE 1(11 H Street P.O. Sax 758e;Nmay, en 90532 Tali. (97a) 544-6496x3750 Fax (rc') 31)4-6497 No Revisions: SURVEY TABULATION SHEET BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: 0.1+1. Sundeen Structure Numbers WEL468.0-O59,OA 19744 Sheet Subset: SURVTAB Subset Sheets; 1 of 1 Sheet Number 15 douulean 10:34:44 1!A P:\UI\WVIELDC1135566\541nd-lvgi\5LKlraxingcLDES]C-01 F11ES1Dewgi\Drawinga\L3S5BB_DES Data rdgi I I I I I I I I I I 1 1 I I 1 I I LEGEND OF TRAFFIC CONTROL SIGNS ROAD CLOSED R11-2 114-9 ROAD CLOSED TO THRU TR kFFIC s_I-I. 39 R11-4 M4 -9L (6) 000 000 000 ....M I110 II.'1 000000 000000 000000 M4 -8a VARIABLE MESSAGE SIGN (CONTRACTOR SHALL COORDINATE WITH COUNTY TO DETERMINE MESSAGE FOR VARIABLE MESSAGE SIGN) (2) TYPE III BARRICADES DETOUR ROUTE FOLLOW$ $H.392 AND WCR 61 (2) TYPE III BARRICADES STRUCTURE NO. WELOB8.4-059.OA .. NOTE: LOCAL ACCESS TD ADJACENT RESIDENTS AND OIL & GAS FACILITY SHALL BE PROVIDED AT ALL TIMES DURING CONSTRUCTION. 7.. WOR 58.5 VCR ea I ti a I- 1 I 1 1 In I 1 I G I r I I I I I I I I I J 1 T.ABULATION OF MINIMUM REOUIREMENTSF©R TRAFFIC CONTROL SIGNS ITII4H.gc_3P.t 9r4►1` LAtilrelP ADYAMICED ESTIMATED 0UJVNTTt-T ' ApNUMI(3 N P IM�r ct AN A iIE*ge1 �1Q441 PAWL.PARRlGA4?t MAW. I eAGNi inn 3]. fl44.11. r040 MOM I -2 SASS DETOUR 2 Oat CtTQUH 2 PM-tA C TOUR i 2 MIA IA ROAD OLOSCC 10 THRiJ TRAFFIC I 2 VMS VARrhlc r rdEs'SAGiENIGH 3 _ TOTALS . 3 s 9 a r IMM Print Date: 31212018 File Name: 135588_DES_Detour.dgn Hariz. Scale: 1:800 Vert, Scale: As Noted Unit Information Unit Leader Initfdls SF11 SIrr, 1 IIiF.1l H.'.'r•4:-{i' Irc. tukrado Center laver d„ zoco mouth Caicroia Eci5 and Denim*. r;1 8bY2Xe-7400 Tali. i20.1540 -E800 Fax 22C54400 -.68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed carrot* Department or Trmeportadon , �Lnemri1Wit!at'" glalaf rrnt PAX:annar ve Reglm 4- KIE 1(11 H 5(raot wit P.M O Sax 758 e;.M �'80632 IrAnal Tale. (97a) 544-848ex5754 Fax WO) 364-6497 No Revisions: DETOUR AND TRAFFIC CONTROL PLAN Project No./Code BRO C030-054 Revised: Designer: K,A. Almada Void: Retailer: b_W.Sundeen Structure Numbers WEL458.0-O59,OA 19744 Sheet Subset: DETOUR Subset Sheets; 1of1 Sheet Number 16 daundeen 10a37�{?5 WA Pe\NI\W\WFL0C\L.S55d8\rflnd-gn\51-lrowhg.LDE'SIGN FEUM12ridge\0roxingv\i355B6 GenInfa din • Ii N a_ 5 El C I W a O w r; TI I. 6 _ 0 3 L' W O M T 0 M T 0 m a Y 0 •ei sp .2 S. Itrn 4 W A 5. 3 Ji a a C a E F H ] J K 2 3 4 5 7 8 9 14 I 15 is SUMMARY OF BRIDGE QUANTITIES GENERAL NOTES STRUCTURE EXCAVATION AND BACKFILL SHALL IN ACCORDANCE WITH THE PLANS AND E4 ITEM NO. DESCRIPTION UNIT SUPER- STRUCT. . ABUT. PIER 2 ABUT. , APPR. SLAB TOTAL STANDARD M-206-1. EXPANSION JOINT MATERIAL SHALL MEET PASHTO SPECIFICATION M-213. IT WILL NOT BE PAID FOR SEPARATELY, BUT St -TALL BE INCLUDED IN THE WORK_ 202 REMOVAL OF BRIDGE EACH 1 ALL EXPOSED SUBSTRUCTURE CONCRETE SURFACES SHALL RECEIVE STRUCTURAL CONCRETE COATING TO DIE FOOT BELOW THE GRAND LINE. SEE PLANS FOR SUPERSTRUCTURE 266 STRUCTURE EXCAVATION VIVO_ 346 317 380 1,045 STRUCTURAL C174CRETE COATING LOCATIONS. THE STRUCTURAL CONCRETE COATING COLOR SHALL BE AS DIRECTED BY THE ENGINEER. 206 STRUCTURE BAGKFILL (FLOW -FILL) CU.YD. 210 217 427 ALL EXPOSED CORNERS ON CONCRETE ARE TO BE CHAMFERED 3/4". INDEX OF DRAWINGS ALL CONSTRUCTION JOINTS BE THOROUGHLY CLEANED BEFORE FRESH CONCRETE IS POURED. 206 STRUCTURE BACKFILL (CLASS 2) CU.YD. 13 118 24 155 -SHALL DWG. NO. DESCRIPTION ALL CONSTRUCTION JOINTS NOT SHOWN ON THE PLANS SHALL BE APPROVED BY THE ENGINEER. 2a°" FILTER MATERIAL (CLASS A) CU.YD_ L2 ll LEVELING PADS ARE UNLAtINATED BEARINGS. THEY SHALL BE CUT OR MOLDED FROM AASHTO B1 GENERAL INFORMATION - SUMMARY OF QUANTITIES ELASTOMER GRADE 3 4, OR 5 AS DESCRIBED IN TABLES 705-1 AND 705-2 WITH A DUROMETER (SHORE "A") HARDNESS OF 60. 200 BED COURSE MATERIAL {TYPE I) CU.YD. 14 16 30 62. GENERAL LAYOUT GRADE 6D REINFORCING STEEL IS REQUIRED. 206 BED COURSE MATERIAL (TYPE II) CU.YO. 21 24 45 93 ENGINEERING GEDLOCY ALL REINFORCING STEEL SHALL BE EPDXY COATED UNLESS OTHERWISE NOTED. ALL DIMENSIONS FOR BENT BARS ARE OUT TO OUT. 403 HOT MIX ASPHALT (GRADING SIC (1007 (PG 64-25) TON SZ 62 84 BRIDGE HYDRAULIC INFORMATION BS SCOUR COUNTERMEASURES E.F. - EACH FACE as.- OUTSIDE FACE F.F. - FAR FACE I.F. - INSIDE FACE 501 TEMPORARY STEEL SHEET PILING (TYPE 0 SQ.FT. 2,500 2,500 N.F.= NEAR FACE B6 CONSTRUCTION LAYOUT ALL LONGITUDINAL AND TRANSVERSE DIMENSIONS ARE MEASURED HORIZONTALLY AND INCLUDE 502 STEEL PILING (HP 12 X 74)* LIN.FT. 376 32B 323 1,027 Id7 CORRECTION FOR GRADE. 97 PILINC LAYOUT Tl-E CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY OF THE STRUCTURE AND 502 PILE TIP EACH 10 12 10 32 BS -81O ABUTMENT DETAILS EXCAVATIONS DURING CONSTRUCTION. Tl-E INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND LOCATION OF 506 RIPRAP {0 INCH) CU.YD, 147 147 B11 -B111- WINGWALL DETAILS 1JtERCROUND UTILITIES IS NOT CUARAt4TEED TO BE ACCURATE OR ALL INCLUSIVE THE CONTRACTOR IS RESPONSIBLE FOR MA1(D+YK HIS OWN DETERMINATION AS TO THE TYPE AND 815-616 PIER DETAILS LOCATION CF UNDERGROUND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE THERETO. 5Qg RIPRAP {18 ]NCH) CU.YD, 93 i1{} 203 TEE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-200-922-1087 AT LEAST 3 DAYS (NOT INCLUDING THE DAY OF NOTIFICATION) PRIOR 817-918 SUPERSTRUCTURE DETAILS TO ANY EXCAVATION OR OTHER EARTHWORK. 515 WATERPROOFING (MEMBRANE) SQ.YD. 374 374 6141 PRESTRESSED CONCRETE SLAB STATIONS ELEVATIONS, AND DIMENSIONS CONTAINED IN THESE PLANS ARE CALCULATED FROM A RECENT T SURVEY. il-E CONTRACTOR SHALL VERIFY ALL DEPENDENT DIMENSIONS IN THE FIELD 518 BRIDGE EXPANSION JOINT (ASPHALTIC PLUG) LIN.FT- 65 66 920 APPROACH SLAB DETAILS BEFORE ORDERING OR FABRICATING ANY MATERIAL. 621 BRIDGE EXPANSION DEVICE PLUG JOINT SEVERITY OF POTENTIAL C<POSURE FOR CONCRETE IS CLASS 0 FOR THIS PROJECT. 601 CONCRETE CLASS D (BRIDGE) CU.YD_ 63 35 92 36 71 297 622-823 BRIDGE RAIL TYPE 10M 601 STRUCTURAL CONCRETE COATING EQ.YO. 151 31 112 23 317 624 EXCAVATION AND BACKFILL FOR SECTION OR DETAIL IDENTIFICATION BRIDGES IN CUT B 602 REINFORCING STEEL (EPDXY COATED) LB. 18,954 3,897 7,786 3,334 9,326 43,899 625 STRUCTURE BACKFILL (FLOW -FILL) CROSS REFERENCE DRAWING NUMBER 606 BRIDGE RAIL TYPE 10M LIN.FT. 21D 210 11213-828 BRIDGE DECK ELEVATIONS (IF BLANK, REFERENCE IS TO SAW SHEET) a13 2 INCH ELECTRICAL CONDUIT LIN.FT. 210 210 BRIDGE DESCRIPTION 618 PRESTRESSED CONCRETE SLAB (SPECIAL) LIN.FT. 717 717 DESIGN DATA: 2 -SPAN (51I-21/211 511-21/2") BRIDGE} DESIGN: AASHTO 7TH EDITION, LRFD BRIDGE DESIGN SPECIFICATIONS 2014 * AN ADDITIONAL 5Y. LENGTH HAS BEEN ADDED TO THE BID QUANTITY TO ACCOUNT FOR POSSIBLE SPLICES MD CUT-OFFS. P WIESTRESSED COMPOSITEC NCRRETE E SLABS DECK WITH 2015 Sc 2016 INTERIMS. LIVE LOAD: AASHTO HL -93 DYER CROW CREEK DEAD LOAD: ASSUMES 36 LBS. PER SQ. FT. FOR HMA WEARING SURFACE 32'-O" ROADWAYS 11-6" CURES. ASSUMES 5 LBS. PER Sc'. FT. FOR UTILITIES BRIDGE RAIL TYPE 10M. SEISMIC SKEW DESIGN CRITERIA: REINFORCED CONCRETE: .•' PP. CLASS D CORETE: f' Q = 4,500 pei SITE CLASS C ' SKD ..'�'{ IC 11)% REINFORCING STEEL: fy — 66,000 psl PGA. — 0.046 5s — 0,143 ! 31 = 57.030 Fpga = 1.2 PRESTRESSED CONCRETE: fa = 270,00D psi f'c - SEE DETAILS = f'c — -SEE DETAILS Fa — 1.2 Fir - 13 +` 4710. 1'�' r`'i•• ,• ; a• c� _ 4, ', 'I1 I T r� d �r �' FUR BURIED UTILITY INFORMATION THREE (3 BUSINESS DAYS BEFORE YDU DIG e+ GALL 811 STRUCTURAL STEEL: .o t�'��� SEE BRIDGE RAILING DETAILS "• f' Art ` •'SP ,','hrsilppii \ (cr 1-600-122-1967) UTILITY NOTIFICATION CENTER OF COLURADU MCC) www.UnCC.arq Print Date: 3/2/2018 � Sheet Revisions Weld County Public Works Department As C an str ucted GENERAL INFORMATION - SUMMARY OF QUANTITIES Project No./Code File Name: 135588_GenInfo.dgn Dote: Commants Unit. 4DICraao Department of Trawpo talon 1(11 H Street �� V r ;,.w Aim Nd °; Ca eoss2 , r*r mai-�ro aaeat °'7 Mali%cras•'rar rax:vm^" ,,_ Tale. 9I a) 544"8489x5754 Regim 4- KIE � Fax (9?G} 364"6+97 No Revisions: BRO C030-054 Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initial$ Revised: Designer: K.A. Almada Structure �VEL4G8.0-459,i}A 19744 s:rr� TITIFtiI rf; -/•�:: {._ irr. 00 sing .So Center Taver d+, -+r.+ 911th fiO56 Taw. r2 sw�o C ail 4�tger r 1harY1 Slip ayard Fax 2C' 540-tEt,1 Retailer: D_W. Sundaen Numbers Void: Sheet Number 17 Sheet Subset: BRIDGE Subset Sheets; 61 of 28 3. 2 3 4 S 8 7 8 9 10 11 12 13 14 15 18 4 a 1 sl Otittie2 Borltd' Teigpnane Dine (Typ.)) Roadway and Rorie arrW I Controlth i 4435 4e19 Print tote? 3/26/2018 Wr'tlondo CT so.) lit tiny Fence (T$F.) 51'-2Vr r-3`4 E.F. ANAL 1- *elev. 4$SS 4: Lo.r CInwd £ic'a- 3$52.83 HP 12 s7+Nearms. w - StreSheol Ring (Fier lotallita to be detetriiie-1 +n the field) Eriating SU. No. W fro be Removed) TM -Spinal Construrallan Ersrti-iunl (Typ,l MO MI =Ma a a a L1JS8.O-059,0A Precool Sorrier Cleo. 4545.00 en Pipe Underdratlo iTyp.b. See Ciro) No. B'S for Woks. FLAN IOW n awaets Type 4 0 Fier. 44 4.4! ErrPting Porter Polo I(To:'b. Reioco14d) ii. a — - 3 - a a ale roe of Fi1(Tn.) I_ Uf4i :Abel, I r t Pier 2 vPl"1t+55_00 trElev. 4655.72 -613,t5 -.a8$.5$' 100 Yr. W5E VEMr. 4b51&8 Appttiwirrroie Elating) Greased time eJanQ H.C.L. 4o flit Nome: 135~588_uninJLoyekil.dpn Hair'. S. Se: lt20 Vert. Scale: A9 Noted 'Unit Lniermalt on US! Lender arxi si3 1 Bottom 41 Chonnel Dor. 4541_6(i) IN Tr. SCOOP PION ti SECTION (Totten et ( Br4Jgle cad Horizon t d' Co nII cal L in ej 3Finished Roadway Elevation {Top of fmtphadi) 1.75' F:rertoard Udier.) 20'' COilla Cr'0s5114 a- �l�.y f Evil Virg 0varhall4 OM a r' Line (IyQ,) 4550— a. a, ;G -- et f#q; *al. J 1\ --fit P Abut.. 5 EW ►. 45$'5,.₹l* Precast Concrete Barrier Type 4 13° Compacted A.B.C. (Class 1) f'R gr •a..r.a.a.-•- 40. - 1:&}} 4149 Rind 02 Curb V c.. ■ L50.CtiY 1+4 teg 1.215 Location of Structure -fl flo u.. - 310.001 PRDFILE GRADE HYDRAULIC DATA 04W (IOU ii*i - 4$51=0* Q COO .611 - &98 FPS 4 — 4,75t1 CPS C vt. to Out 73 7 32'-0" Rood�!rt, 1-0? 1 .-l" 4'-Cre ..4%0.11 wilt.. Era Prolhe crude Line .).rl ttobt oror Wet eepro olinyr Mrrnbaorre 1.02 I H_C.L. I. . .a ) Q's u I in L.AP§ 8 t fi}ridSe Bridge Rol Type 10M a dTypi k o. 2.01 5'M+. 3'•+0"' I 2" Conlin tTyp..) 18" o .5T" P.raeiruumed Cara*ele Slvs frsder (Typ.} 5 550.0 4'-'4D" is 29"-0' TYPICAL SECTION 2 P-6" Cut6 r Sheet Rovisions Comments Weld County Public Works Deportment Oared* ~net of Frominlelka 5. w.re.. CU 7 =Italy emir r Oil JOS itil w c.4.J...i +.n. e-, 3e a r-eimk, Co E4S2 at faJa; Jaa-Gina o; b:l 14' (nil 4444441 T _ ta As Constructed Mel nswielont: 'GENERAL LAYOUT EXHIBIT Project No.:/Code URU C010-pnJ. Revised: Desirer:-. t(..A.1 e4Wil Detaitt: LLW; 5vi4atui 5nget Stabile: t C1)ct fa Sir waif e %ants if Twallt WON ea of 24 0410#,1.0-059.00. 19744 She.; P4ye'$t'r 18 N Y a- 5cc C W 0 TI 6 3 4 W 0 M 1" 0 M T 0 m m s .2 0 a Itrn 0 L W a m t 3 a a C E F H 1 K 1 2 4 5 8 In 11 12 13 4 is 16 1 FYI • 1 ! nut 41 tit --X---x--3�--x---Y-L-Y---}---x---Y-- Fi f- - 1--T---T---✓—T---T—�—T--—T--T--- - -' L LineHor'iiontalControl r��-• --'N---'N---14---W---'4-- --. - -7 T—` and Roadwo -- -- __ �. --T�--1-- , r r. 7 ----T fir_ ? j ~T--T- } } -- — — — -- { } — — ry Jar — — — o' ter �' a0' -�— �. t,`7 // >t :. Sta. 12+02.50jt� B.F. Abut. 1 J f t /� _ ! Jf 8-3 ff { +VCR 68 1 �r — I I } } �B 1} a ��; j i .j f J {f `..Sts . 1,3-F07.50 B -F- Abut- 3 jj J 811. - f 7— 1 } - !} _ I J-- tar 2 Pam 1�ti Call r E — OH-- —E -- 8H-., —,,-- t „� — -- - — [1N --+ - - -- - - - il ' -- - �x—�-.011--�---5,.--=L - 9H-- dlfilflCi+liwoos ,lam 3 k Lit Cj 5 � =-Oll-=1==-f---Jt•- Hates; ,�t' irre-iI — 4 $ -r. -Final Grdde --1--=r--- - - -- - •• Information for this drawing was taken from Cl report of ' — " as55 B-1 li B 3 Geotechnioal Engineering — — — — #r Recommendations dated — — — — T.r.. i� �' -.} �� November 3, 2016 v 49.54 � �• - _ r1s•. —'• ` � 48A •!• ..; ,�, I 13 �r� '` rf and prepared by: 4845 Mi _ s' �f .\ `tx1�5•_ B-2 I �'i; +i.4Y I .et7{r. F Oi 5 CEOCAL +' A E #i -'t 7,,• — —..a;'' �,- Approximate Existing Ground 729D South Fraser Street 1}° '.: 3 , .' Line along the H.G.L. f� •,,rie, �� II . Centennial, Colorado 8D112 a� , �4-4 (Project No. 616.1636,040 ) * i �., ,k ,E;� , *Standard Penetration Test Sampler 4' "4}• 463t * t # * 13- (The final two numbers added -.-, • • = 1 together is the N Value). 4930 X30 P6-.-47•,' *IMJ(78 j Frlla7LSil AMMlodified California Liner Sampler (6o Blow Counts) • I■I 4+325 Cr Alu•2a 4825 - A F4- ..' - *� 4924 :-.. A nnE :• 4820 15' fE1]•'• A. - • i 4915 122 se/su 4915 Ar ' - 4810 A/'0, 4810 A -,„ _ 4@C4 * /� 4803 � 0' 11+d0 A bE& M'..4 12•+40 LTuW b 14.400 4' 351 301 SUMMARY OF TEST RESULTS TYPE DF MATERIAL LEGEND ' ' Copth {f t} Clarification errO�"4"'' Dart man um varero"1 coat o- ti aiF. , � e;_ ® Asphalt Pavement Topsoil, Silty Sand Aggregate Base Course, Sand with Gravel Fill1 Silty Sand to Clayey Sand Silty Sand y , % Poorly Graded Sand with Gravel 8il#y Sandstone E3edrock Claystone Bedrock TEST Blavre par Fvat'a h'GI R - Refuedl BORING _: 'iF7 `r CONTINUOUS Hole Ste Semple Number PENETRATION TEST 2 Inch Diameter Crive Poht 39 Inch Free Fall Lod Pound Firmer 0 W Location of Taat Bgrino Laeotfon of CerUJnuou5 Peretrnifon Teat 3" Nlrefne 6crin$ ate. g,, Vaud AASHro Lliii .a ,a, �� ce 2-I 4 9tty emd filth ffaveittl 0.-2-4W) }e ps - - H4 - YF B,6 1� B7114 �orM graded amsVa wd A-1-1)26 70 - - IM - IA 113.1l22 2-1 34 Beatherad n bertads - t 02 - - Fig - IF 111.0 198 * fl cloy Douala ;, w,, [N Vain) �r •. Water Level 2-1 5B Clvatona bedrock - 0 10 - - - - - 5,4120 Bti2 10 t1Fy varri - - - - - HP - it 21.0 lei Rotcry BoringC-C 20 OF -Nakano bearaots - - - - - - - - 17.3 1i4 See' Blow CQuita E-i!_ B-3 a 3Iy 00.r IO:D a Bs - - IV- IF s2,3 at► ,: — auger Bain B-3 34 Weathered r L, dads - 10 53 - - IM - IP 21.7 182 B-3 SB C.aatctre bedrock - 6 Si - - 5b - 30. 17.4 1L1v. Crre Recovery Rii.4. 50 25 =_ = +Standard PenelnatIcn Test 6 C SHTD T 208-74) 50 104 Rove Per Foot Prink Date:11/22/2017 . I Sheet Revisions Weld County Public Works Department As Constructed ENGINEERING GEOLOGY Project No./Code File Name: 135588—EngGeology.dan Date: Comments Init. oolavaa Department at Tratep.ortadon llll II Street ��u V rye ;,.w Enid e, Ca eos32 , t+7 crest-r:d Baeat °'7 mar.:6ra-ss••�c rax:aao-n:ranaae ,,_ Tale. 9. a) 544-84119x5754 Reglm 4- KW Fax (9?4} 364-6491 No Revisions: BRO 0030 054 Hariz. Scale: 1:30 Vert. Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: ft,A. AJmada ructure WEL458.0-059.0A 19744 s«rr� TITiFII If;.-�•i::{,_ Irc. aCokr0'6 Center Tarn d„ .+ SOU 5m6 link. r2 s4nB C1,1 �Fr7 t�tevx r1hh 2 grip Devoid Fax .i2 540-66nl Retailer: b-Vl. Sundaen Numbers ^� Void: Sheet Number 19 Sheet Subset. E3RLDGE Subset Sheets; B3 of 28 1 2 3 4 5 9 7 8 9 10 13. 32 13 14 15 16 P^_\L2\W\4/ELfit\J3S56815—Ifn1Fdsgn\5I-draxfng2\ GN FILES\Bridge\6rasIng9\L35559J-fyfo(nfa dgn daundeen 10^_42!24 • Ii - W 0 I. 6 0 3 L' S 0 W 0 1-• 1" 0 M r 0 m to .2 s .S o` a m Itrn `o W A 3 a a C D E F H 1 J K 2 3 4 5 9 7 8 13 15 18 BRIDGE I HYDRAULIC INFORMATION .�• ¢ r I r . t I i J- _ .`'' •�I L s i t 1 STAGE -DISCHARGE -r ; - -� ''`;-may 14+ -•. A'i - i I J i hi,�... ` �` 'III% '* 4960 STAGE AT URSTREAFA FACE OF 6RIDGE I I 1 I I i I I , - ,y X -L `_ `% ""ire-.._ 1 1 I i K 1 I 1 ' i- rr PEW GON5THIN TICN - - NA11IRAL CHANNELk I i i I I _ T I 1 _ F I I -I-. , - ti4 �t t"- I 11 o v Td} NDIDM3 I.I II I I I I I I I I I I— I— I— I r I —I r` �. '' -� —_ ..- _ /,, r ff. / � �. I I I I I I I I I I I I I I I I I I I I— I I I I I I_ I I I I I_ I I I I I I —I I I I —\ a~- -�tx __ `� `� i- ~ k = �- I. 1 f '� et-in 11% t' W �TM (n I I I I I I I i I I I I I I i iiii I I I I II I II I r- I y-�—_ • T � -- P - 1 t1 • Liii Diii iaj -.. �:; x arc— _`;iI- ifs, ` __} '\ 1 `�—N --- ` rXr - `` \ `' ��• til I I I i I I I I ' I I I I I I TFU'LWE& #6#1.71 _ J — �. — — - _ ' -- — — . t: I t \ N. k , • 0 20x0 4000 6000 8000 lama 12000 14000 16000 Q DISCHARGE IN CFS DISCHARGE —FREQUENCY - , I - ,` -'4 I.• — O I -:, f i ` � I,. ,.. ( 1 ti ---r--1 \ I r _:1:,....,\ ----. ,�'ti ----x... i 1 ICI I 1. _�__—x Q DISCHARGE IN CFS p yyG� p p G p Gp� p o O a 4 O O Q 4 O p I I I I 5 •s,., �c �,• aks.--"-fce :-.-:.1;...,0...4, \1, II I I I I i I .Yx...., `�`- I ix 1 • , . , -. — . , -.. ,..,_ "LC:- �r`r"W <r �_ ._ — AN.. . I I I I I na e r s �I {. .r _ e "'.rI: i 12+0 Q It —" fry-'' $ > - ... .. a� ''-• , `�` — r — , `' ti„1,r.s •\ h "_ " ti t� y I s fwl x xitl. I Ir i �` - ti_,ti ••-•„, -- -- / - , Or I I I I L, ti}t— i . ~•'r, _ - .-....._;:c,�,___ — ,' __ _ i �� r ri _ r } �� • • -` ,ICI '`'.� ` + 3i1 f \ i5-,-.1.,+Lti_� •�. / ere' • �� -r "'.,145 I Imo— rr■rr-Yf� _ SI .i3' I J. • �- !� I �- +{�•.�F�.L.,� '}•rt"'d' J N� -..,'V ~ �'- �� . , . , •°- — 9 �`� o-a�^ _ tr,-�" f I - - �� ,� . v' x +a CO - ?900 CFS -- q -�{} �"y .. 1 I I — er ''+�, � �, rte.' f 2 c 1I % \ ti `r.i _ . I 4 103 - 4200 CFS `X��X_ 1 V lJ ...=e-t... ~... 1 -. L :..� . �' - •'yo- � -lt_.•'�-.�:1:•.-- 'it`- -:�- 4 500 - - CFS �...,.•., ,. 0 5 m 25 50 KW 504 RECURRENCE INTERVAL IN YEARS 41353 I I 4659 #656 Upper Riprop Reference Line - 4538 (Approx. Elev. 4651.1.8 0 Abut. 3) I I" I Proposed Structure (Token • DESIGN EVENT RECURRENCE INTERVAL: IOD YEARS d85d 4154 � of Hydraulic--Control-Line) Flaw I � 4652 Low Chord Elevation — 4652.83} 44$2 CHANNEL DESCRIPTION N. ysga +spa Bottom Material- Cohesive 0 Non Cohesive Bottom Material Size - Cloy■ Silt• Sand ■ Cronin I Sta. 1+42.16 4844 0 Note silty sands, silts, silty cliys uueeStream Mropose d-11010rr—w5E Sta- 1+98.5 I I 4646Cobbles Form - Stral#t■ Meanderingf Braided 0 Mannings ono for Design - Channel 0.035 Overbank 4.035 4644 - - - 4644 Debrle - Brush 0 Treew Cage 0 teen Note -4342 — — 4 _4.94.2 Drainage Area = I.r297 Square Files 4640 I }+ 7 f 454t} 4-630 - Existing Ground --'f 1 4433 6936 II 41/39 COMPARISON OF HYDRAlJLICS (50 Yr,) COMPARISON OF HYDRAULICS (100 1'r.) 4634 ScOu Profile 4634 Velocity Freeboard Velocity Freeboard (50 (50 (100 (100 4e32 +432 yr.) yr.) yr.) yr.) Existing 5.12 fps 0.28 ft. Existing 7.30 fpa -0.52 ft. tax; 4930 Proposed 5.4 fpa 2.43 ft. Proposed 6.98 fp3 1-75 ft. \ 4626 / #62a 4400 3100 2-4DD '- 1404 0400 PROFILE OF DESIGN WATER SURFACE Print Date: 3/2.'2018 Sheet Revisions Weld County Public Works Department As Constructed BRIDGE HYDRAULIC INFORMATION Project No./Code ' File Nome: 135588—HydroInID. dgn Dote: Comrnants Init. 0oiaaaa Deportment at TrA18portadon 1(11 H Street ie P.a- aox 759 ��ta� V Wit;,,.,e. e;Ndry , Ca aoss2 ; Malif a"&tall PAx:u'ratn Tele.(aIa) 544-8499x5754 Y- Resign 4- KW Fax (510) 364-6497 No Revisions: BRO 0030-054 Hartz. Scale: 1:60 Vert. Scale: As Noted Unit Information Unit Leader Initial$ Revised Designer: C. Wilkening structure kVEL458.0-459,4A 19744 + fie s.-rr'riLFyl H;-r•I:;"{/- Inc Coin -ado Center laver d„ .+ SLIMS &in Tau. r2 Si0{E'ao SEHCC 4�tavx��har grip le'iard Fax DO 5 �d0•II Retailer: b_W. Sundaen Numbers ^� VOid: Sheet Number 2© Sheet Subset: BRIDGE Subset Sheets; B4 of 28 3. 2 3 4 S 8 7 8 9 10 11 32 13 14 15 1a daundren 10a43eb2 bM P\NI\W\WELOCV35588\S-find-d2gi\51-dravhgsLDESIGN FILanlarldge\Orw,ing,\i.LSSRh SroirtntrMeanure.dgn • a 5 EL I W 0 I. 6 0 3 L' a5 0 W 0 1-• 1" 0 M r 0 m a Y CO s .2 a m 1 4 ■ w n a a m g 3 ii a A c E r H J K 2 3 4 5 Po 7 1 8 12 13 4 16 B+�Q- \ • k - - 0S'9x t �� J III--.- . I __•, _all - - __ , _D\ -r�s9 /, _,p,+ — ' N. - t4. l� '•'#f*(} r a% ..S■ ','mid -,-..--J j r ��`' �{ — f Sta. 12+02.50 ///.. j f B.F. Abut. ia.,� �J �r �. f 22 ' { b.z r ^;� { { { r ww Ftd' _ `�� } f } f { ! Bridge and H.Q.L. { - - { } {} 0 ci f 1 i f - {i Std. 13-1 07.50 { .: j ; :' "f Std. 124-55.00 } �/ B.F. Abut. 3 •f {fir 1.•({� .! Pier `2 r / / '_, It 1 / / i f f / 0' 8' 1&' 32' I . 1 666 el i�_,.r. "'�� R'' ,'+r� •.+,y,� ,, rr;# , • Io�'i s+I� rr `h rn�' #_' =Y.,41#sue I 7 '1��1 ., .Sr�J_�,S�►'�� r 111 41--ou \ �IL 191.-1400• ',� __ g Fier Riprap ,1401, 25'-0" Abutment Riprap $ '' } N. Rea = 9", #� 25-0" , •••-. ph Thickness = 27° T e/ Wi b (Typ.) Thickness = 72" . ,rR PLAN .y�.—' r r, . 1115'-Q" c. :� � .e 4 1'-3V2" 51I-21/2" 51'-21,4" 1.'-a 2r "�. F: .■.■■'wie■ -: • +; + 4685 Pier .2 fees Brg. Abut. 1 III Brg. Abut. 3 B.F, Abut. 1 $ Abutment Qsa = 1$", Approximate Existing --B.F. Abut. 3 , — I Thickness — ?7" (Typ.) I Ground Line along H_C_L_ — -0855 ! I I 45655 iIi I 1 I - ~; �I_,yl' I 4' 4' x i-'''�i - ' 4846 } 40-45 I L— - —. - — — 1 } 1 — .. L -� _ ka — 2 (Max) — 2 (Max) 1 - _ x ;frsr�i•:^ -, Pier Riprap 1 — — r N o _i `l. if at u i b50 _ Q�r r r — 4836 — �s+-- Thickness = 72— Below Crude (Typ_) 4835 — Bottom of Channel 6" COOT Type II Bedding on — — Elev. 464L6(±) 10" Layer of Filter Material4" COOT Type I Bedding (Typ.) - - (2'-9" width all around) (Typ.) 4a2s SECTION 452,5 (Taken at I Bridge and Horizontal Control Line) Frint Date:3/2/'2018 . Sheet Revisions Weld County Public Works Department As Constructed SCOUR COUNTERMEASURES Project No./Code File Name: 135588_ScourCntrMeasure,dgn Date: Comments init. oolaoaa Department at 1rA1ep4rtAdon lul H Street �� V Wit !Word *Mee;Nd ',Ca S0632 • ; MTHf6i�"a s it PAX:vm^.�af Tale.(97a) 544-8488x5754 Resign 4- OE Fax (Mg) 364-6497 No Revisions: HO 0030 054 Hariz. Scale: 1:16 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: C. Wilkening structure WEL468.0-059.0A 19744 y,. -4-,Y TILFµ 1-11;:- f•1::-trr_ Irc .r, Cokrado Center laver d+i + SLIM& ACM Taw. r2 5ia{E'Oo SEH 4Mtnvx �ha grip le'+ard F .i�L1 93-4d'rt Retailer: b_1+1. Sundaen Numbers ^� Void: Sheet Number 21 Sheet Subset: 9RIDGE Subset Sheets; B5 of 28 3. 2 3 4 S 8 7 8 9 10 11 32 13 14 15 1@ daundren 10^_43!42 AM P!\lUI\W\WELGC\I35586\S-final-degn\SI-dravtng9\ S]d*l FILES\Brldge\frwi ig9\135500 CarakrLavoutdgn • Ii N Y a_ 5 EC I A W 0 TI I. O 3 b O a W 0 M 1" 0 M T 0 .2 s .2 0 a m 1 4 W A r a A a E r H 1 J K 2 3 4 5 8 9 14 105'-0" B.F. to B.F. AbutmentsN 1,-3W, 51'-21/20 51'-21/20 1' '3Vz" Bridge RdII Post S dcln 71" 11 Spa. 4 9'-43411 = 103'-0" 't P-4741'(Measured is Wong Outside Edge of Deck) Wingwall No. 2 Approach Slab I Q RoilPost (Typ.) I F 9. 'q('Ut ! / I / f Neat 2 et. \ I I I . I ,P &VV. At, Wingw411 No. 3 p \ g MI _ �_it i 44 �, T1 V1 f +7 / 1 { 1 r Girder [Typ,) ^tq{ti ; /JI JI V ! - o a / J o r / 02 r r I // } { 20'-4" (Typ.) / / .w. -' ° ° } o Std. 12102,5 G G3 Jrr1 rr } r 75° 0'0,1 ca a Q N II Irl O / l rn N 72, f B.F. Abut. 1 f f / G4 1 J r r i 0 r f r r N$5° 53'57"E j- / Sta.12155.00 f a i/ (TYP3 / / } / En d Q in En - f G5 ! >� f f Std. 13+07,51} / 1 f / IR F mat 3 / / o rr } I II 1 G6 rr rr r f{ 1 r f 1 J I f rlf /) I _Ofj jJ fJ Yt 1 I f 1 f i 4,6 I • I GJ I G 7 / I--1 { ` ` Y- J r + 7f f \ VA1 ) + l Approach Slab CS Bridge Wingwal I No. 1-'I Rail Post Spacing 1'-4%" I 2" Conduit (Typ.)-/ I Roil Post (Typ_)I cantered between Posts TooleConstruction Joint \l I 11 spd. 0 9'-4%B" = 1D3'-0" I WingwallNo- 4 714" (Measured Wong Outside Edge of Deck) n irn. r.e� ,'.'Y CONSTRUCTION LAYOUT „, OOr....- h try•�.. ., e Y•, C•y r i6'�'R $ . ,, - _ F Notes: ; . C1 , P+,;__ 41 p +tai See Ding. No. B22 - B23 for additional Bridge Rail Detalle. .4."�,� .., Conduit shall be capped at back face of Abutments. Print Date: 3/2./2018 .=} Sheet Revisions Weld County Public Works Department As C an str ucted CONSTRUCTION LAYOUT Project No./Code File Name: 135588_ConstrLayout.dgn Date: Comments snit. coiaraaa Department of Trmeponadon 1(11 H Street �� V r ;,.w r1Nd °; Ca eoss2 , r*r aeEry -en aaeor °'7 mar.:6ro-srrlt PAx: WP`.ran ,,_ Tale. 97 a) 504-8489x5754 Regim 4 KF Fax (5' ) 36+-6+9i No Revisions: BRO C030-054 Hariz. Scale: 1:10.6667 Vert, Scale: As Noted Unit Information Unit Leader Initfdls Revised: Designer: IC,A. Almada Structure WEL468.0-059,0A 19744 s-rr. rlTiFtil K: -�•,::-{._Inc. .+/ Cckredo Center laver d+, a.+ silt. 5m6 Taw. r2 540 0 CC �FM 4�tny a rxl hb2 grip �e�/ard Fax .i2 5+a-00'�I Retailer: b_1+1. Sundeen Numbers ^� Void: Sheet Number 22 Sheet Subset: 9RLDGE Subset Sheets; 86 of 28 1 2 3 4 S 8 7 8 9 10 11 32 13 14 15 18 daundeen LCa44c20 AM P!\lUI\W\WELGC\135589\5-Ilnai-d9gn\SI dravtngn\ DES]r2N FLLES\Brldgcllxaxl'gsM35580 FndLayau4.dgn Ii N Y a — 5 C W CO S'' I. E 3 O a W M 1" 0 M r 0 m e] s 0 a m 0 L A 3 a a c a E r a H 1 J K i I 2 3 4 5 S 7 a 9 10 II 1 12 1 13 I la I 15 16 Possible Conflict n a c a 0 , a c o cc cs Rc w o ¢1 F4 �•c ` z m t+1- -H 0 Co -c Y c J 0 a. a' 1D.43' Pier Footing -T-- -T— --T—= — T ---T p fief 2 C 0 CNI — — + Stn. 12+017 10.16' Pile erg fp^16r,t 1 1 'rlin9fof4 ro FOUNDATION LAYOUT Weld _per Manufacturer's Instructions Commercial Tip REINFORCING TIP DETAIL Use commercial tip APF Hard Bite 77600, 77750, UP H-776, Versa -Steel VS -300, Construction Supply HT -3300 or approved alternate. N$8° 5.3'57"E J_ `4 I 102.41' HP 12x74 Piiing (Total 6) {Typ•) MS* (ftr rl 1 aLip Elan, £ 11 Elea Max. Dear Load As-Balii lils SIP t12•7.d .Abu_ 1 di8118.7l d1EdiE_77 Adt5 $P 12,174 iMlnperel No. 1 A km2 4911.77 4$455.#T 6.r HP 1221174 _ Plan 4813.13 4639.13 9111 HP 12474 Abut 3 44113,77 O14e,7? 040 IIP 12171 110 ':n ll N9,3$ t Gr4 41,16,77 4W44i.77 6,7 z EH- [DEStON DMA ,LJRRi] DESIGN P AAh41ETERS Ultimate lienicaletaa Renattarip0 F4Ccr 3&3i 0.66 ' Utwiaae IROSelaencllr includes mamma B►canf a 6.61 ▪ Me w stance Factor Is depenslernl!on Pge Dmilig Meta er 11(wi no being p ertarrnod. C� C rota co on• ]0_A3' Notes; P ie steel shall be Grade 50, fy — 50 ksi. The Piling dimensions shown ere at the bottom of concrete_ 1 & 6 I3 Paihn "12%74 is adji 10.16' 75o O'Clu (Type) Sta_ 13+-06.21 -hfr —ta V 01+---E— All Piles shall be end bearing HP 12x74 driven to refusal or specified length, whichever ie achieved first. Pies are designed for combined side resistance and end bearing. P iing shall be placed vertical_ Refer to the Geatech Report performed by GEOCAL dated November 3, 2016 for required testing and andyais during Pile Inetdlldtlan. Pie monitoring shall be conducted tieing a FDA in conformance with CDOT Specification Section 502. Monitoring ehallbe paid for by Force Account_ An addtionol5% length hoe been added to the bid quantity to account for possible opines and cut-offs. E Print Date: 3/2.'2018 File Name: 135588_FndLayout,dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials I, SF rHim a Corrado Center Silts d0)a Z0CO South Cn1 rkny e. 802 - 1rc. laver d„ r at. Ealevard Y1-7900 Tile. 7P 54O -GOO F' 5540-136:n14540-136:n1ex 22C C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed cc* raga Department of Transportation lenemri it, !ore. Man: itQ-aar227r PAx:We".acrave Regim 4 KIE 1131 H Street P.0_ Sox 758 Orvday, Ca S0632 Tale. 0970) 544-848ex5754 rex (rc') 364-6497 No Revisions: PILING LAYOUT Project No./Code BRO C030-054 Revised: Designer: K.A. AJmada Void: Retailer: b_W. Sundeen Structure Numbers WEL068.0-059,0A 19744 Sheet Subset: 9RLDGE Subset Sheets; 87 of 28 Sheet Number 23 3. 2 s 4 I 8 7 8 I 9 10 I 11 I 32 I 13 I 44 15 I JO A B p E F a H ( J K daundeen 1074&'S9 WA Pe\NI\W\WFLOC\L35599L -fled-gn\51Klrwrl-sg.LDE'SIGN F[LM12ridge\Oraxingv\i355B6 hhutrnent-01.dgn • Ii r.~ -1 1 w I W O I. o' 3 L' S a W Nr9O M 1" O M T O m m .0 s .8 S. m 4 W A a S. m t g 3 a A c a E F H J K 2 3 4 5 B 8 13 I 14 is 16 33'-ilf2" 18'i3/-0" 16'-i'q" It }� IL Lr�51 tr 01 o Wingwall No. 1 4Qe`J''o o, a: c .- aQO B.F. Abut. �s O •t' Sta. 12+02.50 _ WingwallNo. Z ¢' 4 o . . al } rbtF4-3 It tit tit ~� t t 1‘ 1‘ t 11i1 1tikt11 (Typ,} VTC rt Q Girder (Typ.) 41rVL5 J G1 I -L �L h5' �u #Lr1ci`L 43- 0" GB G` I G4 PLAN n /� Edge of Deck (Typ.) L 4O" 45.40" Lrt4'L -075 �L5 G5 Gil G1 J Notes: (Measured Alone Back Face Abut.) 1'-10%fe" 15'-0'/e" 4'-11" 15'-O'/e" t'-23,4" #Indicates location of Elevation shown, (1) #5 (Dont.) & (2) #11 (Cant.) Eldest,. 4655.49 See [Avg. No. B10 for addltionalNotes. w , Elav_ 4552.84 . (B F Abu #5 [Coat,} (E.F.) t} Elev. 4653,22 T ' {Elev. i ' ' 4852.94 AJW - I •_ �_ ~� -- ■ye 17 I I �t MKS z =Ai*rk - I I H H HI %wt.° : ?s1.1 41 _ CPI : . ri) Extand Piles 12" intoI lirIlirU T Abutment (Typ,) I I H1 I I �� I I1r ,_. ■ Ma^�f�I'Y� I(2} I 11I #11 (Copt.} I I I YY'1,'`_ Elev.4845.77 (Level l 1 rll ti. rl1rr El l FI l II rl II 7 �I,, If I I I H Ld I L NI I 1�r I #5 x (Total 34) 4 Eq. Spa. 4 Eq. Spa. 4 Eq. Spa. 4 Eq. Spa.ill 4 Eq. Spa. 4 Eq. Spa. 4 Eq. Spa. (Measured Along Front race Abut.} 3" t'-2" - 4'-11 ' L'-2" - 4'-1vz' 1'-2" - 4'-1v2" 1'-2" - 4'-1v2" 1'-2" - 4.4.6" 1'-2" - 4'-1l2" 1-2" - 4'-LI211 1 _21' ,%� 3" / #5 x I (Total 5) ivAill ELEVATION r-dy4" Print Date: 3/2/2018 CI�� -0 CI Sheet Revisions Weld County Public Works Department As Constructed ABUTMENT I DETAILS Project No./Code File Name: 135588—Abutment-01.dgn Date: Camrnants Init. oolaoaa Department at Tra,ep4rtAdon 1(11 II Street V r� ;,._Arne Nd °, Ca eoss2 , )Y ae,ri-�ro aaeat °('7 ma=.:6ra-ssrint pm:ma-ran ,,_ Tale. 9. C1) 544-8489x5754 Resign 4- OE Fax (ro) 364-6497 No Revisions: BRO 0030 054 Hariz. Scale: 1:4 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: ft,A. Almada Structure WEL468.0-059.0A 19744 s�rr. !MT. H; -/•,:: {._ le- c. 1 ( -47.! Center laver d+, a 911te 5mD Tau.. 72 sw o C fl -M 4vtnvx �hhb2 fle �e�iard Fex iaL1 540-t&I Retailer: D_W. Sundeen Numbers ^, Void: Sheet Number 24 Sheet Subset: 9RLDGE Subset Sheets; 88 of 28 3. 2 3 4 S 8 7 8 9 10 11 32 13 14 15 1e daundren 1O45!27 AN D!\lII\W\WELOCV35588\S-IIned-d291‘51-dravhga\ DES]G41 FILES\Bridge\Draxl+gs\135508Abutment-03.dgr Ii N a- 5 C I W 0 TI Lt. 6 3 W 0 M 1" 0 M r 0 rn m .0 s S. m 4 0 W A 5. S. 0 t a a C 4 E r a H 1 J K 1 n Wingwall No, 3 3 a 4 I 5 I B.F. Abut. B 161-63/4" 7 I 8 I, $ 33 -lll2" ecilacYl Sta. 13+47.50 10 O u (2)#5 x Top & Bottom of Curb I Girder (Typ,) (Measured Alone Back Face Abut.) ,1'-100" Elev. 4653.15 •I - Extend Piles 12" into Abutment (Typ.) Elev. 4645.77 (Level) (Measured Along Front Face Abut.) 3" "C31 15'-0 '/9" (1) ,t5 (Gant.) & (2) #11 (Cant.) isI 418" -- 1'-2" rtint -r - - G2 Elev. 4653.5 PLAN 4'-11" S Elev. 4655.77 (B.F. Abut.) 11 I SL 15'-t}'/e" 12 I #5 (Cont.) (EY.) S 13 1'-23A" 14 15 n (2)#5 x Top & Bottom of Curb Elevation at Top of Curb to match Top of Wingwall (Typ.) —Edge of Deck (Typ.) �JA 4 Eq. Spa. 4 Eq. Spa. - 4'-11/e' 1'-2" — 4'-11/x' H—VE _ H—HIH+ I lir+I _ I lir I _ I {2)„,i,cont.d —HI—F--F _ I _ I —H —H LL _ nil NI nil I I 4 Eq. Spa. 1'-2" - 4'-1V2" I1'-2" 4 Eq. Spa. ELEVATION 1'-2" 4 Eq. Spa. 4'-112'r Fl 1 I II _ 11 _ I IH--1H-*1; II II 1 -ii -Di 4 Eq. Spa. 1'-2" - 4'-1{2" 1-2" 4 Eq. Spa. - 4'-11/2" 1'-2" air Notes: #Indicdtes Iocatian of Elevation shown, See Dwq. No. 810 for additionalNates. Iev. 4653.15 #5 r n #5 x (Total 34) (Total 5) Print Date: 3/21'2018 File Name: 135588_Ahutment-03.dgn Hariz. Scale: 1:4 Vert, Scale: As Noted Unit Information 4�tl��TITir.1l a 'r<•,:: -fir- le- c. Cokrado Center ;laver Dm .a 9lIM .5056 SEM Deem.. rC hbYh 2Yz-7900 le�iard Unit Leader Initials Tile. .2 5i0{�'OO Fex 2C 540.136n1 C Sheet Revisions Date: Comments Init. Weld County Public Works Department As Constructed oolaraaa Department or Trmeportadon ALlert. MID V. Wit !Worst glalaf rrnt rax:vm^erst2e Reglm 4- KIE 1(11 H Street P.0. Sox 758 { rvday, en 80632 Tale. 070) 544-6489x5754 Fax (ro) 364-6497 No Revisions: ABUTMENT 3 DETAILS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: D.W. Sunda en Structure Numbers WEL468.0-059.0A 19744 e C p E F G H ( J .K Sheet Subset: BRIDGE Subset Sheets; 89 of 28 Sheet Number 25 3. I 2 3 4 I 7 I 8 I 9 I 10 11 I 32 I 13 I 14 I 15 I 1@ daundeen 104&02 6Ai Pe\NI\W\WELOC\LS5& 8\rflnd-gn\51—drwrfigeLhES1GN F[LE51aridge\Oroxingv\i355B6 hhutrnenilits.dgn N 5 cc I I W 0 I. 3 L' S a Li 1" 1" 0 M T 0 UI Y m s .8 a m 4 O W A 3 a a c a E F H ] J K 2 3 4 5 8 1.4 i5 1fi /2" x 6" x 4'-9" nice Abutment Notes: 2'_611 Elastamerio Leveling Pod (1 each Girder end) 'i 4fdas {Back Deck. Topping and portions of Abutments and INingwalls above Bearing Seat Bearing Seat shall be poured monolithically. 1'-3"I1'-3" (May be Continuous) ErL. Abutments and Wingwalls shall not be bockfilled more than 3 feet 6' ( Abutmanti t 9eoring Re it Piles h to above bottom of Abutment until after the Bridge Deck Concrete co has been placed and has attained the Compressive Strength of 3u 6" tr)M _ �a Y el 5 -1 .. 4,500 psi, but in no instance prior to five days after placement of - T. "3 1 Ate' the Concrete Deck. Both Abutments shall be backfilled concurrently End of Girder . T in equal lifts (2 feet max.) to prevent racking of the Structure. ri co (4) #5 (Cont.) 6" I Slab Reinforcing (Typ.) ,— _... #9 Dwg. Na. 617) Grout for Dowels willnot be paid for separately, but shall be o(See o re) T. f included in the work of the Girders. c _ `�t]rien# horizontal legs • •' Grout 19 x 3'-2" Dowel with SIKA H50 parallelto girders. o}' I or approved equivalent. Set 2'-0" Min. 114111 ' ° -', #5 x lid 1'-0"� below Bearing Seat in Sleeve at end of Girder and Abutment Front Face Abutment Viz" Exp. Orient leg to ❑boid beams, as necessary. 2'-6" it. fdat'I. (TypJ r `% W Leave Seat rough 4"W Corrupted Sleeve I Girder l'-3" 11_3" aexcept at Leveling I 7 a Pad and Exp. it. Mat'I. Prestressed Bearing Seat no <nI Strand ABUTMENT LEVELING PAD DETAIL & Pqutmgnt, Bepring Files I. End GirderSlab c #5 (Cont.) (Total4) Elastorneria Leieling Pad under end of Girder :. I21 I:_ I• . \#1l L " (Cont.) (E.F.) 12" Exp_ it. Matti_ Reinforcing (Typ.) of (4) #6 (Cont.) Ci 6" y f (See Ng. No_ 917) g c (Sea Detail this Sheet) — m Grout #9 x 3'-2" Dawelwith SIRA H50 •. g -• E I 4"r4 Corrugated or gpproved equivalent. $et 2'-Q' Min_ I , v o #5 (Cont.) a E _ AT Sleeve (Top flushcA 1'-]1" p2 Spa. (Total 13) I ' ' with Bearing Seat) to below bearing seat Sleeve Girder end et utrnent I I I 5 x 9 1'_0"4---' t * Leave Seat as I` 2I_{)n Girder I - rough atLeveling Bearing Seat —\\Prestressed �� Padept and JtnMat'I. 3 Strand I I u+. a t.�-'` j J �. J .,Lr rTh r. r. - r #11 (Cont.) {E.F.} V2" Exp. Jt'I t. Ma. ( • I I I " I I: • I. I 7 #5 Elastomeric Pad (See Is (Cont.) {Total 4} Leveling 0 cs Linder end of Girder Detail this Sheet) 0 E Y I $5 (Cont.) 9 Eq. I` ' I. — . • —it tt . 4'!I+ Corrugated Sleeve (Top flush,-�;`" Spa. (Total 1.3) /11 (Cont.) (E.F.)---.„ II , " - is rl 1 with.Bearing 'Seat) i. i. I La 1 L3 11 U rn 915 1-3" -311 ti op x .h •L g (At Girders) -� • s #5 x (At Girders”' HP 12 x 74 Piles I o o in 2" Clr. (TYp.) I 4 q )-rairn�ra.ej-�-. rlr 1_311f]_6a • I. iDO !,ir •y+'..; 2'-3 i" 11 I_P stY tirt • (*.t 1 E1.11Y,,, - r s #5 x o a d (At Abut. Ends)— • I. • fr,T 11 ABUTMENT 1 SECTION -3re I #11 (Cont.) (EY.) .. I- •� - I o {.At flbut. Ends) it z _ n 23 E �I5x L ? .. ...e JJ ■e... yyt U HP 12 74 Piles alaiF7 x •_i ��yy +, ABUTMENT lY 3 SECTION Print Date: 3/2/zolb Sheet Revisions Weld County Public Works Department As Constructed ABUTMENT DETAILS Project No./Code File Name: 135588_AhutmentDtls.dgn Date: Comments Init. oolaaaa Department at TrA)ep4ttadon llll H Street �'T aam V too !Word grad o, ea S0632Designer: , ear ?Pant °'7 MTH?P a-nt rAx:rm^.arane ,,_ Tale. 97 a) 544-8489x5754 Reglm 4- KF1< Fax (9?G} 36t -6+9i No Revisions: HO 0030-054 Hariz. Scale: 1:2 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: K.A. Almada Structure WEL458.0-059,OA 19744 s•rr. TIC-µ tra-r'•1::-{._ 1rc. [bkrado Center lever One .a silt• ACM Tau.i20.15443-E800 CC1,1^� �FM t�tnvx r1hblY1 grip �e�iard Fax.i2 5{0436n1 Retailer: D.W. Sundaen Numbers Void: Sheet number 26 Sheet Subset: BRIDGE Subset Sheets: B10 of 28 3. 2 3 4 S 8 7 8 9 10 11 32 13 14 15 ]8 daundren 1C^_4Bald bM P\UI\W\WELOC11.35.598tirrfnd-agi\51-draxhg.LDEMIGN FILES ridge\Orowingv\i•M VAngvdl 1,dgi Ii 5 cc 0 I W 0 I. 6 3 L' W 0 M 1" 0 N r 0 rn Y ro s .8 O S. Itrn 4 O W A a S. ea In g 3 a e C 0 E F a H ) J K I 2 3 #6 (Cont.) 0' 6" 4 5 10'-0" 7 v -a" Et Pile #5 (Cont.) 0 1'-0" @.F. Abut. #6 x 073 06" 21-0" Pile Plate Elev. 4655.52 8 f/ f1 j 11 t1 9 12"3%," PLAN 12'-3%" 1O-6" Elev. 4555.98—\ 0 Ts P O) #6 (Cont.) (ES #5 x (E.F.) Keyway Construction Joint T Proposed Crude at front of 'Wingwall 6" Pipe Underdrdin M Pile Plate all I I I I I I I I I I #6x @ 6u 4, -en Ioul —Ill r'. IQ rij x 0 N Elev. 4645.77 (Level) #5 (Cont.) (E,r) dM 1'-0" = 11'-0" (Total 24) ELEVATION to 1 li J As Constructed 1Z 1 13 I 14 #5 x B.F. Wingwall Finished Grade #5 (Cont.) 11-0" #6 (Cant.) 6" (E_F.) 1 1 011 J 2" Clr. 15 6" x 2" Keyway Construction Joint TYPICAL SECTION 121/4" x 121114" x 34" Steel Plate 12" HP 13x74 PILE PLATE DETAIL Note: Steel Plates willnot be measured and paid for separately, but shall be included ill the cost of the Piles. Print Date: 3/21'2018 File Nome: 135588—Wingwall-01,dgn Hariz. Scale: 1:2.66667 Vert, Scale: As Noted Unit Information tIlic.1l le -c. Cokrado Center lever Om .i SLIMS d17J6 SEM Denim*.DrChbbY2Yz-7900 le�iard Unit Leader Initials Tili. %.20.15443-E800 CO 103-xlen F22C5 Fri 540-.66n1 C Sheet Revisions Date: Comments Init. Weld County Public Works Department co(araao Department or Trawoortadon le4037.1,11iil !Worst "lair: 0'i 1. PAX: W ---acr to Reglm 4 KIE 1(11 H Street P.0. Sox 758 { rvd , Ca 80632 Tale. 970) 544-848ex5754 Fax (970) 364-6497 No Revisions: WINGWALL NO. 1 DETAILS Project No./Code BR0 C030-054 Revised: Designer: K.A. Almada Void: Retailer: D.W. Sunda en Structure Numbers WEL068.0-059,0A 19744 Sheet Subset: BRIDGE Subset Sheets; 811 of 28 Sheet Number 27 3. 2 3 4 S 8 7 8 I 9 10 11 I 32 I 13 14 15 I 18 A c D E F H ( J K Ii N O 5 C cc I W 0 lit { Y Y O'u'1 h") O O a W O rnd. g nn rs e C 0 E F a H 1 J K 1 2 .3 4 B !r 1 8x cve8" 41-0" 7 8 A 10 B.F. Abut. #6 xEa 21.C'1 6l l #5 (Cont.) a. 11-0" 1' -al l I tE Pile #S (Cont_) @ 611 a 1.21-1011411 PLAN 121-10! u 10'-o" 0 0 eo II sO CD (N.F.} @d 6" = 6'-6" (Total 144 x vr _ _ 4656 I I- #5 (E.F.) 1e Plot? Elev. 4655.59 [keyway Construction Joint Proposed Grade at front of Wingwall 1 ��`II 1 Elev. 4645.77 (Level Ripe Underdrain (F.F.) p #5 (Cont.) (E_F_) 1'-1111 = 12'-011 (Total 26) ELEVATION r 1 SI' Pile Pl0te i2 1 13 Notes: 14 I i5 I iB See Dwg. No. Bii for Typical Section and Pile Plate Detail. A I- Print Date: 3,2.'2018 File Name: 135588_Wingwall-02.dgn Hariz. Scale: 1:2.666Er7 Vert, Scale: As Noted Unit Information Unit Leader Initials SEM 4�tl�� 7"ITIr.1l a 't<•I::' fir' lrc. Corrado Center laver Orn 9llta .5056 4Wtny South r -790 hbY2Yz0 �e�rard Tile. i20.1540 -E800 r.0 4-143-4en Fri 2C540-13801 C Sheet Revisions Date: Comrnent9 I nit. Weld County Public Works Department As Constructed cola -Tics Department of Trawpottalion TLnem it, !Worst Mali: 0'int PAX: annacr ve Reglm 4 KFE 1131 H Street P.0. Sox 758 { rvday, Ca 80632 Tale. 0970) 544-8489x5754 Fax (9700 364-6497 No Revisions: WINGWALL ND. 2 DETAILS Project No./Code HO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sundaen Structure Numbers WEL068.0-459.OA 19744 Sheet Subset: BRIDGE Subset Sheets; 612 of 28 Sheet Number 28 3. I 2 -3 4 S 8 7 8 I 9 I 10 u 32 I 13 I 14 I 15 I JO 8 C p E F G H ( J K Wingsdl b3.dgn daundren 10^_47!48 'M N\lUI\W\WELOG\LS550.3\rflnd-g+1.51—lrarrhg.LDE4[GN F[LE516rldge\Drawings:U.3S88 • N O 5cc 0 I W 0 EE Y O'u'1 in II) 0 0 a W 0 rn < A A 1 i 43 'I e C 4 E r a H 1 J K 1 3 B 7 8 9 10 ti 1 12 1 13 I 14 15 I lb N #8 (Cont,) ® $1I` - 10'-0" v —a" T_ Pile B.F. Abut. #6 x M ®6" #5 (Cont_) f 11-0II 2'-0" „plc' Y r Li 7 f r1 Plle Plate 10,-D" Elev_ 4655.88 121-3741' PLAN r Elev. 4656.2 2' 3745" B x i'f 6" y-0II 0 #6 {font_} (ES .} @ 6" = 9'-0" (Total3$) Pll e pt -3 Plate 3II #5 x Keywdy Construction Joint) �K— Proposed Grade at front of 'A'ingwall 6" Pipe Underdrain (F.F_) 2\ f-Elev.4645.77 (Level) --k l #5 (Cont_) (ET) 0 1'-0" - 11'-0" (Total 24) ELEVATION I O 0 I— zo Lr #5 x B.F. Wingwall-- Finished Grade (E.F_) :.4 #5 (Cont.) a 45 (Cont.) 02 6" Notes: L 4 2" Cir. (Typ.) N,6" x 2" Keyway Construction Joint HR 1'-0" TYPICAL SECTION See Dwg_ No. 811 for Pile Plate Detail_ Print Date: 3121'2018 File Name: 135588—Wingwall-03.dgn Hariz. Scale: 1:2.66Er7 Vert, Scale: As Noted Unit Information Unit Leader Initfdls 4�cp. T11iF.11a -1t. :-fir' lrc. Corrado Center laver d„ .i SLIMS .5056 SEM Denim.. rC1 bYh 2Yz-7900 Je�iard Tile. 7P 54O -GOO F22C' 5 0 -[10tH Fri C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed colaraaa Department or Trawportadon ATLIME !Wore. "Ian: 0.ir 1. PAX: W ---acr ve Reglm 4 KIE 1(11 H Street P.O. Sox 758 {rvday,en S0632 Tale. 0970) 544-8489x5754 Fax (rc') 364-6497 No Revisions: WINGWALL ND. 3 DETAILS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sundeen Structure Numbers WEL068.0-059.OA 19744 Sheet Subset: BRIDGE Subset Sheets; B23 of 28 Sheet Number 29 3. I 2 3 4 S 8 7 8 9 10 11 32 13 14 15 18 A B c D E F G H ( J K Ii ;D I W O ri;D W tl1 I. 6 3 L' W O M 1" 0 M r 0 m m s .2 a m 1 `o W A 3 ii a a C 4 E r a H 1 J K 1 2 3 4 5 5 7 a I 9 10 11 1 12 1 13 1.4 I 15 I lb #6xry a6" 4 a 4 A 'abut/ . 10,-U" 1'-0" Pil e— #5 (Cont.) a 1'-0" #6 (Cont.) 0 6" • 4 ,le 4 12'-1O1/4" PLAN 12'-1O1/4" 21-101/4" 10,-0" Elev, 4656.29 Pile Plate Elev. 4655.89 C> #5 0 I— V (N.F.) 9 6" = 6'-6" (Total 14) X 10 r IIII iil -D U r Tr — (E,F,)f —S. �f. Keyway Construction Joint Proposed Grade at front of Wingwall 6" Pipe Underdroin Elev_ 4645.77 (Level (Cent.) (E F.) O 1'-0" - 121-0" (Total 26) 3' ELEVATION M5 Pile Plate Notes: Sae Dwg_ No. 911 for Pile Plate Detail. Sae Dwg_ No. 913 for TypicalSection. Print Date: 3/2.'2018 File Ndme: 135588_Wingwall-04.dgn Hariz. Scale: 1:2.666Er7 Vert, Scale: As Noted Unit Information Unit Leader Initfdls ,9-rr. rII< l rr;-r<•,:r{r- le -c. Corrado Center laver Dm .i SlIM '5056 SEM Dungy. Wtny South r0 hilr2Yz-7900 le�iard Tile. 7P 54O -GOO F22C' 5 0-tEt,1 Fri C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed cc*raaa Department of Tralepoltallon TLnem7.1,11iil !Worst Mali: 0'ir 1. PAX: We".acr39e Reglm 4 KFE 1131 H Street P.0. Sox 758 {rvday,en S0632 Tale. (97a) 544-8489x5754 rex (97G) 364-6497 No Revisions: WINGWALL NO. 4 DETAILS Project No./Code BR0 CU30-054 Revised: Designer: K.A. Atmada Void: Retailer: D_W. Sundaen Structure Numbers WEL468.0-059.0A 19744 Sheet Subset: BRIDGE Subset Sheets; 614 of 28 Sheet Number 313 3. I 2 3 4 S 8 7 8 9 10 11 32 13 44 15 18 C D E F G H ( J K daundren 1C^_44^61 All P_\IUZ\W\WELDC\135588\S-Ilnal-d!qi\51-dravInep\ DES]dN FILES \Brldge\Drawtigs\i.M A' Pler-lMAgn Ii W 0 Et. o' 3 W 0 1" 1" 0 M T 0 rn <0 s a m 1 4 W �rAy r 3 a a C D E r H t J K 2 3 4 5 7 8 9 1 12 1 13 I 14 15 47'-n4" t7 ]� ` C �'-0" 37'-1311 5i_a11 X�p G Cl- P-3" 18,-B" -S 16'" 11-3" irk Hatching indicates placement $ #6 x 3101' Dowels Spa. 0 11-0H Project 2I-6Ii I of 1/2" Expansion Joint Material ti ti 5.6.5. c..1'-6" Stn_ 12+55.00 . (Total 35) w w 2_-! % #6 3'-0" Dowels -- ,—#5 x 4na 911 / 75° 01p11 ‘ x J _I p -T-' -T-�� , 1 it 1(T IJ 1 l (4) #5 (Cont.) . a ��ir��:f�iu��trirf�.frrr��rr�.r�fr_sr.r,,r'rrr�.rr�_�sr`_l�rr��r«.r�r�rr��rsr��vfrri�ri�sr«sr�! _ _ _ bj . �� i' ws +sr� r iR C .Tara` ��r Saf. 'aS T«yam sr • r .� *ti a, i ��T r� sr .r ,r. _ . err//76OW///, 77.417J/////f/J/J/ //sir/////// e+91,7217:41://,1/29706//:////2/714,71/21 u3 t Bearing - l l t _ _ _ \._ — \ .. t 1 _ g ( Girder (Typ.) 46 (Cont.) 0 9" p {�L /� �y fl2" x $" Elastomeric 451 1 ;5' I1}y/LL Ls5 U'L L �V5L Leveling Pad (Cont.) Sl 4 4• 4' GSI al G-3 PLAN r,n L YO''4,._20 04 G5 ti �vL5 ' t, G0 G7 r& 'IL T #5 {Gont_) x v -c 9 it -0" O 9II 17'-31/2" 4' -it" 17'-3132" J i i 3L-9"` - 3'-9" t' i2" #6 x (E.F.) 9 9" = 36'-''' (Total100) 1'-41/2" _ ,. •'. . ir (3) #5 x a Eq. Spd., Each End #5 x (4) -5 (Cant: (Total50) and I`-6 (Cont.) (E.F.) * 9" - 36'-9" (Total10D) Extend Rebar into #6 (Cant:) a 9" End Cop (Typ.) Elev. 4653.45—\ Elev. 4653.45 lev. 4653.06 " Elev. 4653.05 ,• y Ea r. m E #5 x (Typ_ o -- 111 ' i6 (Govt_) (Typ. Each End) (Total 2) Ii -N Each End) (Total 2) I - - N ff c lij 3" #5 (Cont.) _iii,____ a 4161- - H -Files (Typ.) ___46.______46.___o Eq. Spa. = 9'-6" (Top & Bottom) -3" I 6el 10 — 0 = I w " 10'-011 W 4 "� 4 % LS TYPICAL SECTIIN 1- ti -OH W 1-a' U #5 x 2'-6" 9 Nose Extend Piles 18" into Notes: ,'�'a and E.F. (Typ. Each End) (Total 10) Pier Footing (Typ.) (11) #5 (Cant:} 6! Eq. Spa. P �'"""'..a,. 1 `�� �Q ..- *• Indicates location of Elevation shown_ . 9 0I , f A _, i+ " ° _ �r 1111111111111■ _ 3iQ!! L. ./.�-lt 1.. g., 4 li #5 x a _____i_\a. Elev. 4637.63 (Level 5'-3" --,�--- #6 (Cont.) 0 9" —4'— - 35'-3" (Top & Bottom) --- (Total 96) 5'_311 u. (Typ. Each End) (Tota110) ,{�� e al'-i d;° -'...,.'�� 1' .' e#r� �'�`` ,1/2" ( ELEVATION \-713211 lrp oMAt ' ,�'' Print Date: 3/2/2018 .=} t Sheet Revisions Weld County Public Works Department As Constructed PIER DETAILS Project No./Code File Name: 135588_Pier-01.dgn Date: Comments Init. aolaaaa Department at Tra,ep4rtadon till II street �� V r ;,.wAviFNd °x Ca SQt32 r*r ae�ry-1ro ,asst °9'7 AT MTHIRc azrzat rax:vnnarsi a ,,_ ToIa. 9: a) 544-8489x5754 Reglm 4- KW Fax (ro) 36+-6+97 No Revisions: BRO C030-054 Hariz. Scale: 1:5.3333 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: K.A. Almada Structure WEL068.0-459.0A 19744 s�rr� rlTiFtil K: -�•�::-{._ Inc. 1 tbkredo Center laver -tp + 911ta fi eg Talk. 72 sw " CVoid: CLI 4W O u h Ca1cn lirya" Fex i�L1 540-.66n1 Retailer: 0.1+1. Sundaen Numbers Sheet Number 31 Sheet Subset: 9RLDGE Subset Sheets; 815 of 28 3. 2 3 4 S 8 7 8 9 10 u 32 13 14 15 ]8 d9undren 10^_44:57 OM N\NI\W\WELOCII.S55 8\rood-gic51-draxhg.LDESIGN FILES zWg_\Ora%{ngu Ii N Y e_ 5 C EL I W 0 6 3 L' W 1 - co s O S. 111 4 O W A cc S. m g 3 a A C a E r H J K 2 3 4 5 B 8 9 14 15 16 361-214"1 1'-75/a" #6 x 3'-0" Dowels F. 11-7%" ek. S.-\ xid9e Proj. from Pier. See Dwg. No. 615. le \ \ 2' -file h-1 \ 3 1 6 6 75°0'0" . \ \ t \ (Typ.) It 'a ll ':t $. 1 1'-3" I . Fier 1'-3" I.1 @-37 vii\Ye.a —11 co 911 611 611 gll 1_ 1 k Bearing Slob Reinforcing. Sea - _ _ _ _ � .- .� 71 v .—. .—_� — — Dwg. No. Biz & 618. — — _V~ = A~ . c � _HE. � _ 30 6u 1 L 03 Ends Girders I l- 13" i_ of 03 (. I co 5 p 7y l';y y 1 It �. �1. q Il F 7 '; t • ' •�' - _ •' • r �. �' ' �' ' II U L ;� `gas' Pi a I * a I. ti s �� - w 1 �. �V 1 Vi n 1 a a &Ii ID o --_ t Girder (Typ.) to * i L DTI 1ti O- 41.46 G2 Ae.40 A5.40 4c s; IN �t all } G'3 G4 PLAN V 4 -t0 ,rk4" GSGe. GT dy61 'I% W 01 a 7 cr m N �. DETAIL A r \J 2" Exp. -it.IAot'I. See Dwg. No. 815. x 3' -fl" Dowel Eldstomeric Leveling Pad (Prof. 1-6 from Pier) under end of Girder (Typ.) TYPICAL SECTION 2'-9" 4 x 3'-0" Dowels (Projecting from Pier); 34 Spa.* 1'-0" - 34'-0" 2'-9" Cm cxo- ~'�1 See Dwg. No. 817 & 818 for Slab Reinforcing (Not shown) 6 x 3 I2" Exp. Jt. IAot'I. ,_ „ d Dowel to icrn End fo G'Ird er (Typ.) — Diaphrdgrn to extend to underside of Deck and Edge of Pier, r. y COO t if 3a ,Tr 1. FCr M is.' y t Y Y •e �4.• ` ' "{,$ I' "• .p _ ..s�1 _ 5" x 2" Keyway 'Elastorneric Leveling Pad (Typ,) ELEVATION k 47 CI A.; ' ''I DETAIL A F . '.. 1C +'d p... J1R�, fining gee SC E IYr e•e L Prink Date: 3/2/2018 . CI Sheet Revisions Weld County Public Works Department As Constructed PIER DIAPHRAGM DETAILS Project No./Code File Name: 135588_Pier-02.dgn Date: Comments Init. cc*roaa Department at Tra,ep4rtAdon 1(11 II Street �� V rte;,.,AviFNd °, Ca e0632 , e#'u ae�ri-fro aaeat °9'7 ma,.:61crar'rar rax:un-:ran F_ ToIa. 9i a) 544-8489x5754 Resign 4- KW Fax (ro) 364-6497 No Revisions: BRO 0030-054 Hariz. Scale: 1:5.3333 Vert. Scale: As Noted Unit Information Unit Leader Initfdls Revised: Designer: K.A. Almada Structure WELOS8.0-059.0A 19744 s�Icc TITiFtiI K: -�•�::'{._Inc. i;:g4o Center Taver d„ 91t.e.5 D Tau.. 72 54o�o C�,I �Fr7 t�tnvx 1"1hhb2V 91ip �e�lard Fax .i�L1 540-136:n1 ' Retailer: b-tll. Sundaen Numbers ^� Void: Sheet Number 32 Sheet Subset: 9RLDGE Subset Sheets; 816 of 28 3. 2 3 4 S 8 7 8 9 10 11 32 13 (4 15 18 daundeen 10e5014 AM P^_\LQ\W\WELL \135546\5-Rrandsgn\St-4raxfnga\SIGN FILES\Brfdge\Draxlngs\L3SSSeSrpaztrO1.dgn Ii 5 C cc W 0 lit EE MFM 00 O a W 0 rn.� A A 9 C 4 E F a H 1 J K I 3 N [l J 1'-31/2" n a _ c a 025 4 U r L. 13 C cE el49 m b 0,,t4 1.. D mx el— B.F. Abut. 1 3'-C/' 1 4 5 B 7 8 I 9 to 1051-0" B.F. to B.F. Abutments 1i t ip 1 13 1.4 1 15 51'-21/2" Brq. to iF Pier e sr #6 (Cont.) Top. Extend to enda of Abut. Diaph. (Total 4) '44 x 30'-3" #5 (Cont.) Top dnd Bottom /of Dverhdng (Midi 2) #4 x 40'-3nf 1 24'-0" #7 x 40'-0" 3'-11" (Min_) Lap (Typ.) 16'_0" 1 / 1 } 511-21,12" IT Pier to it Brg. 2 6_14 t 16'-D" P I I 1 1 3'-11" (Kiln.) Lap (Typ.) x 40'-0" #4 x 3'3'-311 24'-0" —7 I , I x 40'-.3" is (Cont.) Top. Extend to ends of Abut. Diaph. (Total4) 1/' I 1'-31/21 l Sh. Abut. Q.F. but. 3 \1/4.,_#5 (Cont.) Top dnd Bottom of ❑verhdng (Totdl 2) #5 (Cont.) w/ #5 x Each End; 198 Spa. O 6" = 99'-0" DECK TOPPING PLAN 31_01 Notes: A B J ' C Concrete in the Deck Topping shall be placed in one continuous operation and shall be monolithic with the Concrete Class D (Bridge) in the portions of Abutments and 'A'ingwails above the bearing seat. Transverse Bars shall be continuous from edge to edge of Slab and placed parallel to the Abutments. The top surface of the Prestressed Concrete Slabs shallbe thoroughly moistened with water immediately prior to placing the Concrete Topping until the surface is saturated surface dry. Pockets of standing water will not be allowed during the pour. Alternate lap locations as shown. Print Date: 3,2.'2018 File Name: 135588_Superstr0l.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tr�� tILc l a 't<•�::' {r le -c. Cokrado Center laver Oni Silts 6056 Denim..DSouth rhb2Yz-7900 le�iard Tali. 7P 5i0{8OO F2C 540 -+10tH Fri C Sheet Revisions Date: Comrn'ntn Init. Weld County Public Works Department As Constructed co(araaa Department or Trmaportadon ATUWE 7.1,11iil !Worst man:6ro-aer227r rax:vm^.acraae Reglm 4 KFE 1(11 H Street P.0. Sox 758 {rvday,ra S0632 Tale. 0970) 544-8489x5754 Fax (rc') 364-6497 No Revisions: SUPERSTRUCTURE DETAILS Project No./Code BIM C030-054 Revised: Designer: K.A. Almada Void: Retailer: D.W. Sundaen Structure Numbers WEL468.0-059.0A 19744 Sheet Subset: BRIDGE Subset Sheets; B17 of 28 Sheet Number 33 3. 2 I 3 4 S 8 7 8 I 9 I 10 I 11 32 I 13 I (4 I 15 I i8 H ( J K daundren 10e50545 bM P\NI\W\WEL0CV35588\S-find-d2gi\51-dravhgstDESIGN FILanlarldge\0ra,ing,\i.LSSRh Super2kr02.dgn • N G- 5 cc W 0 TI I. 6 o' 3 L' S O O W 0 M 1" 0 M T 0 rn m s .8 a m 4 W A a c E F H J K 2 3 4 e 7 8 9 14 is 16 1'-6" 32'-0" Roadway 1'-6" 4" Curb 1'-2" #4 Bars; 32 Simla 1'-0" = 32'-0" Curb 1'-Z" 4" 2"t Conduit (Typ.)---.,„(Typ.) #7 Bars; 64 Spa. 0 6" - 32'-0" (Dyer Pier) Limits of Structural Concrete Coating {Typ_} Bridge RailType 19MA (see Dwg. No. B22 tt BZ3 for Details) 3" HMAA Waterproofing Membrane over & Bridge & Horizontal Control Line Field Band into Curt, to provide adequate cover (Typ.) #5 x }4.,_.5.'ififT._ I#5 (Cont.) 06"4Ti2.oxT',..,^r, t ... �.-.♦ • •-, •_ -. �.�'. - - +-�!._ ■ .. i '•!•� J •. (Cont.) IT T 2 (Total JJ5 QY4"Drip #5 (Cont.) I. Groove (Typ.) Total 2 I I Fill gap between girders with 1.14"45 tacker Rod 1" {T �- 3" (Typ.) {Typ_)_ This work will not ba paid for separately: .} I I but shall he included in Item 6181 Prestressed I I I 71/2" (Typ-) _ 3'-0" - Concrete Slab.I - 4'-10" - I 4'-10" - I . 4'-10" - I - 4'-10" - 4'-10" I - 4'-10" - - 3'-0" - GI GZ G3 G4 G5 IG6 G7 TYPICAL SECTION 0t? cri a" .... i iBrg, 1r Deck thickness at Girder Camber and of Abutments. Minimum 07 �N Mid —Span. Deck Thickness varies Roadway Grade. The maximum Deck thickness is 5" including V i along Girder centerline because of Deck thickness is 55/4" at the centerline girder extra camber and depth allowance, ea r- Reinforced Concrete Topping , QBrg. --r 51e" (GL & G7) I 0 I a+ V "ruJ g I* _. 5V8"(G2-G6) *ia 4 p -•, V • �- p .p •- . v. `btr. .r ..-r ., •. . p •p � _ o- J n J 4 in J r ■ C TYPICAL C3 CONCRETE TOPPING p Prestressed THICKENING in t■J•* I 00 Concrete Girder ' 6 •p� 1.•••. el,,,..., .,; 1ti LJ DIAGRAM t' :■ +2 p' f Yy t■,a^ --:,, •' u `n r te. Yr% I�[, =• Topping thickness is based on the profile grade and the anticipated girder camber remaining _ after placing the deck topping and bridge rails_ After the girders ore placedp the Contractor shall survey the tenth points of each girder line . _i s,-}` to verify the needed variation in the concrete topping. The Contractor shall submit the as-builtidli. -» girder top elevations to the Engineer for review prior to placing the reinforced concrete topping. ..1/47,,,,,.' Topping thickness variation shallbe adjusted by the Contractor to fit the cis -built conditions dS ,■f 'approved by the Engineer. pj'' 4741 ��'' i ,nhll tl mss = m; "P: - _ ;• ■'• k_.� * Print Date: 3/2.'2018 .=} Sheet Revisions Weld County Public Works Department As Constructed SUPERSTRUCTURE DETAILS Project No./Code File Name: 135588-Superstr02.dgn Date: Comments init. con Department at 1ra,ep4ttadon 1(11 H Street ��ra� V Wit;l-ore. °, Ca eoss2Designer: , r*r ae■ri_� aaeat (97 ma.:6ro sr�r rax:■m^.�a�■rne Tale. 9. a) S(?4-84119x5754 Regim 4- KW Fax (ro) 364-6497 No Revisions: BR0 0030-054 Hariz. Scale: 1:2.666Er7 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: K.A. AJmada Structure WEL468.0-459.0A 19744 s.-rr. rii.r.1l K: -/•,::'{r- le -c. " Colsi-ado Center laver d„ —er.+ gain aces Taw.i20.15443-E800 CC LFM 4Mtnvx r"1hhb2V grip■yard Fax .i�L513-113 rl Retailer: D.W. Sundaen Numbers ^� Void: Sheet Number 34 Sheet Subset: BRIDGE Subset Sheets; B18 of 28 3. 2 3 4 S 8 7 8 9 10 11 32 13 (4 15 18 d9undeen 10!S1!2b AMA hAUZ\W\WELO'L1b3589Atiiflnd-l9gi\5l-&awfigdCOES[GU F1LES12rldge\Orawcng2\1•Tt4S SIo6Glyder din • Ii N e- 5 cc I W 0 I. 6 0 3 L' a5 S 0 W 0 M 1" 0 M r 0 m s .8 O a Itm 4 O W A a a m t g 3 a A c D E F H J K 2 3 4 5 S 8 9 IA is 16 L all 311 { it Dearing NI TES: `v AI work necessary to fabricate and install the integral parts of the girder (including the intermediate diaphragms, if any, and levering pads), as shown on the plans, shall be t9 included in the bid price for Item No. 618, Prestressed Concrete Slab (Special), xi ' ci with a pay unit of Lin. Ft. measured by L. When approved by the Engineer a minimum of tack welding will be permitted on ASTM A706 uncoated reinforcing steel. Reinforcing projecting from the top of the girder and reinforcing within eight feet of an rt---ii PLAN Gearing expansion device in the bridge deck shall be epoxy coated. Damaged coating on girder reinforcing need not be repaired. The minimum cover for reinforcing steel is 1". Welded wire fabric may be used with 020 wires in lieu of the #4 bars shown. End 9" maximum spacing. 6 ee En #3 9" At girder ends not embedded in concrete diaphragms, cut strands off 1" below the De spiral, etail Roughen surface (approx.IA" amplitude) Detail pitch Di -1" did. surface of the concrete and finish with an approved epoxy grout. At girder ends embedded in concrete diaphragms, cut strands to project 3", except as shown. Do not make cosmetic repairs (damage less than 1/2" deep) to the parts of the girders embedded in concrete. a Use low relaxation strands meeting the requirements of ASTM A416 Grade 270. The minimum clear distance between groups or individual strands shall be 2.3(x3) but not less than 11fq". The minimum cover for prestressing steel is 1/2". ELEVATION Extend 4 strands 2'-'D" kb*- minimum area of the prestressing steel. d, - nominal strand diameter. 71, F.1- jacking force per girder. 4 6Spa. , Fr - find force per girder utter all losses. Vol- 311 = 2'-ari required concrete strength tit release of prestress force. f6- 9" Max. S a. T ..Field (4) #4 (Cont.) C E. S • a. required concrete strength at 28 days of age. bend over top mat L - length the the IP of girder along grade of girder. of longitudinal slab steel. A - deflection at centerline of span due to cast -in -place slab, Repair damaged Field bend inns( 7 epoxy diaphragms, asphalt, curbs, rails, and walks. / x ® 6 coating °P x curb as shown on Dwg. No_ NA ii8 I - bridge skew angle 21 " to a provide adequate cover - (Exterior fats of Girders _ Concrete shall be Class PS, 9 1 and 7 only} (Project 1'-2") w 3 r S ace with Entrained air is not required for girder concrete. I c.4 stirrups. 76 x C_ (Typ } Used" chamfer on all corners, except as noted. J a C.G. of strands I I Predicted is the for the 90 days. The Contractor r,s 'r camber camber girder alone at shall limit the canter growth to a value not to exceed the predicted camber plus 1" prior to 4"h Corrugated Sleeve ■� - — - — — — — the deck pour by weighting, scheduling fabrication, post tensioning, or other means and °I° 9" a Abutments to the Engineer the i thru Girder (Both ends) 6" 43 Pier o END DETAIL (PLAN) a ; must report values of camber which exceed predicted camber plus 1i. Remedial measures, as approved by the Engineer, shall be taken if the predicted camber plus 12 is exceeded. The approved remedial measures shall be free of any ,S adverse impact. The costs associated with all remedial measures shall be borne by the Contractor. TYPICAL SECTION Side by side slabs placed over roads or pedestrian facilities shall not have cambers of adjacent differ by more than 1" before the deck Prior to deck "'" ",,"`eth- DO GIRDER SCHEDULE girders pour. placing reinforcing, the Contractor shall adjust this differential to within this limit by sorting the girders to minimize differentials, or by pulling the high boxes down and low boxes up. LI'-�. ,...., � Ce. g 4. `= '• =. 'V/ * Fj Concrete Stren th 9 a. Predicted, Release Predicted The depth CO tolerance shall be i•,4", -I/ " .l�rl� tiiT b 14741 c t ;`" = r/brit rirl . Ii Span Na. Girder No. L (Ft} (In.} D (In.) e (Deg.) (Sq In) EE CIn_) (Kips) Fr (Kips) fa (ksO Pc. fn.) (kgi) (I Camber (In.} Camber (In.} The Contractor is responsible for determining necessary bracing requirements, and for providing adequate bracing for the specific wind and weather conditions to be encountered for each specific project. ', NM ry" I V .. ilti . 1 41 & 07 51.21 57 18 75 6.08 4.46 1230 1065 5.0 7.0 0.4-7 0.73 1.24 a w �• •..,_•'° ' 1 C2 — G8 51.21 57 18 75 5.88 4.47 1L66 1029 5.0 7.0 0.41 4.65 1.10 .00WAL VP °` +2a�3'" 2 Cl & 07 51.21 57 18 75 6.08 4.46 1230 1065 5.4 7.0 0.47 0.73 1.24 ""•"�.n°' 2 C2 — Ce 51.21 57 18 75. 5.86 4A7 1186 1029 5.0 7.0 0.41 0.65 1.10 Prink Date: 3/21'2018 Sheet Revisions Weld County Public Works Department As Constructed PRESTRESSED CONCRETE SLAB Project No./Code File Name: 135588—SlabGirder.dgn Date: Comments Init. colaaaa Department at Trmapartadon 1(ll H Street �� V r ;,.w ONd y, e0 60532 , e;'r aehri-W aaeat °'7 No Revisions: BRO C030-054 Hartz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: ICA. Almada Structure WEL068.0-459.0A 19744 s.rr� tII1 l a -rc :: {._Inc. .. tckrado Center Taver d„ 91t� fim6 Taw. r2 sw�o CC �FM 4�tnvx rX1 hb2 grip �e�iard Fax 22 540-tEtil Retailer: b_1+1. Sundeen Numbers ^� mar.:6ro-srzat rax:vm^.raf ,,_ Tale. 9� a) 544-8486x5754 Regan 4 KIE Fax (rc 364-6497 Void: Sheet Number 35 Sheet Subset: 9RLOGE Subset Sheets: 819 of 28 3. 2 3 4 S 8 7 8 9 10 u 32 13 (4 15 18 dsundren 10!54df1 AM Pe\UZ\W\WELOC\LS6SW1/4rrfflal-gn\51-&awbgst.OE"SIGU F[LES\9rklge\Orawirgv\i355f16_4QprStob.dgn Ii N Y t a_ 5 C 1x I A W O r~ w W i. 6 o' 3 L' W 1C7o M 1" 0 M r 0 rn m s .2 S. Itrn `o L W n r 3 s a A e C 0 E r a H 1 J K Centerline of Roadway i I 2 3 4 5 B 7 a 9 10 I 1 12 I 13 I 14 I 15 13 20'-0" (minimum length) PLAN 20'-0" Sin 8 6" 3" Hot Mix Asphdlt over waterproofing membrane. #5 a 1i-0" 4#4L J @ 1'-6" U • 61 6t 8n nu if An sett #6 a 611 #5 a 11-01' #5 (12 Tat.} SECTION, With asphalt roadway 2.0 gauge gals, sheet metal To be included in the work) #5 Q 11 _0' 1 a sr 13 Bridge Curb (Beyond} 4ppradch Sldb Edge of Approach Slab 2" deep poured joint filler: polyeulfide or silicone sealant. Extend 6" up face of curb or bridge rail. #5 I project 1'-6" into approach slab (orient vertical leg to avoid beams, as necessary). IA" Exp'n joint mat'I SECTION 4pprodch Sldb gl I DETAIL #4L_ J @ 11-611 Wingwdll NOTES: Concrete Class D (Bridge) shall be used for approach slabs. Approach slab concrete shall be cured in cocardance with the Specifications for Bridge Deck Concrete in Subsection 6011. If21' expansion joint material shall meet AASHTO Spec. M213. Controctor may user Print Date: 3/21'2018 File Name: 135588_ApprSlab.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�cp, rI1iF.11 Fl. -.-1t.: •- .- Irc. Corrado Center laver Orn .a SLIMS da]6 SEM Denim*.Dr 1hbbY2Y�-7x00 le�iard Till. 7P 54O -GOO F2C 54540-136n1ax C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed caeroaa Department or Trmeportadon LnemriWilt felt Man: 0.ir 1. PAX: WP::ars= Reglm 4- KIE 1131 H Sheet P.0. Sox 758 Orvdey, r~0 S0632 Tale. (97a) 544-8489x5754 Fax (rc') 364-6497 No Revisions: APPROACH SLAB DETAILS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sundaen Structure Numbers WEL458.0-059,OA 19744 Sheet Subset: BRIDGE Subset Sheets; B2D of 28 Sheet Number 36 3. I 2 -3 4 S 8 7 8 9 I 10 u 32 I 13 I 14 15 I 18 daundren 10IS23A 'M Pe\lUI\W\WELOC\Li5Set\ rflnol-tgn151-drowhg!l OES1GN F[LES\Brldge\Oroaingv\i3SStS ExpJahLdgn Ii N a_ 5 C cc I W 0 r~ r` W tl1 I. 6 0 3 L' W 0 M U) O M T uJ O rt, m s .2 o` S. m `o W n a S. m 6 3 s a a c 0 E F a H 1 J K i I 2 I .3 4 5 I B 7 a 9 10 I H 1 12 I 13 I 14 I i5 I 16 DESIGN DATA Abutment 1 Abutment -3 ♦ Joint opening "A" Ia" ly" it Predicted Horizontal Movement 3/a" 3k" 4 Joint opening "A" for new structur movements -from shrinkage, Creep, The mdximum predicted horizontal it drop of 6507F for concrete girders 3" MIA Approach Slab Bonding dgent under compacted joint e shall be determined based on predicted and temperature changes. joint movement i6 based on d temperdture and 807F for steel girders. Compacted joint to be level with new overlay Booker rod NEW EXPANSION JOINT DETAIL BRIDGING PLATE SIZES: "A" THICKNESS WIDTH MINIMUM LENGTH LENGTH 011_1n I/411 5r" 4i -0u 111-211 %u 711 4'-0" At these structures: Temperature Extremes: O Cold for mountains • Hot for plains Truck Traffic: 2544 ADTT For high truck traffic O < 2500 ADTT For moderate truck traffic Stop and Co Traffic: O Common for controlled intersections • Uncommon for everything else —7V2" HMA Sleeper Bridging PL with locator pins or bar As Constructed NOTES: The plug joint system shall include all labor and materials to install the expansion joint according to the Manufacturer's directions and according to these pons. The blackout shall be formed to full depth and ground down to provide a uniform bearing surface for the bridging plate. Bridging plates shall not rock an their supports prior to placing plug joint material. The bridging plate shall be A.36 steel ds shown on the Table A or eiquivolent approved by the Engineer. It shall be installed in 'accordance with the Manufacturer's directions, All bridging plates shall hove locator pins or bars far centralizers. The booker rod shall be secured and sealed according to the Manufacturer's directions. The joint bonding agent shall be the type recommended by the Mgnuacturer for the joint system being installed- It shall be applied according to the Manufacturer's recommendations. All surfaces in joint opening shdll be cleaned according to the Mgnufecturerla directions_ The joints shall be installed and compacted according to the Manufacturer's procedures. The finished joint, after compacting and sealingi shall be flush with the top of the adjacent wearing surface. A representative of the Manufacturer shall be on site prior to and during installation of the plug joints and shdll approve the methods and materials before work commences_ The Asphaltic Binder shall not be overheated, either by absolute temperature limits of the material, or by extended time dt a lower high temperature_ Materialthat is overheated shall be discarded_ For construction requirements see section 518.08 of Standard Specifications. Seal top of curb as directed by the Engineer. Sealing the face of the curb ar barrier will not be 1:5 did for sepdrdtely, but will be included in the work_ For information only: it is estimated that 25 cu. ft. of compacted joint material is required ACCEPTABLE EXPANSION DEVICE ALTERNATES All Asphaltic Plug Joint materials need a Certified Test Report (CTP) from an independent laboratory showing passing test results on all referenced testa within the most recent PSTM ID b247 using granite blocks for each lot of material to be included on the APL. A list of current Pre -Approved Lot numbers, Suppliers, and the Procedure to register new suppliers con be found on MOT Approved Products List Web site at: http:J/ apps.coloradodot.info/apl/AplSearch.cfm Print Date: 3,21'2018 File Name: 135588_ExpJoint.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl��rlTirlla -1t. :•{r' Irc. Corrado Center laver One .i 91IM 5a56 SEM Denim*.DSouth nhilr2Yz-7a00 le�iard Till. 72 54O -GOO F22C' 5540-00'x1 Fri C Sheet Revisions Date: Corm -with Init. Weld County Public Works Department co(araaa Department ar Trateportadon TLnemri Wit, !eat'" Man: 0'i 1. PAX: We".acr39e Reglm 4- KIE 1(11 H street P.O. Sox 758 {rvday,en 80532 Tale. (97a) 544-848ex5754 Fax (970) 364-6497 No Revisions: BRIDGE EXPANSION DEVICE PLUG JOINT Project No./Code BRO C030-054 Revised: Designer: K.A. Aimada Void: Retailer: b_W. Sundeen Structure Numbers WEL488.0-059.0A 19744 A B p E F G H ( J .K Sheet Subset: BRIDGE Subset Sheets; 621 of 28 Sheet Number 37 3. 2 I 3 4 8 I 7 8 I 9 I 10 11 I 32 I 13 I 14 15 I 1e daundren 10,52•.58 ON N\LAW AYEL CM35559\5-Rrakthign\51-clroxinga\_DESION FLES\BrfdgADrax}vpL35598 9rkigekdl-bbi i Ii TI I W d 0 .11 I. o' 3 r, W 1- 0 1" s 0 M T 0 rn m s O a Itrn 4 O A 1 3 a A C a E F H J K 2 3 4 5 F 8 1.4 is Ltraits of pay length for @ridge RailType 10M (For post spacing, see Dwg. No. 66) ��. ; e le SADO ?sir�r°,� $" 1'-2" 8" 1'-2" ry, 30 transition rr ' . - Eire' ; yip fa '. 'io min. max. I 11 10 -0 Max_ I II1 10 -0 Max. post spacing min. max. II 10 -0 Max_ /Type (See M-606-1) 4 'S The height of the transition will vary to match .�,Y gre eh t Viii. CI 1bridge mil I 11 1/6 x 41A slotted� holes at bridge exp n device 11" x 1%" slotted holes at splices POST I C Post---.,..... 1" x 11��" slotted holes in goat• bridge rail and rogdwpy guardrail: deck hos a 311 overlay, deck hos a 2" silica fume bridge deck dose not have N 1" when _ _ • 2" when bridge overlay and 4" when = an overlay_ = • -a � '-fir I TES: -......•' , `,.,.. 41 y t,,q � ' 1 L$ •.... , ; MID rn, y i de .ba :• qd `', Y All tubes shall be ASTM A-5OO Grade B. .e- All posts and base Idtes shdll be ASTM A—572 Grade 50. " �e m o � o hole in post 4 P : ; All other steel shall ASTM A-36 unless ngted_ otherwise noted_ �I "' ..tr The above material and all anchor bolts and miscellaneous bolts, nuts, and washers shall be galvanized after fabrication in accordance with Section 509. Concrete, reinforcing steel, and structural steel elements shall Tooled constructionjoint centred between posts (Typ.) 311 .911 all ii_$II conform to the requirements of sections 601, 602 and 509, respectively. (typ.) (typ.) #4 L Chamfer traffic L typic& of curb 3" x 6" Post anchor encased in concrete, shall bAS e ASTM A-36 (AHTO M-183) steer and need not be galvanized. RAIL PANEL AT The tubes shall be shop bent or fabricated to fit horizontal curve when radius is less than 1,500 feet. RAIL PANEL AT TRANSITION SECTION TERMINAL SECTION ELEVATION - BRIDGE RAIL (See roadway plans for ends requiring Tubes shdll be continuous over not less than two posts. No attachment to guard rail.) welded butt splices willbe allowed in the tube sections_ (See Roadway plans for ends not attached to Guard Rail.) 10" I fE Y4" 0 hole The centerline of the tube splice shall be 1'-.8" minimum and 2'-6" maximum from the centerline of the posts. All bolts that have lock washers shall be tightened to 8 11 Ir 11 Traffic face _ a snug only. I}� of post Posts shall be perpendicular to the longitudinal roadway C anchor _ 1u x I grade. horizontal sloth ---� poet = One or more 10'-0" post spacings may be reduced (6'-8" min.) in �- " 1 6 � ��� e _ tube - order to maintain dimensions from the end of the rail and 7 311 TS 5 x 5 x .3125 °0 v �,.�. '---- M -f ■, 3t „ m hole I �' expansion joints. . 74 I °u m all = N between tubas r far Payment will be made under item 606, Bridge Rail type 1i}M for " bolt ' Reflector tab reflector mount tab all posts" post anchors, base later backing latea anchor ' with hex nut i PLYA ��� bolts, msellaneous blts, nuts, washers tubes, tube and lock washer at each post. at See M -6O6-1 a _ a �, V! 8 x 18 3 1 , mount, expansion devices( tube splices, end plates, curb concrete W S x 16 for details = 2 �' z' - ° 8 O a I Optional If " (Class drain hole in 0), curb reinforcing steel, and reflector tabs. Q 2-t - q 0 x 2 threadedI ,, , ! N I, I,8 a C 118" o 0 holes post for Z 1" x 1'2" Prior to fabrication of this item, three sets of working and anchor galvanizing horizontal slots drawings which comply with the requirements of section anchor studs with hex I ii _ ,� r_ `- 105, shall be submitted to the Engineer for information only. nuts, hardened washers, I ,, �_ _ -_ _ _ t o4- PLAN - FIST DETAIL ELEVATION = Structural Steel: and lock washers �-- J is AASHTO M-183 (ASTM A-36) fy = 36,004 automatically • • p 1"R _ a L psi end welded to tube. - E > 3'-0" AASHTO M-223 (ASTM A-572) GRADE .50 fy — 50,000 psi •1'-6" to is O Splice I COLD FORMED ASTM A -5O0 GRADE A fy = 216,000 psi For additional details see next rail sheets. #4 Cont. (tot. 5) y1!lf�fr/. 411 711 I I 411 311 311 I 411 711 I 411 / — • Tube 41!{II x -0,I 411 rr • x fabricated #4 �spd ds shown_ L I n I fromx ,3 %"75" A-572 PL — _ _ I.-------n— IL 2-1" 0 x l' -O" 21325 io — — -t ? — — r7 —( r C tubes and 1" O x 6r/" or A 449 bolts = -•� I L I I A325 bolts, hex nuts, lock with hex nuts and lock Slap reinforcing washers and washers. washers (Prof 22") I I I I INFORMATION ONLY 3 Places .T. 1.1A6" x 1 " alotsj I/r J +-I TS 5" x 5" x .3125 PER LIN. DESCRIPTION UNIT - at tube splicer and 1'/a" x 41/q" slots at bridge exp'n device. FT. SECTION Slot both inner and outer tubes. Stagger top and bottom splices into Structural Steal (Galvanized) LB. 45.1 We O holes different past spacings except at expansion joint, place at opposite Used when placed on concrete slab. ends of some past space. (Range of motion = 1'-0" at bridge expansion device.) Concrete Class D (Bridge) CU,YD. .46 Bar 2" x 3I11 x 6" PLAN - TUBE SPLICE Reinforcing Steel (Epoxy Coated) LB. 6.6 ANCHOR DETAIL Print Date: 3/2/2ole Sheet Revisions Weld County Public Works Department As Constructed BRIDGE RAIL TYPE 1DM Project No./Code File Name: 135588—BridgeRail-01.dgn Date: Comments Init. coraoaa Department at lrarapartadon 1L31 H Street �� V ro. !WordONd y, en eoss2Designer: , r*r aa!ri-W aaeat e'7 No Revisions: BR0 0030-054 Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: K.A. AJmada Structure WEL468.0-059,GA 19744 s�rr� rII, a -�•�:: {._lac. .. Cckrado Center laver d„ 91tr1 fim6 TM& WI eaa�o C �FM 4�tny a r1 hb2Y 91ip �e�iard Fax 22 540-00'11 Retailer: b_1+1. Sundaen Numbers ^� Mar.:6,o-srrlt rax:•m^.arsfe ,,_ Tale. 97 a) 544-6489x5754 Resign 4- KFE Fax (ro) 364-6497 Void: Sheet Number 38 Sheet Subset: BRIDGE Subset Sheets; B22 of 28 3. 2 3 4 S 6 7 8 9 10 11 32 13 (4 15 1@ daundeen 10!S3s30 0.4 N\lUI\W\WELOC\Li65Et S-flnol-clagn1.51-drowhg!l OCS1GN F[LES\Brldge\Oroaingv\i355B6 Brldgekal-02.dgn Ii 5 C cc I W 0 li .11 I. 6 o= 3 L' W 0 1" 1" U) O M r U) O m s .2 S. Itrn 0 L A r 3 a e c 0 E r a H 1 J K i I 2 I 4 5 B 7 I 8 10 11 1 12 1 13 L4 I 15 I in 8" min. 2" 811 2-51/2" 11-71/4" V-2" max. a O O End pints --Backing plate 11/8"0 hole in tubes for /Bo H. S. bolt (typ.) Approach slob' post Expansion device 6" Sleeper slab RAIL TUBE DETAILS (Use with Bridge RoilType 10M) Thrie beam not shown. a a 2r -51/2n 2" Backing plate O O Thornier traffic face of curb 3" x 6" 8" min 1'-2" max. `^End plate (typ.) 1i/a"m hole in tube for %/s"o H. S. bolt (typ) esp. 6" i post RAIL TUBE DETAILS (Use with Bridge RoilType 1014) or 10R Thrie beam not shown. Chamfer traffic face of curb 3" x 6" Bridge rail tubes (typ.) PL 1/4 x 12 x 161/4 (A36) Y6",al x 7/2" H. S. bolts (tot. 4) 7/e"s H.S. bolt (typ.) %/a"o x 21/Z" H.S. bolts (tot.3) Field drill terrain section to match— _ 2 these bolt locations f B" 2" _ Cl BACKING PLATE Holes are 1'/6 ra far Ya"m H. S. bolts with hex nuts, 2 PL washers, and 1 lock washer Flush on roadwo side 3iis" min, end plate TS 5 x 5 x .3125 END PLATE DETAIL drain hole Print Date: 3,2.'2018 File Nome: 135588_BridgeRail-02.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials Corrado Center laver Orn .a SLIMS d0]6 SEM 12ttny South rhbY2Yz-7900 le�iard Tili. 72 54O -GOO W 4-122-49.3 F2C 54540-136n1ex C Sheet Revisions Dote: Comments I nit. Weld County Public Works Department As Constructed colaraaa Department or Trawportadon ATUWE !Worst "Ian: 0'i 1. PAX: WP::ars= Reglm 4- KIE 1(11 H street P.0_ Sox 758 {rvday,en 80632 Tale. 0970) 544-848ex5754 Fax (rc') 364-6497 No Revisions: BRIDGE RAIL TYPE 1DM Project No./Code BR0 C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sundeen Structure Numbers WEL468.0-059.0A 19744 Sheet Subset: BRIDGE Subset Sheets; B23 of 28 Sheet Number 39 3. I 2 -3 4 S 8 7 I 8 I 9 I 10 11 32 I 13 I 14 15 I JO A B D E F G H ( J K daundecn 10!5359 +611 N\LJZWAYELDCM3558B\5-ffnakthign‘51—cfroydngsA_DESION F1ES\BrfdgADrax}vp1135598 Excou-0ockflLdgn Ii I W 0 I. 6 o' 3 L' S a W 1" 1" 0 M r 0 m s .8 O a m 4 O n C a m g 3 a A a E F H 1 J K 2 .3 4 5 F 8 9 1.4 1s 1b' .1894 rlIriema i ❑.G. , .....0400 t bar", , y. F■■i■ is ° i • Break line "G" --„N.' - • ❑G CI 4 + ' - ■ r �■ ti _ cn I F.S. -. � uq 1 ELEVATION ., % l I. • B1 soli li illlb-■•yb ^+ � • Tap GENERAL NOTES of cut Slope !r_glr I I 11-611 I 1r_@1■ Unless shown otherwise in the plans, this drawing gives the minimum extent of Structure Excavation and Bottom of cut (typ.) Structure Backfill, The Contractor may elect to extend NEAR END OF V'IINOWALL NEAR B.F. OF ABUTMENT the Structure Excavation and Structure Backfillbeyond y I y c the limits shown here- Any additional Excavation or I SECTION (EXCAVATION) Backfill beyond these limits be wilinot measured nor y - Break Gne "G"---„:P_S.--..\ paid for- Riprap (See in I Structure footings which are located rock shall be y ❑wg. Na, @S to formingh in ` poured out undisturbed rock, without for Dstoils) @91,49. II F.S_ conformance with { 4 I �5 f f fi p LF.S. `'7 �1&C1 ff . oa°ao`ooaa'ao"aaaa"o` f o 0 0 0 o a o 0 0 0 0 0 0 0 0 o t PLAN t For this purposes of quantity calculations *NEAR END OF WINGWALL template apprise out to end of wing wall_ NEAR B.F. OF ABUTMENT SECTION (BACKFILL) P.S.--„,LEGENDS p.s. D.C. Roadway Excavation r,! -r. i.�.✓ ��'i''r,•rri`,6�L r.':'.Jitit I#jy� ley ti. 1Y�1 r 4 Structure Excavation 11r 1r r�. Structure Backfill (flawflll), as shown 2min, a ifs elsewhere in the plans. V I 1'-6" F.S. S Structure Backfill (Class a) b c �i �" r Riprap (See Dwg, •ao°o'o°4'0°0" Q Q 4 Q 4 4- Filter Mdteridl D No. 65 for Details) SECTION (EXCAVATION) _V 0.0. P.S. n Ri ra p p P.S. y11'IiiIIIF"9p' r '+rfrfl�r�i•�,.•.■,!i�t i i %JrJ5/JF -- � I� ion - � 1� IIIIIIIIIIIIIIII �� ABBREVIATIONS �1r • 1 .S r 2 min. v�``•���v'r,+'y'r�r • ������fl�fl���� rs_�i�iiri«..F�3 `•.p c —z ° 4 4!t D.C. Original Ground �c. 0a 4I-0II �I_Ofi F.S. 41-0' Planned Subgrade - P.S. ., i - SECTION SECTION' (BACKFILL) N (EXCAVATION) F.S. Planned Finished Surface 11-6r1 -. V*r SE GTI N Riprop (See Dwg. 4: = Minimum berm dimension. No. 85 for Details) 1r = Minimum (BACKFILL) embedment, of abut., in Structure Backfill. Print Date: 3/2/2018 Sheet Revisions Weld County Public Works Department As Constructed EXCAVATION AND BACKFILL FOR BRIDGES IN C LI T Project No./Code File Nome: 135588_Excav-Backfill.dgn Date: Comments Init. colaraaa Department or Trateportadon 1(11 H Street �� V tea !turdate yrvd of glomDesigner: , r*r aeEri-pro aaeat °'7 marl:6+rr=sat pax:vm^.�a.a ,,_ Tale. 9� a) 3O4 -8489x5754 Reglm 4- KW Fax (9?G} 364-6491 No Revisions: BRO C030-054 Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: ICA. Almada Structure WEL458.0-459,OA 19744 s�rr, rllictit rr;-r<•,:: • {r- le- c. jCokrado Center laver d+, .+ Lilt. fima Tile. 72 5443-E800 C si M 4�tnvx ill hb2Y grip �e+ard Fax 22C' 5540-tEtil Retailer: D_1+1. Sundeen Numbers ^� Void: Sheet Number 40 Sheet Subset: 9RLRGE Subset Sheets; 824 of 28 3. 2 -3 4 S 8 7 8 9 10 11 32 13 14 15 18 daundren 10!5d!28 bM P\lUI\W\WELBCV35588\5-find-lags\5l-lravhgstDES]GN F]LMBridge\Brw,ings\l•.'A BackAll-F1avAgn • Ii 5 C a I A W d 0 ;D I. 6 o' 3 a5 W 0 M 1" 0 M r 0 Y m s .2 o` a m 1 4 0 w n a m g 3 a • e c 0 E F a H J K Fla w -F ill 3 • b• b • p • i • . • .r • - • • • a. b. ••; a b• s • s ' r ' t- 4 5 `---Flaw-Fill — 3" Thick low or collapsible density polystyrene cardboard void Filter material Class 6" a Non -perforated pipe (Subsurface drain outlet). Max_ ['end in pipe = 454 (See Dwg. No- B2 for daylight location.) See M-605-1 for end treatment details • a s B 2 7 a l 10 Backfill (Flow -fill) 0 Undisturbed existing grroadway or compacfed embankment roadway embankment 6"0 Perforated pipe at. 2X grade, minimum. After clearing the lowest wing continue the run, to daylight, with non -perforated pipe. For limits of geotextle see detail. Bottom of wing SECTION PERPENDICULAR TO ABUTMENT 7 -Low wing XO 0 0{ 4a0 00nOnef 6"O 0 0o0o0o -e-`+J O {} c�5 ao af _pipe +J {s O 7 OO a-O,6OOo° C0C7 D 4 4D O O O D oDalogiboDaac°ooDi 0 0 4 0 0 4 4 0 oo°o°o boo°o°aoaoot O D Oci{ OO O O O °o° ccf 44 4O4$O 4se en o D c D O D O O n 4O 00/ 84O 000 4 4 0 0 0 0 0 0040°0°; 0°0°0°0°091 004000{ 4040°0004 l 0404000 00000000oo# O 4 O? 4 0 0 OOOOOO{{ oco°o°opo4 a o a p o O O o,_ 0 0 0 O°O 4 4 0 0 OOOOOO1 OoOoO 4000000000i (',J)/9/Yer 1.2,Y./LS/1i �lf� SECTION r B Perforated undardrdln Structure Filter material Class 0 Geotextllc (Drainage) (Class 1) 6 INCH PERFORATED PIPE UNDERDRAIN x Inch Perforated Pipe Underdrain includes all Filter Material (Class H) and Geotextile (Drainage) (Class 1) surrounding the Filter Material (Class a) As Constructed u. t Low wing 1Q ( 13 I IA Bridge rails not shown J 15 Geocomposite drain (To limits of Flow -Fill) (typJ Flow -fill _Filter material Class B o o O O O a. a 6 O O o O -C - o —4QOOQ-0OO4OOO4OOO4OOO44 -2% SECTION NOTES: The maximum lift thickness for Structure Oackfill {Flew -Fill) eholl be 3 feet. Additional layers shall not be placed until the Structure Backfill (Flow -Fill) hoe lost eufficient moisture to be walked an without indenting more than 2 inches. Payment will be made under Item 206 Structure Bdckfill (Flow -Fill) dnd shall include the coat for polystyrene or cardboard void, Geocomposite Drain, 6 Inch Perforated Pipe Underdrain, and Subsurface Drain 'Outlet (5" nanperforated prpe}. Installation of Pips Underdrain, Subsurfppe Orein Outlet, and Geocornposite Drain will conform to the Construction requirements of Section 605.03, 605.06 and 6x5.04} respectively. A B D E F ,g Print Date: 3/2/2018 File Name: 135588_Backfill—Flow.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials 4-cp. rlTirlla -1t. :-fir- le -c. Corrado Center laver d+, .a SLIMS d0]6 SEM Denim*.DSouth nhilr2Yz-7900 le�iard Till. i20.1540 -E800 WF22C5�540-.6801ax C Sheet Revisions Date: Comments I nit. Weld County Public Works Department colaraaa Department or Trawpottadon T ahem7.1,11iil !att mall: i7 Crla •mil PAx: ennecrale Reglm 4- KIE 1(11 H Street P.M Sox 758 { rvd�', en S0532 Tale. 070) 544-848ex5754 Fax (ro) 364-6497 No Revisions: STRUCTURE BACKFILL (FLOW -FILL) Project No./Code HO C030-054 Revised: Designer: K.A. Aimada Void: Retailer: D.W. Sundeen Structure Numbers WEL468.0-059.OA 19744 Sheet Subset: BRIDGE Subset Sheets; B25 of 28 Sheet Number 41 3. 2 -3 4 I 5 I 8 7 8 I 9 I 10 32 I 13 I 44 15 I 1@ H ( J K daundren 10OSSetr2 WA Pe\UI\W\WELOC\f.58599Lrrflnd-gn1.51—drwrfigeLDMIGN F[LES\Pridge\Oraxingv\i355B6 PrdgDerkEkv IAgn Ii N a_ 5 .+ 1 C a W d 0 TI I. E 3 :c 0 a W 0 f`a M 1" 0 M T 0 m a Y m .0 s .S (J S. l0 `o L W N KC Q i S. m g 3 A 0 C U E F G H ] 1 l 2 .3 4 I 5 I 7 8 I 9 10 1 12 l 13 1.4 I 15 I 16 DESCRIPTION Un Ita: legit; Pro &ct1'hd.00 1311568; Subdccaun11; Designer: K. ALIA4DA;Debi 1Ier:; LOaat I SLY ; I-ORIZONTAL ALIGNMENT DATA HORIZONTAL TNYSENT VERTICAL AL]Ct4sENT DATA ELEVATCCN ELEYA1IQ4 AT PC AT GRACE STATIC+ 11+00.0000 PC 1,3+--.0.0000 PI 1+M0.0000 PT TABLE OF KAMAN CROSS -SLOPES (SLPERELEVATION: E- -NC- STATION (1N TANEE NT) SLOPE LEFT -0_0204 -D_ ELEVATION AT QR40E 4854.3160 4055.7134 4055.3575 SLOPE RIGHT 0200 OFFSET PRCFELE CTiNTFWL TO PIVOT POINT - 0.0000 FEET LIMITS OF VALID ELEVATION .410 cREL5S-5LOFE DATA BEGIN f LNLIMIFED 4 ELEVATION PERCENT AT PC GRACE 1.280200 4658.5000 -0.7501100 VC LENGTH 7&_00 QAUQ SD LPLIH]TED + LAYOUT LIFE DATA LAYOUT LINE DEFINED TO BE COINCEDENT WITH FCRIZ]NTAL CENTROL H0. STA LA]LUT LChE INTERSECTS REF LOPE AT 12+02. 6300 MOD LOAD DEFLECTION DATA - 9PN'4 1 DEFLECTIONS AT TENTH POINTS ream FITTED CURVE 0.1 0.2 0.3 0.4- D.5 O. Et 0,7 0.8 0.0 OFFSET 0. CODOCDC9 FOR 01241 L]NE: SF N3UT I AND OTHERS D7 CARD(S): 1 INCH 0.0000 0.1418 0.2758 FOOT 0.0000 0.0118 0.0230 SLOPE 0.115671 0.3841 0.0320 0.4541 0.11378 0.+783 O .0389 FOR BD'IT LANE! 8F ABUT I MD OTHERS 00 CAADL�: 3. INCH O. D00D 0.1312 FOOT 0.0000 0.0109 SLOPE 0.112441 0.0 0.1 0.2469 0.3368 0.3636 D.4L50 0.0208 0.0281 800528 0.03+4 0.2 0.3 D.+ 0.5 GIRDER LIIES 0.4541 0.0378 0.3841 0.0120 03FDER LCHES O .3035 0.336E 0.0328 0.0281 0.6 0.7 DENT LOAD DEFLECTION DATA - SPAN 2 DEFLECTIONS AT TENTH POINTS FROM FITTED CURVE 0.0 0.1 0.2 0.2 FOR BENT LINE_' CL P]ER 2 AND OTHERS INCH 0.0000 0.1419 0.2758 0.3(141 FOOT 0.0000 0.011E 0.0250 0.0320 ELOPE 0.115571 FOR BENT L]NE: CL PIER 2 AND OTHERS INCH 0.0000 0.1312 0.2489 0.5166 0.3936 FOOT 0.0000 O.010A 0.0208 0.4287 4.0.5'18 ELOPE 0.112441 0.0 0.1 0.2 0.3 0.4 O. S 07 C&AD(5+ 1 9,45+1 0,478~3 0.0..76 0.0309 07 CAR D(S)c 1 D.4130 O .0344 0.4 0.5 D. 6 0.7 01 LCIES 0.4541 0.0378 4.3.94 1 G. 0320 x Y 0.0040 a. DCOD 0.0 1.0 REFERENCED 07: 0.2758 0.1411 0.0000 INCH 0.0230 0_011.8 0.0600 FOOT REFERENCED Ent h 6.2439 6.o24e 0.8 - 0.116571 SLOPE D.13LE 0.0400 INCH 0,0149 0.0000 FOOT -0.112441 SLOPE 0.8 1.0 0.6 0.9 1.0 REFERENCED Ere p 6.2756 0,1411 O.C400 INCH 6.0230 Dan iB 0.000D FOOT - 8.115571 SLOPE GIRDER LINES REFERENCED 01: b O .3936 0.0320 e.3366 0.0281 0.6 0.7 6.24813 0_0206 0.8 0.1312 0.000D INCH O.OI09 0.0000 FOOT -0.112441 SLOPE 0.9 1_0 AA- C. 000000 A3- 0.03000 A2- 2.10532 AI -2.10552 A0e-1.36585 AA- 0.07000 A3- 0. 00000 A2- 1.21115 AL --1.21113 AA --1.348:9 A-0.0"000 A2- 2.(109532 A1- Z,10532 A.0--1.38885 AA- 4. OGODO A3- 0.0=0 A2- 1.21115 Al 1.21113 A0-1.34930 BRIDGE DECK ELEVATIONS BIM LINE DESCRIPTION FRACTIONAL POINT DESIGNATION INTERSECTION PONT COORDINATES FROM LAYOUT LINE STATION I]FFSEi ELEVATION ELLV+DL OFFTSET ORDINATE BENT LINE LENGTH MOM Y-AXIS SieE W D N S CIRDER LINE LENGTH FROM REF LINE ROADWAY CROSS -SLOPE HORIZONTAL GONTRLL LIFE or part 1 2+02.0D00 0.060 4300.4040 1 0.0000 D.0000 CL BRC Al 2+03.7917 0.000 4655.4418 ]D O. 0200 L_2917 8hGt1 CL BR 2+54.4712 0.000 4535.7120 1 0.0000 41.51702 GL PEER 2 2415'.0(C0 0.000 4555,7134 1 0.0090 52,5000 AtEAD CL B 2+55.5208 0.000 4855,7147 10 0.DO00 53.0208 CL 8RG AS 3+06.20&3 0.000 4855,7832 1 0.0000 103,7063 BF ABLG A3 3+07.513£0 0.000 4855.7623 1 0.000D 105.0000 NORTH EDGE E1` DEC*( Br AEU]. 1 12+07.1891 -17.5:00 4664.9118 654..9118 -]7.60170 4.6091 CL BRC Al I2+0B.4se -17.0000 4304.9122 604-.2192 -37.6040 0.2608 F-1 12+33.5493 -17.5000 4654.9473 654. 2521 -17.5000 11.0496 F-2 12+18.6LB3-L7.5020 4654.9736 654.9966 -17_5000 16.1183 F-5 12+23.6871 -17.500(1 4654.1983 655.0303 -17.3000 21.1871 F -f 12+26.7559 -17.5450 4855.0213 655.0.591 -17,5000 .0.2556 F-5 12+33,8248 -17.5000 4455.0426 655.0824 -17,5000 31.3246 F -B 12+36.8933 -17.5000 4855.0622 655.1000 -17.5000 38.31333 F-7 12++3.9621 -17.5000 +855.0®01 655.1121 -17.5000 41.4821 F-0 12448.0308 -17.5000 4855.0064 655.118# -17.5000 46.5306 F-8 12+54.0886 -17.5000 #855.1110 855.1228 -17.5000 51.5986 BACK C2 BR 12+59.1683 -17.5000 4055.1238 855.1238 -17.5000 56.6865 CL PEER 2 12+64.8831 -17.5090 4856.1261 655.1251 -17.6000 57.1891 AFEAD Cl. B 12+60.2099 -17.5000 4000.1263 880.1263 -37.0000 87.7093 F-1 124.65.2787 -17.6000 4625.137.2 669.1490 -77.6000 32.7787 F-2 12470.5474 -L7_5030 4555.1463 659.(695 -17_5000 87.8474 F-3 12+75.4162 -17.5030 4655.1538 655.1856 -17.5024 72.0162 F-4 12+00.4849 -17.5000 4855.1585 655.1175 -17,5060 77.9e41 F-5 122+05.5557 -17.5009 4855.1636 655.2036 -17,5000 63.0537 F-8 12+90.822# -17.5000 4855.1862 855.2041 -17.5000 88.122# F-7 12195.6912 -17.5000 +855.1670 655.1990 -17.5000 '03.1912 F-8 13t00.7509 -17.5000 4855.1661 655.1891-17,50DD 96.2590 F-9 13+05.8267 -17.50"0 +855.1835 655.1753 -17.5000 103.3287 CL ORO AS 13+10.8174 -17.5000 4955.1582 655.1562 -17.5000 106.3874 Br ABUT 1.3 13+12.1881 -17.5400 4655.1578 655.1578 -17.5000 100.8861 rt GIRDER N0. 1 OF AELG 1 CL BRG AI F-1 F� F -f F-5 F-0 F-7 F-8 F -I BACK CL BR a PIER 2. MEAD CL 6 F-1 F-1-• F-7 F-7 F-5 F-9 CL BRC AS sr Lair AS 12+06.3553 -14,5440 12+07.6770 -14.5000 12+12.7457 -14.5000 12117.8145 -14.50.30 12+22.8632 -L#_5000 12+27.0520 -14.5000 12433.0207 -14.503'0 12+38.0895 -L4.5000 12+43.1662 -14.5000 12+48.2270 -14_5000 12++33.2957-L4.0NO 12+06.3645 -14.5300 12H5E_ 8853 -14_5200 12+501.4081 -14.5000 12+64.4748 -14.5000 12169.545f -14.5000 12+74.6123 -14.5030 12+79.6611 -14.5000 12+84.7408 -14.5000 12+85.6166 -14.5000 12+94.8873 -14.5000 12+99_9561 -14.5000 17++00.0248 -L 4.001'0 73+16.0236 13+11.3853 4454.9972 854.8472 4854.0740 654.0748 4855.0029 as5.0148 4855.0288 655.11525 4855.0545 855.0965 +855.0777 855.1158 4855.0095 855.1392 4855.1192 855.1570 4655.1374 G&5.1E94 4555.1539 G66.(789 40.w.I. 1615. 622. l806 4653.1819 8'0.1919 4655.1832 655.1832 4655.1844 855.1844 4055.1955 655.207# 4855.:050 655. 2280 #855.2128 655.2446 4855.2.168 855. 2567 4855.2232 855.2631 4855.2280 855.2838 4685.2270 545.2510 4515.225.3 664.2495 4650.2240 66a.230s -14.5000 3.4135,3 -14.5000 5.1770 -14.5000 10.2457 - 14.50130 15, 3145 - 14.5040 20.3332 - 14.5000 25.4520 - 14.5000 30.5207 - 14.5000 35.5895 - 14.a0D0 40.8512 - 14.1000 45.7270 - 14.0000 30.7957 - 14.5000 501."645 - 14.5000 56.3853 - 14.5000 513.1061 - 14.5000 01.9746 - 14.5064 87.0436 - 14.5000 72.1123 - 14.5000 77.1811 - 14.5004 82.2488 - 14.5004 87.3196 - 14.5000 92.3973 - 14.10DO 97. esal - 14.0006 102.0246 - 14.5000 4355.2200 455.220D -34.5000 107.5:935 - 14_50100 4555.2167 655.2157 -14_5000 106.8855 0.000D 30 00 00.00 0.0000 0_0000 ]5 CO 00.00 ].29L7 0.0000 15 CO 00.00 51.9792 0,0005 15 0O 00.00 52.5000 0.0000 15 00 00.00 53.0208 0,0040 15 00 00.00 103.7063 0.0000 15 00 00.00 105.0000 - 18.1173 la 00 DO_C0 - 18.1173 18 DD 00.00 - 18.1173 15 DO 00.03 - 18.1173 15 ea 0(3.00 - 18.1173 18 DO 00. CID - 18.1173 15 DD D3.00 - 16.1173 15 DO 00.00 - 15.0115 15 00 00.61 - 15.0115 15 DO 00.00 - 15.0115 15 D0 00.00 - 15.0115 15 02 03_00 - 15.0115 15 DO 00.00 - 3.5.0130 15 DO 60.67 - 15.0115 15 05 03_07 0.0600 1.2937 3.360# L1.4292 16.4970 21.5897 28.6555 31.7642 30.7730 41.6417 49.8105 51.13702 52.6000 03. 0200 G8.0696 63. 1983 62.22.71 73.285e 78.3845 65.4333 66.5020 Ia. 5706 88.6595 105. 7083 i 05.0000 0.0000 1.2017 0.3804 11.4292 18.4879 21.5867 00.0555 31.70.42 33.7730 41.84]7 43.9100 51.9702 52. 5600 53.0208 58..0846 55.1503 68.2271 73.2856 78.3840 6.3. 4333 88.6020 93. 6778 28.6280 30.x. 7663 105. 0600 -0_020000 -0.020000 -0.020000 -0_020800 - 0.020900 - 0.420000 - 0.420000 - 0.020006 - 0.020000 -0.020700 - 0.020300 - 0.020000 - 0.026500 - 0.020000 -0.020000 -0_020000 -0.026000 -0.020000 -0.420700 -0.020700 -0.020700 - 0.020300 -0.020700 - 0.020700 -0.020000 -0.020800 -0.020900 -0.020700 -0.020700 - 0.020000 -0.020300 - 0.020700 -0.0120000 -0.020000 - 0_020000 - 0.020000 - 0.02E+000 - 0_020500 - 0.020700 - 0.024900 -0.020700 -0.020700 - 0.020700 - 0.620700 - 0.020000 - 0_020800 -0.020700 -0.020000 - 0_ C208OD A B D E F H I - J NOTE: ELEVATIONS ARE AT TOP OF CONCRETE DECK, 3" BELOW FINISHED GRADE. K POSITIVE ROADWAY CROSS SLOPE IS UPWARDS FROM THE PROFILE GRADE LINE. THESE STATIONS, COORDINATES, OFFSETS, MD LENGTHS DEFINE THE LAYOUT OF THE STRUCTURE IN A TWO DIMENSIONAL HORIZONTAL PLANE. ELEVATIONS DEFINE THE FINAL GRADE OF THE FINISHED CONCRETE DECK. FABRICATION OF STRUCTURAL COMPONENTS THRU THE DIRECT 115E OF THIS INFORMATION IS NOT INTENDED OR ADVISABLE. Prink Date: 3,2.'2018 File Name: 135588_BrdgDeckElev-D1.dgn Hariz. Scale: 1:1 Vert, Scale: As Noted Unit Information Unit Leader Initials Irc. Corrado Center Tager d„ ..a 91114 6016 SEM Denim*. rC1 b2Y1-7900 Ae�iard Tile. i20.1540-8800 F 2 054 0-040'21 Fri C Sheet Revisions Date: Comments Init. Weld County Public Works Department As Constructed GOICroa4 Department of Trmeooltadon Mali: e'4i2;2L PAX: anY--2¢396 Region 4 KMK 1(31 H Street P.O. Sox 758 Oriel , C0 80532 Tale. (970) 544-8499x5750 Fax (970) 304-6497 No Revisions: BRIDGE DECK ELEVATIONS Project No./Code BRO 0030-054 Revised: Designer: K.A. Almoda Void: Retailer: 0.1+1. Sundaen Structure Numbers WEL488.0-O59.OA 19744 Sheet Subset: 9RIDGE Subset Sheets; 026 of 28 Sheet Number 42 1 2 I 5 4 I 5 7 8 I 9 I 10 11 32 I 13 14 15 I 16 I K • Ii 2 Y a_ 5 .ii cc C I W d 0 Ti' S' I. E 0 3 L' W 0 M 1" 0 M T 0 V1 Y m .2 s .2 a 0 1 C O W n cc SI 0 In 3 a C 0 E F N 3 J K 2 .3 4 5 8 9 14 15 BRIDGE DECK ELEVATIONS GENT LINE OESGRIP719N OR FRAGT]ONAL POINT C69101451109 [NTEiSECT]ON POINT COORDINATES FROM LAYOUT ONE BENT LINE LENGTH FFDA Y-+ + PEW O M 5 CORDER LINE LENGTH FRO+A REF LINE ROADWAY CROSS -SLOPE 8Q17 L]TE DESCRIPTION ER FR75DFIan& POINT CES7GNAT[ON INTERSECTION PONT CEYYlOO44TES FROM LAYOUT LINE BENT LINE LENGTH FROM Y' -AXIS SI EW a N s ORDER IDE LENGTH FRON REF LINE ROADWAY GROWeSLE E STATION E FSLT ELEVATION ELEV4OL CFFSET X ORDINATE Y SFAT]ON OFFSET ELEVATION ELEV43L OFFSET X ORDINATE 7 L GIRDER NO. 2 t GIRDER K. 6 BF ABUT 1 2+05.0903 -9.8670 4855.0562 855.0582 -9.6670 2.9903 -10.0060 15 OD 06.06 0.0000 -0.02X00 Br ABUT I 12+01.20.90 4.5330 4655.1294 $55.1294 4.8330 -1.2050 5.0035 15 00 00.00 0.0000 -0.020640 CL BRG Al 2+46.3620 9.8670 4655.0638 655.0538 x,6670 3.6620 -10.0969 15 OD 00.00 1.2917 -0.020400 CL BEG Al 12+02.4997 4,6350 4455.L-373 05-5. 1373 4.8339 -0.0033 5.00.35 15 00 40.40 1.2917 -.5.020000 F-1 2411.4607 -9,6970 4655.0925 855.100 4.6670 8.9507 6,3605 -0.021204 F-1 12407.5655 4.6339 +955.3873 555.1793 4. 63313 5.4655 9.3604 -O. D20090 F-2 2+16.5165 -9.&970 4655.1186 855. 1402 -S.f670 14.0195 11.4262 -0.020006 F-2 12+12.6342 4.8330 4655.1857 855.2163 4. 6330 10.1342 11.4292 -O.020090 F-3 247.1.5862. -2.6970 4655.1442 855.1730 -6.5670 36.0662 16.4@79 -0.020004 [-,3 12+17.7030 4.8330 4955.2223 955.2504 4.6330 15.20:0 19.4978 -O. D20020 F-4 2+4.6.8570 8.6970 4655.1686 855.2414 -0.6677 24.1570 21.5687 -0.026000 F -I 12+22.7717 4.8330 4655.2473 955.2801 4.8330 24.27 L7 21.5667 -O. C&15343 F-6 .24.51 .7257 -1.6670 3+665.1963 685.2260 -0.8670 29.2257 76.6366 -0.4X500 F-5 12+27.6445 4.833x5 4656.2+06 655.3(.0 4.8334 26.3405 26.6354 -0.020060 F-6 2456.7945 A. 607D 4650.2303 MG .2437 -9.0670 34.2945 -33.7042 -0.420006 Fi 122+32.9032 4.8330 4576.2922 656.3780 4.533D 30.4092 31.7942 *.D22DC+J F-7 2447.8532 9.6070 4665.2296 685.2576 -9_0670 39.3632 45.7730 -0.020000 F-7 12+37_9780 4_8350 4466_3121 656.5402 4.6]30 65.4TQ6 38.7730 -0.020036 r -a 245.9320 -7.1 70 4600.2466 686.2671 -9.5670 44.4320 43.-9417 -0.C OO06 F-0 12+43.0457 4.8330 4600.3364 456.10']9 4.!33D 40..84&7 41.6437 -O.020KO F-9 2432.4007 -9.6670 4655.2518 655 2727 -53.6670 49.5067 45.97rd -0.020000 F-9 12+45.1137 4_8330 4475.3459 855_3579 4.0]30 45.5]'57 45.910'5 -0.D20D^..O BAJ77( EL BR 2+37.4696 9.5570 4655.2754 655,2754 -9,6670 54.5595 -10.0060 15 OD 00.06 5].97922 -0.020400 BACK CL BR 12+53.1642 4,8330 4955.35]6 655.35]9 4.6330 50.6842 5.9035 15 00 00,00 51.9792. -].926090 Ct PEER 2 2+57.5900 -9.8670 4855.2787 655.2787 0.6670 55.0903 -10.0460 15 00 00.00 52.5000 -7.02X00 CL PEER 2 12453.7650 4.8330 4955.3832 655.3832 4-.6334 51.2050 5.0035 15 00 00.00 52.5006 -0.020".00 AHEAD CL B 2+5.5.1111 9.6670 4655.2764 655.2760 -94670 55.6131 -10.00&3 15 00 00.06 53.02. -0.42(1100 AtE1+D CL B 12+54.2238 4,8330 4955.3e4e 655.3946 4.6534 51.7256 5.0035 15 90 00,00 53.0206 -0.020000 F-1 2193.1788 -9.697D 4655.2985. 855.3005 -4.9670 60.8798 58.0896 -].42D:193 F-1 12+59.2946 4.8330 4955.3775 655.3884 4.6330 56.7949 58.0895 -},020030 F-2 2+68.2466 -9.8970 4655.2984 555.3200 -.9670 65.7486 83.1583 -0.020000 F-2 121434.3833 4.8330 4955.3617 955.4092 4.6330 63.8835 85.1583 -:7.020aze F-3 2+73.3173 -9.6970 4655.5079 855.3357 -9.f670 70.8173 98.2271 -0.42['.00 F-3 12469..4321 4.8330 +655.3981 955.4262 4.6330 66.9321 6&.2271 -0,020090 F-4 2+78..3861 6.6670 4655.`.141 855.3469 -0.8677 rs.eset 73.2958 -0.0260100 F-4 12+74.5658 4.8330 4655.4059 455.4387 4.6330 72.0008 7.5.2958 -0.020460 F-,5 2+83.4546 9.6674 +655.3169 655.3553 -6_0677 60.9548 78.3646 -0.0205x05 F-0 12+79_5696 4.6330 4555.41D1 8S5.446S 4.6334 77.4566 78.3646 -0.620630 F-9 2468.5236 -a.6970 4355..3221 856.3549 -9.5670 85.0',36 13.433.3 -4.020801 1-a 12+94.6393 4.8330 4955.4195 655.4493 4.8330 02.1363 85.4333 -0.0:00:4 F-7 2493.5925 A. 6674 dS66..Y235 656 3516 -9.6670 91.4973 86.642} -0.026000 r-7 124+9.7071 4.9330 4665.4192 666.4473 4.8330 67.^2071 88.6020 -...020CK.O F-8 2+36.6611 -3.6070 4650. X'35 685.-3439 -9.0670 96.3611 93.571E -0.6200+-30 F-0 122+94.7786 4.5330 46013.4203 655.4409 4.833D 92.2708 23.0706 -O.D2AM.dV F-9 3+93.7228 -9.657D 4665.3214 656.4524 —9_6670 101.2298 98..5390 -0.620700 F-9 12+94.6446 4_8330 4566.4197 556_4:05 4.0730 97.3445 98.6396 -0.020030 U- BRG AS 3+28.7906 9.6670 4655.3178 6$5.3179 -9.6670 106.2986 -10.0005 15 OD OD_DD 10.3.7083 -0.0201300 CL SRO 43 13+04.9133 4.e330 4655.4174 655.4174 4.6333 102.4133 5.0935 15 OD OD_OD 11)3.7785 -0.02D300 BF ABLR AS 31-10.0903 9.8070 4850.3187 865.3187 -9.6670 107.5903 -10.£463 IS 00 06.06 146.400) -0.02X40 or AE14T A3 13+06.2650 4.8330 4655.4108 655.4185 4.8330 103.7050 5.0035 15 00 00.00 165. X06 -0.020000 L GIRDER NO. 3 't GIRDER N0. 6 - OF ABUT 1 2+03.7950 -4.8330 46.55.1452 655.3452 -4.83:0 1.2850 -5.0435 15 OD 04.00 0.4000 -0.02[300 BF ABUT 1 1+96.9097 9.6870 4555.0247 655.0247 9.0674 -2.59D3 10.0090 15 GO 04.90 *.D000 -O.0200:0 CL BRG Al 2405.0867 -4.83330 4&57.1529 855.1529 -4.9350 2.5867 -5.0035 15 OD 00.00 1.2917 -0.020000 CL BRG Al 2+01.2014 6.6170 4955.0527 655.0327 9.8670 -3.29&6 1D.0CMD 15 GO 00.00 1.2917 -7.0200000 F-1 2+10.1554 -4.1530 4655.1820 855.1930 4.8350 7.6554 6.3805 -0.026300 F-1 2416.2702 9.6671 4655.01132 955.074( 9.&970 3.7702 9.3605 -0.020030 F-7 2+15.2242 -4.653D 4655.2065 855.2301 -4.8330 32.7242 11.4282 -0.02[304 F-2 2411.3389 8.f670 4955.0618 955.1125 2.6970 a.0369 11.4292 -0.020000 F-i 2+40.2922 -4.6334 4655.2353 651.265+ -I_6330 17.7&29 1&.4971 -0.020000 r-0 2+16.4077 6.5670 4655.1190 855.1471 a. 6674 13.9077 Lt. 4976 -O. 020000 F-4 225.3617 -4.8330 4556.2564 655.2622 -4.8350 22.6817 .23.5667 -0.020600 1-4 2+21.4784 6.6679 4655.3444 655.1772 a.6970 18.9704 21.5667 -3.020530 F-6 2+50.4304 -4. 8330 4666.2819 656.5163 -4.8330 27.9304 26.6355 -0.020000 1-6 2426.6452 9.6677 4665.3681 665.2026 9. 5970 24.0462 20.6364 8+.07.0000 F-0 2437.4892 -4.0330 4651..5025 655.4564 4_8350 32.9992 4].7042 -0.020006 F-0 2+.31.8139 9_6670 4556_]902 .556_2230 9.6670 29.1]31 31.7942 -D.02/3090 F-7 240.1679 -4.6330 4650.3217 686.3427 -4.a330 36.0679 -36.7733 -0.0202'•36 F-7 2+36.6627 9.5670 4550.2146 459.2386 9.6570 34.1827 38.77'39 -1.020000 F-.9 2445.6367 -4.0330 4656.3394 666.3596 -4_8360 43_]367 4].8417 -0.020300 F-0 2144.7614 9_6670 4666_2292 666.2498 9.6670 69.2514 41.66]7 -0.020020 F-2 2+50.7054 -4.8330 4655.3547 856.3657 -4.8350 48.2054 45.9103 -0.020900 Fi 2+46.5202 9.5670 4655.2462 555.2571 9.5370 44.5202 45.9105 -3.020000 BACK CL BR 2+35.7742 -+.8330 48.55.3667 855.3587 -4.5330 53.2742 -5.0035 15 OD 06.00 51.9762 -0.02X00 BACK Cl BR 2+51.6689 9.6670 4655.2615 855.2515 9.8874 49.I682 10.1030 15 00 00.00 51.8792. -0.026006 CL PEER .2. 2+56.295{1 -4.8330 4655.3701 655.3701 -4.6330 53.7950 -5.0035 15 00 04.00 12.1000 -0.020204 CL PEER 2 2+52.4097 9.6670 4955.2630 655.2930 9.8674 49.9097 LO. D380 15 00 00.00 52.5000 -0.020000 AHEAD CL B 2+56.8156 -4.8330 4855.3714 855.3714 -4.5330 54.3156 -5.0035 15 0D 06.00 13.0263 -0.02X00 AHEAD CL B 2+52.9305 9.8870 4655.2644 655.2644 9.9670 50.4305 10. X80 15 OD 00.00 53.0201 -0.020X0 F-1 2461.8845 -4.6530 4655.5834 &55.3943 -4.8350 58.3845 58.4896 -0.02[000 F-1 2467.9993 9.6670 4955.2777 955.2896 9.&970 55.4993 58.089& -0.020060 F-7 2496.9535 4.6330 4655.3937 855.4143 -4.8330 64.4533 93.1563 -0.020200 1-2 2463.06.80 9.6670 4955.2683 955.3099 8.6970 60.-5665 85.1553 -0.020090 F-,i 2+72.0220 -4.6330 4655.4023. 855.4304- -4.8330 69.5220 98.2271 -0.02[000 F-0 2+66. 1358 0.6675 4655.2692 955.3273 9.6970 85.83&9 63.2271 -0.020000 F-4 2+77.49D5 4.6330 4456.4085 855.4421 -4.8330 7+.56'08 73.2956 -0.020000 1-4 2+73.2055 6.6670 4955.3074 955.3402 2.0970 70.7055 75.2956 -0.020000 F-6 2432.1565 -4.9530 4665.4145 655.4480 -4.9330 76.6596 76.5646 -0.020000 1-5 2+76.2743 6.8670 4655.3140 655.3484 2.6870 75.7743 78.3646 -3.020030 F -S 2487.2263 -4.8`30 4665.4]81 665.4509 4_a330 84_7283 83.4333 -0.62[000 F-0 2+85.3430 9_6670 4555_3188 .556.5616 9.6670 60.8436 63.43..33 -0.0120000 F-7 2+72.2970 -4.6_530 4550.4206 686.4461 4.8330 62.7270 86.8020 -0.620'30 F-7 2+66.4116 9.0670 44013.32220 660.30{01 9.6070 25.9318 es. 6920 -4.029006 F-8 2497.4668 -4.3330 4665.4202 685.4498 4_8330 94.8668 93.5709 -0.020`320 F-0 2+93.4036 9_8670 4666_3235 .656.3441 9.6670 90.9855 95.6700 -0.D20DC0 F-9 3+02.434-5 -4.8130 4656.4307 655.4227 -4.8350 92.9345 98.6395 -0.02x5+16 F-9 2+96.8423 9.5670 4555.3233 '555.3543 9.6570 96.0423 25.6395 -D. 020093 Ct BRG A3 3+07.x9033 -4.8330 48.55.4158 855.4158 -4.3330 105.0633 -6.0035 15 OD 06.00 103.7083 -0.02X06 CL Bhp 21..3 3+03.6680 9.0670 4955.3215 855.3215 9.8670 101.1180 10.0080 15 00 00.00 103.7065 -+.026000 OF ABUT A3 3+46.7950 +.3330 4655.4145 655.4145 -4,6330 106.2950 -5.0035 15 00 06.06 145.4094 -7.021100 OF ABUT .53 3+04.9697 6,6674 4955.3207 655.3207 9.9670 142.4997 10.0069 15 00 00,00 105.0006 -0.026000 L GIFBDER NO. 4 AND Q BUDGE t GIRDER M. 7 BF ABUT 1 12402.5000 0.0000 4855.2340 655.2340 0.0000 0.6063 0.0000 15 DO 00.00 0.0000 BF ABUT I 11+96.6147 14.5030 4654.9198 654.8198 14.5000 -3.8853 15,0115 15 GO 00.00 0.0000 -0.020050 CL BRG Al 12+03.7917 0.0000 #555.2418 955.2416 0.000D 1.2917 D.00a0 15 DO 00.00 1.2817 CL BRG Al 11499.9064 14.5030 4954.42.80 654.9280 14.5003 -2..5930 15.0115 15 40 00.00 1.2'917 -0.020030 F-1 12448.1604 0. TA DC 4655.2714 855.2023 0.0000 9.3605 0.3605 F-1 12+04.9752 14.5000 4654.6582 954.9707 14. 5600 2.4757 8.3605 -0.020500 F-2 12+13.9262 0.1001 4655.2963 655.3109 0.0040 11. 4.262 11.4202 1-2 12+14.0436 14.5000 4653_[3881 855.6111 14.5400 7.5432 11.4292 -0.020050 F-3 12+18.9979 0.0040 46-55.3255 655.3536 0.0090 13.4860 16.4980 1-3 12+16.1127 14.5000 4455.0156 655.0476 14.6001 12.6127 L4.4970 -0.020000 F-4 12+2.4.0657 O.DOD6 4686.3601 655.3879 D_0000 21.5087 2L_5667 F-4 12+20_1814 14_80D0 4676_0414 655_0795 14.61300 17.6814 21.5657 -O.D20DC0 F-0 12+29.1354 0.0006 46.76.3729 656_4073 D_OOL]D 26.6365 26_6375 F-0 12+26.2592 14_8000 4866_0666 .556_LO04 14.5000 22.76[2^ 26.6364 -6.020000 F -G 12+34.2042 0. ECDO 4655.5941 655.4269 D.0000 31.7442 31.7042 F -f 12+50.3189 14..7000 4170.0880 455.1209 14."000 27.5369 31.7442 -0.020000 F-7 12+59.2730 0.0006 4656.4155 6&5_44i7 0_0000 35.7730 36_7730 F-7 12+35.3077 14_5000 4655_1696 655_1408 14.5900 52.8877 36.7730 -0.020050 F-8 12+44.5417 0.0463 4855.4314 855.4020 0.0X0 41.6417 41.3417 F-4 12+40.4554 14.5009 4555. 3779 555.1509 14.5+100 37.9594 41.0477 -3.020630 f-9 12++9.4105 0.0400 4655.4475 655.4363 O.OR70 49.9105 46,9105 F-9 12+45,5252 14.5004 4955,1453 955.1571 14.5000 43.0252 49.9105 -0.024000 11771ra.A BATS( 0L BR 12+54.4792 0.0000 4555,4420 655,4620 0.0000 51.9792 0,0040 15 CO 00.00 51.9.792 BACK CL BR 12+'59,5939 14,5000 4655.1911 655.1911 14.5000 46.0939 15.0115 15 00 00,00 51.6.792. -0.020000 3'Y'e,je+ *(] Q •, CL PEER 2 12+55.0000 0.0000 4855.4534 655.4834 *.0040 52.5003 0.0670 15 DO 00.00 52.5000 CL PEER 2 12+51.1147 14.5630 4955.1628 855.1628 14.5003 48.6147 15.0115 15 60 00.00 52.5000 -4.020300 e' -. �� AHEAD CL 8 12155.5203 0.4004 4555.4647 955.46.47 0.000D 53.0208 0.0030 15 DO 00.00 53.0206 AHEAD CL B 12151.65x,55 14.5030 4055.1941 655.1841 1+.5003 49.1355 15.0115 15 00 00.00 55.0206 -0.010000 , to �- . L F-1 12+60.5895 0. FAD[ 4655.4772 655.4430.1 0.6c00 58.080. 56.0696 F-1 12+56.7043 14.5000 4955.1778 955.1886 14.5000 54.204,3 55.0946 -0.02.0060 �,.•r ` .x_..05 - r..F "-e F-2 12485.6565 F-3 12+70.7270 F-4 11+75.7955 F -I 12460.8646 F-6 12+90.9333 F-7 12497.0021 F -B 12+35.0708 F-9 13+01.1385 O. DOW 4655.4872 0.0062 4855.4879 0.606 4655.5043 O.OOW 4686.8100 0.0906 46543.5340 0.0005 4555.5153 0.0008 4655.5370 0.9900 4655.5159 655.5085 855.5250 655.5371 656.0444 605.0466 655_7444 655.5376 655,5269 0.OG70 0.Oc40 0.0610 D_OCAO D.0000 0_0200 0.0000 0.0000 63.1583 63.1553 68.2271 68.2271 73.24581 73.2458 78.39840 70.3646 63.4333 63.43]3 88.5020 88.7620 23.5706 93.5709 ?P. 8595 98,63:15 1-2 1-3 1-4 F-3 F -f F-7 F-! F-9 12+81.7730 12+66.+-3416 12+71.9105 12+76_9795 124!2.0480 12+!7.115! 12+92.3369 12+97,2543 14.5060 14.5000 14.5000 13_8000 14.6000 14_'3000 14.5000 14.5004 4855.1626 655.2128 4655.21X32 655.2522 4655.2188 655.2.167 4606.2148 666_2877 4550.2211 401.2599 4555_2247 .55^_2567 4655.2215 '555.2495 4955.2299 955.2587 14.5400 14.5400 14.5!000 14.520D 14.6000 14.'5900 14.5000 14.5100 SA.2730 84.3.468 89.4105 74.4743 79.5460 04..5768 89.5855 94.7543 83.1583 P9.227L 73.2956 78.3835 61.4-333 88.5920 23.5706 ?.5. 8,395 -0.0200.93 -3.020020 -0.02.01X30 -0.020030 -6.020020 -0.020080 -0.020030 -5. 02JO000 _ ` _ • .?.-e s2. & • 4 •� - -e„ 91..1 I. .- 77 4J4�1. 1'5 r, {. - ` - 1' 307 a !fib n II fib ;,` ,�. 0L BRG A5 13+08.2063 BF ABM AS 13+07.5000 0.0000 4555,5152 0.0000 4555.5123 655,5132 955.5123 0.0000 0.15000 103.7085 0,0940 15 00 00.00 105.7063 105.0400 0.0. 0 15 60 00.00 105.0040 CL BI A3 Br ABUT Al 13+02.3230 13403.6147 14,5090 14.5000 4455.2755 655.2255 4955.22246 655.2246 14.5000 14.5003 99.8234 15.0115 15 00 00,00 101.1147 15.0115 15 OD 00, OD 103.7065 ICE. 0000 -].020000 -4.6120000 a : ° •- , {r��jIyV� -. ''+11+44_. x.l. ,1y. •. ..'' t' �' .... ` 'F*_ , r're ,..,,ii,e•aa3 NOTE: ELEVATIONS ARE AT TOP OF CONCRETE POSITIVE ROADWAY CROSS SLOPE IS THESE STATIONS, COORDINATES, OFFSETS, AND LENGTHS DEFINE THE LAYOUT OF THE STRUCTURE IN A TWO DIMENSIONAL HORIZONTAL PLANE. ELEVATIONS DEFINE THE FINAL 5601413" BELOW FINISHED GRADE. UPWARDS FROM THE PROFILE GRADE LINE. GRADE OF THE FINISHED CONCRETE DECK. FABRICATION OF STRUCTURAL COMPONENTS THRU THE DIRECT 115E OF THIS INFORMATION I5 NOT INTENDED OR ADVISABLE. Prink Date: 3/2/2018 Sheet Revisions Weld County Public Works Department As Constructed Project No./Code File Name: 135588_BrdgDeckElev-D2.dgn Date: Comments DECK ELEVATIONS Init. BRIDGE Hariz. Scale: 1:1 Vert, Scale: As Noted CI o6La06a Department at 1r44t2ps+rtadon 1111H Street No Revisions: BRO C030-054 Unit Information Unit Leader Initials �j Gam V 1a1�;+.� • , 3 Be41J-pro 90+54 na1r:i70 immus rax:w9-5�a9e Reglrxl 4- P.O. y, Ca SO632Designer: e'7 Tala. 9. a) SC�4-4496x5754 Fax (930} 36+-6+97 Revised: K.A. Almada Structure Numbers WEL488.0-O59.OA 19744 s+rr. TIT.FII 1+: -�•�:: {._ 1•c. .+1 Corrado Canter 1avar Elm . .+ Silts 5010 CCL1 �FM L�tuvx 1"1hbLY1 91ip 2e�7ard TAW. r2 540-6500 Fax .i00L1 5�40-00'll ^� ,,- KIt, 6.1+1. Sundaen Void: Retailer. $3 Sheet Subset: 9RIDGE Sutaset 5hlee+.n 827 of 28 Sheet Number 1 2 -3 4 S 8 7 8 9 10 u 32 13 14 15 16 114 r; 3 :c V A 3 s a C 0 E F N ] J K 2 3 4 5 B 8 9 1.4 is 16 BRIDGE DECK ELEVATIONS BENT LIPE DESCRIPTION ]NCERSECT[ON PONTCR CDCROINATES FROM LAYOJT LONE BENT LINE LENGTH FROM ENEW G RCER LD'E LENGTH IRON RUMAT FRAGTEa4d POINT DESIGNATION STATION 0555=7 ELEVATIt}IJ ELEV+DL OFFT X DRD]NATE Y Y-AXIS D FA S REF LINE CROSS-GUPE SOUTH EDGE CF DECK 8F ABUT 3 11+97.8109 17.5000 4654.8547 054.8547 17.5000 —4.4641 18.1173 15 CO 00.06 0.0000 -4.020000 OL BRa Ai 11+09_ 'COG 17.5000 41364.8824 664.atRa 17.8066 -3.3974 LA_ 1173 16 40 00.00 1.2417 -0.020400 F-] 12+04_]713 17.6040 4654.8941 664.4069 17.6000 1.671.) 6.3606 -0.020[00 F-2 12+02.240] 17.60:0 4564.9236 654.9466 17. WOO 6.7403. 11.4292. -0..)20000 F-3 12+14.30188 17. 5240:1 4554,9513 654,9833 17.010 11.8059 15.4979 -0.0120940 F-4 12+19.37}'6 17.8070 4554.9774 615. D193 L7.2:CDO 16.8776 21.'5567 -C.[120000 F-5 12+24.4+93 17.5024 4555.0018 655.0417 17.5005 21.8463 25. 8355 --0. 020030 F -I 12+26.5[3, ,7.5050 4855.0456 655.074 1+.`003 27.0,51 31.7042 -0.420C40 F-7 1213+.5638 17.5.)00 4855,2458 655.0775 17.5003 32.0838 36,7730 -0.020000 F-0 124.39.6526 17.5015.0 4655.0850 S55.D880 17.500 37.1526 41.6417 -0.[124[30 F-0 12444.7213 17.5053 4655.0527 655.6945 L7.5303 42.2213 46.9105 -0.020000 ROAD 5yt�+r r�{� (p� 0 I 1L} V 4 Y APPROACH H, 1 H ELEVATIONS BAG+ GL 9R 12+-467001 37.5000 4655.0067 655. 13367 17.5000 47.2981 18.1173 15 Ob 08_00 51.9742 -0.020008 CL PIER 2 12+50.3100 17.5000 4455.1032 655. 0102 17.5000 47.8106 18.1173. 15 00 00.0D 52.5003 -0.420000 A+EA6 CL 0 12+86.8317 17.5000 4655.1412: 655. 101a 17.6000 48.3317 1a. 1173 15 00 00.00 63.0269 -0.420000 INTERSECTION PONT ROA W& INTERSECTION PO]N7 R68llWAV F-] 12+65.9004 17.60[0 4666_ 1187 656_ 1276 L7.51007 53.4004 68.0696 -0.[20500 F-2 12+6.).9692 17.0[03 4656. 1260 656. I.53D L7.5000 [:8.4672 63. 168b -0. D20030 STATION LPFSET (LT. & RT.) ELEVATION CROSS -SUET STATION OFFSET U.T. & RT.) E7_EWATIQd [ SS�5LOPE F-3 12+66.0379 17.5.)0] 4655.1396 655_L7G6 17.0]09 63.5379 68.2271 -0.0201000 F-4 12+71.1067 17.8[+[7 4655.1476 65'S.L884 L7. Cf700 62.6067 73.29'38 -0.020000 F-5 12+75.1734 17.56847 4655.1548 855.1647 17.5006 73.5754 78.3945 -O.[120000 F-0 12+81,2442 17.5000 4455, L0O4 855.1'882 17.`005 76.7442 63.4335 -0.620990 F-7 12+86.3[25 17.5000 4655. 1.1143 655. 1963 17.5003 63.8129 68.5020 -I. D20030 F-0 12491.3B17 17.5000 4655.18£4 1355. 1894 17.5003 86.8817 63.5708 -0.020200 F -a 12+95.4544 17.5097 4455. 1870 655.1788 17.5003 9.3.9504 88.1395 -0.620000 CL EIRE A3 13+01.5192 37.5600 4455.1856 655.1656 17.5000 99.0(92 18.1173 15 00 00.00 103.7065 -0.420000 BF ABUT A3 13+02.8100 17.5000 4655.1852 655. 1652 17.5000 140.3149 18.1173 15 OD OD.OD 105.0300 -0.420000 15+66 O.UG0] 4654-0040 10+70 0.4000 4854.1320 10+80 O.CO95 4834,2900 10+90 0.0094 4054.3680 11+90 0.CO X} 4854.5180 11+10 0. CODE 4854.6447 11420 0.4000 4854.7569 11+31) 0.460} 4654.8709 11+40 0.4004 4654.9756 11+50 0.4060 4855.0741 11+60 0.0000 4855. 1661 11+70 0.4004 4855.2518 11+80 0.4060 4866.3306 11456 0.-00[0 4696.4028 12400 0.0066 4000.45056 12+10 0.i1OW 4565.6278 10+66 18.40[0 4653.6360 -0_020000 10+76 13.40611) 4853.7840 -D.020000 16+96 18.440003 4854.0x0 -D.02200001 11iDD 18.4003 4554.1480 -0.02002X] 11+10 18.4000 4854,2727 -0.020003 11+26 18.44[4 4054.3939 -0.020020 11+36 18.400E 4854.5025 -0.020000 11+40 IL 4000 4B54.6D78 -0.020000 11450 18.400] 4854.7081 -0.024800 11++60 18.4000 4854.7631 -0.024007 11+76 18.40[} 4674.8636 -0_020000 11480 1e.40C4 420 4. 9520 -0.020000 11490 1B.40D6 4666.0348 -0_02400] 12+00 18.400+} 4955. 1CC6 -D.020000 12416 18.40810 4655.1593 -0_02000] 10+70 19.400000 4053.74440 -4.0 0 1.)+130 19.4007 4853.9720 -0.024003 1D4A6 19.4000 4854.06".0 -0.02000[] 11+00 19.-+024 4854.1280 -0.020003 11+10 19.400} 4854.2527 -0.02000] 11+20 19.4000 4854.371.6 -0.0200[*] 11430 19.4000 4854.4825 -0.0240t1) 11+46 19.40[0 4854.6878 -0.0240[3 ILA -32 19.40E0 4694.6681 -0.02[00] 11+50 19.4004 4604.7781 -0.020000 11+76 19.400[] 4664.8638 -0_02400] 11480 19.40[10 4604.9429 -0.020060 1[496 19.40[7 4655_014B -0_02400] 12+00 18.4004 4555.0860 -0.0200017 12+10 19.4000 4055, 13116 -0.024000 134+]0 D_ODIO 4655.7663 L3410 G.0D 0 42+55.7901 15+20 0,0000 4855,7473 L3+v0 0.00.6 4855.7280 13090 D.ODCO 4855.7021 1345517 D. 0020 4855.8695 15+90 D.0020 4855.8305 13Fr1] 0.002243 4855.5851 13480 D.0DCO 4655.5330 13+90 D.00 0 4655.4744 L4.+C0 D.0000 4055.4092 14+10 0.000O 4955.3375 14•+20 0.00+00 4656.2$25 144s0 D_ODOO 4955.6575 14+40 0.00:4 4613D. L1213 14+64 D_ODCCO 4665._0675 13+00 19.40CU 4655.3.783 -0_DUO D00 13440 16.4000 4655.3921 -0.020000 I. 16.4000 44655.33600 -0.022000 13-h40 3B.4020 4855.3341 -0.1320030 15430 1B,4DLO 4855.3015 -0.0201.30 15480 16.4020 4655.2628 -0.0202130 L3+70 16.40:20 4855.2171 -0.020030 15+60 ,8.4000 4655.1950 -0.620030 13+90 16.4650 4655. 1064 -0.00[0630 14+09 19.4030 465E..0412 -0.020030 14+10 18.4000 4664.9696 -0_[12o0<0 14+20 19.4000 4864.8943 -0.0200410 L4+J] 18.40'.20 4654_8196 -0_D220020 L4+40 38.4000 4654.7448 -0.0'200470 14450 15.40170 4654.6625 -0.020090 1� 1a.f3000 44655.3121 --00.002020030 15+70 19.4.)."0 4855.3593 -0.020030 134,34] 16.4020 4855.3400 -0.020030 15hi0 19.4020 4655.3141 -3.020030 L3+50 18.40:20 4855.2835 -0.020030 13480 18.4030 4955.2426 -0.020030 I.3+70 ,9.4000 48S5_L971 -0.020C'00 13+60 16c4000 4655. 1.45D -0.020030 15+90 14.40210 4555.0654 -0_020090 [4+69 17.4000 4860. D232 -4.002.00.10 14+10 14_40:0 4664.9496 -0_[20050 [4420 17.4090 4654.9745 -0.020[•20 14+30 17_4050 4654.7995 -0_020000 144,0 19.4040 4654.7240 -5.020000 14+'50 19,41M 4964.03490 -Q.D20000 NOTE: ROADWAY APPROACH ELEVATIONS ARE AT TOP' OF ASPHALT. w �•o1��,DQ • ■let _ . 'ry r • Y'1 H1 i. r�: - L. I'S 'f ra.y � ��. `110w 4 P'' S! -■ 11 a 4 14. ' y 4 LC rjstJ. C'`11.44I. 'Cc --t''' NOTE: ELEVATIONS ARE AT TOP OF CONCRETE POSITIVE ROADWAY CROSS SLOPE IS THESE STATIONS, COORDINATES, OFFSETS, PAID LENGTHS DEFINE THE LAYOUT OF THE STRUCTURE IN A TWO DIMENSIONAL HORIZONTAL PLANE. ELEVATIONS DEFINE THE FINAL DECK, 3" BELOW FINISHED GRADE. UPWARDS FROM THE PROFILE GRADE LINE. GRADE OF THE FINISHED CONCRETE DECK. FABRICATION OF STRUCTURAL COMPONENTS THRU THE DIRECT 115E OF THIS INFORMATION IS NOT INTENDED OR ADVISABLE. Print Date: 3/21'2018 Sheet Revisions Weld County Public Works Department As Constructed BRIDGE DECK ELEVATIONS Project No./Code File Name: 1355S8_BrdgDeckEiev-D3.dgn Date: Cornrnants Init. ool[r0aa Department at TrA78p4rtOdon llll H Street �j Gam V 101h;,.w P.O. Sox en 80832 • r*r le403 -pro aae94 °'7 Na Revisions: HRO C030-054 Hariz. Scale: 1:1 Vert. Scale: As Noted Unit Information Unit Leader Initials Revised: Designer: K.A. Almada Structure WEL458.0-O59.OA 19744 s�rr. 717.511 a -1'v :: {._ I•r. .+1 tckrado Center lever Is„ .- &184 6516 Tau. r2 540-6500 0C1,1 �FM Luny e r 1l hb2Y 900 �e�iard Fox 2�L1 540-66ot Retailer: 0.1+1. Sundaen Numbers ^� male:6ro-ss'za1 rax:vm^.ran ,,_ Tale. 9.0) 544-8499x5756 Reg]m 4 KIE Fax (970} 364-6497 Void: Sheet Number 44 Sheet Subset: BRIDGE Subset Sheets; B28 of 28 1 2 3 4 S 8 7 8 9 10 11 32 13 14 15 16 I I I 1 4 1. SITE DESCRIPTION woe Contractor shca c9r„ply volt c#cDOT contractual regwremertts and al r'emirernents axssoc feted with the CCPS-SCP on this project The SWMP Administrates X11 update to reflect current project site conditions_ A. PROJECT SITE i __{set weld County Bridge 68159A is loocatedin the centred portiotn or Weld County. approximately 12 rnies northeast ci the City al Greeley. The intersection or Weic County Rend ftnICRJ oa grid WCR 41 Is cippripsdrociteiy 14 miles east al U.S. Highway 85. The s-tructure is located aplxatinately 1.,500 feel west of %CR'.61 C nni.riucrli>a oJiiCe CrCiCkUss w;I'd'n trt,1 rtrmt.riD _ B. E QJLCLITE ®ESCRIPT Qj4:1114-glad invvulves the rernovd and reaoatsin cfk n or Weld 1tiOVnhP Bridge 68,159A over Grow Creek. New 'embankments via be canalrucled wirh,o new bridge deck and read surface. No softies are anticipated to tie affected. C. PROP' LIEi. IP A FC7R JOR COwMRU TI{�I�t A TIVITIE The existing bridge will be removed. Abutment and pier plies wi be Installed and new abutmersgs era a confer pier will be k ited. The new bridge deck will be ploced other the channel and the new roadvAtoy i'rrslatfed. D. ACRES OF DISTURBANCL: 1. Tatar, 'n ci of construction site (LOG OPERMJTiED ARUM: 1..70 oats Total area of proposed di turbanc•e 4f It rAj i 1,12 ruses ,rcligi(sea Qfseeding; 0acre A. Total area of impervious sutloce: 0.-53 c,orbi, 5. io ni [ me of NEW dmperwieus surface! 0.66 acres E. l SOIL Q1 TA: The soils at the site consist of the Aquctisanif Aclvepts In the eglanhel chid bank; canci'cie csompri eel of <IraatUled sandy torn to clay sok, Thu Hoverson Loam formation is found ine overtalanks and corb#sti Of looms in the lop A ifs hos and sirullf i loamy sand to loam to clay barn down to 61 Inaba E. EXISPt' G 'VEGETATION, II CLUfD3NG PERCENT COVER: During design the SWMPAdmksisirciPcr for panto in crxwltviian wild the Engineer MI determine ti the S WMP Administrator for Design or Rho SWMP Administrator will conduct they Vegetation Aronsects as oudlned In Chapter 4,1 I2 of the Erosion Control arndstermwclev GuOFty Guide: IA survey Including general description of existing vegetation shaa be conducted by the VOW Administrciior'prior le any g lurid disturbance on the pn#jttci_ fhe SWMP Adnritistrolorshott photo- dtrrttrrneni assisting vegetation where al work vdl be orcculting. The SWeAt' &dministrastor shop Ottyt perform the vegetation survey transecttsl including photo documentationat outlined in chapter 4,11,2 of coon ricsIcri Conirc4 onicl Storrnwaier Gualhr Guide.) NCI. fe► survey Ir turd ng general description et existing vegetation Shhall be conducted by rho SWMP AO1414O4; lot for Design prier to any ground dishabonce on the prc$ecf. The SWMP A.drtninisiroior for Design Shall photo.docurrterit exi3ting vegetation where all VI pti: will be gccr$rinq-, The SWMP Acirninktrolor for Design shall alsaperform the vegetation surrey trcrvs.ecl(sj I►',+ciudlrsgt photo documentation a outlined in Chaplet 4.11.2 el COOT'S Erasion Control and 3Iormmwator QuSty Guided Pre-ConshucMcc Date of survey: rtailW: Description et emoting 'wegnintlon • Mad or table showing transcci locations in VA:NW notebook tab 17: P_'d+sE-tv,ans' action Dole of spy.: _ nisi@y: Description of existing vegetation: Sheri prairie grasses own of Con- SCP Closing: Map Of 14;Mo showing Ironed 4ocnikwe 1, SWAMP' notebook lob 12: G. POTENTIAL POLLUTANTS SOURCES: See First Conslrucctiorr Activities under Potential Pollutant Sources, the SWMP Administrator doll prepare o list al oil potential pollutants and their iocciilom in' ec tt:ar a wirlh subsection 107.23. FR, R EctI +ENO wi TE•R: 1. out lull locations.: NMA 2. Names of rec g woferfl) on silo: Crow Creek a. ultimate receiving water: south Platte River 4. a °stance nearest' water el the stale is from protect, .Approximately 9.7 MItes I. WOi+I.51ORMW1P,ATER.05CHARQE,5: non-slownwpferc_frtcFl es unilicipoled ALLOWABLE: I. Groundwater and siormwater do nrelr%: Dischcirgns to the ground of water boom construction *watering activities may bra au4hoaz d provided that: o. the source is groundwater (indict groundwcter ccrtrlotned with sicr'rnwviw that does not contain pollutants b. the source and EmPs/Control measures em identified In the s'wMP c_ ¢s.chtgrges to not i94wu the silo as surface runoff or lo surface waters d• The contractor ih0A protect ail work °teas and fcciEties from water oat allt times. Aretas onrd t'etaillrins SUNG& Id Bonding regardless ci the source Of water, snot be promptly dewatered and oestored of no cast to the owner. This shall Include removal of any deg c. 1 by flooding. Any dewcTherirrg shall be don in crccrtckance with Subsection 901.23 CONTF 1wIATEt: 2 lI ckeharges do not meet the above criteria a separate CDPS permh shall be nbrtalned by the Coniroclor train the CDPHE. See standcprd special preakion ; I liggordous ww'arttu eRd ceinta ninated water_ 2, SITE MAP COMPONENTS: Pre -construction C?JE T_ .CN°STF£t tt r PO1TEN11A,L SIT BOUNtMRIF See5WV'h Sheet B. 61,1._,ARESS_Q.EraQUEDItta See SWMP'sheet C. AREA OF CUT AM) E1LL See SWMP Sheet D, LOCATION OF AL.L STRUCTURAL I MPsiCOUTig LM.LLSA _IDENTIFt l IN 7HE SW lE" See SerimP SI't F..LQCATION NON-STRUCTURAL IBMPS/CONTROL MEASURES AS APPLICABLE IN THE S'A►i.i1P See SWMP Sheet F. ;l Rn CS, ST. EiknAS, WET ANISAih, D 0 El MACE WATE3 See SwMP shier . PROTECTION OF TRIES. SHRUBS. CULTURAL RESOURCES AND ':MATU' f . Tl+Qrrnt see SWMP Sheet H. AKAS USED FOR STORING AND VOCEPILKO Of MATERIALS. STAOIN(3 AREAS tileld 1'0 12"; kaetW . etc.l ant .@ 4ICI RANTS see WIMP Suet Prkmt Dole: 10/9/2017 ' Fie hfane:1.}558®_DES_5WILP.dgn sloth. Scale: 1:1 Vert. Scale: As Notes I Unit Info; motion Unlit L-sgdgr (Irillpl A Cir1 Cp/pll N Tara_ I,.t. �j � Q' ' t) Sheet Revision:5 -Tints: Cumin= t 1 Celt Weld County Public Works Department As Constructed Cder aft Deptarind al Irsresillasa te, um Iict n c II Al .17D1 VN 7.71111 r2* nit sirnc FIlia 7511 rtea.p, ) w. sa Fm (9.7 agy144fl Net l4m vi$tonk; $TURMWATLH' MANAGEMENT PLAN Project No./Ccde BIM o03e-me Revise& designen C. Wakening L?elelist: 4?.M?. Suncleec smart' t+'Iat,.040.4-C1',t"0.Qta. Mumblers 1'ii74 4 Shea l Subset: SWMP 5ubsal Sheets: 1 of 7 Shoal Pha.ber 15 34 'WitilP A MINI$RA,TO:R: A. 5WMF'_AD liNI'STR'AlOR FOR DESIGN: Richard White 977.301.3885 J43h109 HrPiDK)Q a 70:30t$22 a. SMVMP ADMINISTRATOR FOR CONSTRUCTION: (A4 defined in Svbs ct 2C11 rh a Contractor shall designate a SWAP b&n nistrmtc5r roc Corritri.reupdin. tsvnership of the SWMJP. The SWer4P Adrn"svhlnaitor sly becorne the Overnerdoparttlor avnci assume resporLsit97ity farce design cnerves to the WIMP Impbrnenlction lond rncinte,nance in'acc-ordonce to 20803. The SciVmP merniftistrctor shall be responsible Tor Implementing, maintaining and rewlsing SWMP, Inc l rig the bite and cgoi'arcl Infer radon, The roctivittes and reties of the WIMP cttminisrra&ar snail °Wrest oil aspects of the projects SWMMP. (iJpd)te`the Information below tar each new SWMP Aclminiifratemi 4cepy of !ICS Celle -rattan muff VIZ -Ise included in the SWMP Nct k.) C. EROSION CotkITROL INSPECTOR: (At daited 11 Subsection fli The Ct:rttracPar rr ay designate an Erasion Control Inspector. The Erosion Control inspector shall complete duties in -accordance with iut:leetk,o 208.03 Ic$ ICS of TECS C•erHIIcciriion rniint c'hc be inches in the SWMP Notebock.)t • I ii.'t�� �: rd (N iii ie4i .l —1 _till .ir. �_i `'C1 i.� �1�_I u�Nva''S. � _-1_ 4. startmwmti M►ANAGENtiti CONTROLS FIRST CONSTRUCTION ACTIVITIES THE CONTRACTOR SHALL PERFORM THE FOLLOWING.. A. POTENTIAL POLI.ItJANT SOURCES Evoloare, identity. Swale and describe all potential sources at pollutants all The site in accordance with subsection 107.2. CCDPS-SCP and place In the SWMP notebook. All SMrs/Conirol hrleasurei. rebated la potential polutcnts shod be shown on the IwYketP site mop by the Corrilrootoris S4 MP Administrator, B. OFFSITE DRAINAGE (RUN ON 'W ATERJ I. Describe and rec'ord$fi'iPs/Ccrr1r41 Measures an the SWMP she map that have bean imp'cernented Pa address o'rrsIe tenon water in accordance with subsection 20$,03. C. WIHIICLE TRACKING PAIDNEHICt.E TRACKING CCNTiROI, I, trots/Centro' Measures Ertl be imrTetnentnd in accordance writ, Sub eeliann208.01. D. P PERIMETER Ar'.Cl.aQi, 1- Perimeter control shall t'e estpi het Qs the lint Item on the SWAP lib prevent the potential lot pot, eras leaving the construction iile baundorles, enierincr the starrawaterdrainage system, cir discharge -1g to state waters. 2. Pedkneter control may consist al vegetation butters. barns, silt fence. erosioon lags. e:ds ing -ks dtarrn5. ,or ousel B.MP5jCOnt'rol Measures as approved, 3. Perimeter Ccninot shall be in accordance win subsection 20904 Prini Date: I43/912017 File Norma: 19 5588 JW9 _'SW.. dyn Honig. Scuds: 1:1 Vert. Scala: As Noted Lrr ii Initer ematio'q Unfit Lcoder trarnois ?i rl r0 Y }ts� rk'�ran rE. ra. ;'' 44041100 SE"' H i r•" - -• *trim�r ' 5, DURING CONSTRUCTION RF5 PUNS KU WtCF TJ Unie ' l .E :LQRP The WOW should be considered a 'Thing document- that Is continuously reviewed and modified. During construction, the following items shci tie Qddeci. vpdcted, cr artiended a needed by the SWMP AcclmISiroilorin accordance with subsection 206. During construction. indicate new items OS have not been addressed during daily ore bring handled cronstrcllvn, If Items am covered h The template or other seclbt of the lvfitse notebook indocile below what Seeger'. the -discussion takes place. A. SToGttifl.LE MANAGEMENT: Shad be droneIn accordance 1.44th subsection 107.2'5 and 208.07 B. CONCRETE V_.'. j !Ifs: Concrete wash cut wales Crwoostefrom field Iabarctorrries and paving egt manta~ shall be contained In accordance wdh subseCtiOn 206.05. C. SAW CUTTING: Shad De done In occeraance wan St,Itnec1ir511'r 107.2.5. 208.04. 208,05 �. STREET SWiEEPIhNG:Shall be done in acc'ordcnce with subsection 2CrEtlui 4. INSPECT 0 A. Inspections shall be in accordance With sr.rtn5eciiein 20'9n dc), 7. IMP/CONTROL MEASURE MAINTENANCE A. Maintenance shall tie in accordance with subsection 2081)4 gtM. 8. RECORD KEEPING A. Records Shull be 'kept In oc ardanee with subsection 2O8.03 (d). 9. INTERIM AND PERMANENT STABILtIATON A. SEEDING PLAN Soil ptepar'o€tan,, suit condciioriig ar Iopso1l, wedin8 lnQIEve). rmVicltlrig tweed free' and a'ir th ic,ckilbr wwp he required fix on estimated [X.XX.I dares or disturbed °red within the righttolnway knits which are not surfacced. Tne toNOwlrtg woes and rtes Via be used COMMON NAME TIOTAN1CA,L NAME - - ; IBS, Pa PER ACRE W&Stern Wnw-atanas5 Arriha; f3artorr, Fro$nri° 1 5 Smooth Biome I_ 2,g Bluee. Crania - Huchital. Lowin i ion Side oats Grarno Vaughn. Bultetplinerr El Rego„$askell 2.0 Switcttgrc g Puthfinaer. Nebraska 28. Summer. Sunburst 15 Green tilesdlegrassFran lodar rr 2.0 Sand Dropsted Or 1 B. SEEDING AFFUCATION: Drill Sre-edl a5 inch to IJ-.S inch Into eve sr . In small areas n drill hand broadcast or,hydroseed at double the rote and rake 0.25 Inch to Cc -S men subsection 212_ Pro lee No.7Ccde Sleet Revisions DOLE ! L'efrimeatlI3 !nit. Weld County Public Works Department As Constructed CiHu9rls Ow -withal( r}r frierotikia ar. �flt.s mi. If��flg-rrraa, If a Iar::a-.in. IOIS !RIM °xriii P.4.1li!5 3t$ &,,i'iiy CO !11652 his. ri7'h&)23!t-Ni111.37S0 ram It 384-4411 tit idciisiona: STURMY/ATER MANAGEMENT PLAN UR:O Ca30-054 Rewind: Void: Cl&itligiet.1 £ Wdkeri n4 boi®7�r'r: C.W. Sund'sen Sheet Subset: SWF. Structure 9umbern WEL.488.O-U59.OA. stark $lake 2 4t 7 19741 9nnnt F imisgr 46 C. itviLICHINQ APPLICATION'. rap y' a rrikilmurn al 2 Ions of certified weed tree hawar 2 1/2 torn at certified weed fake straw per ntre and in accordance with Secticn 213, and mecix*nicc* crimp hI kilo t e S ii. combine/lion with an organic mulch t a cki ier_ 1. Prior to winter shutdown a the summer seeding window closure; uncompleted tropes IPS to mulched with 2 lor4 oirtylchinig tweed heel per We, mechanically crimped beleo the topsail in combination with on organic mulch roch:Wet per Subsections 208 and 213. D. SPECIAL REOUiREMErNTS; I, Due Ito stmt SlOpe5 (>2; I ). hydroseedirra will be aitm ed on I his project tidy pnnmann n t stabilization. MsfclresPPcttng rote she4 be al double the seeding ralee. ttydroseed shot be applied in two applications The b'rst opp tction is a stunt wwrtiic ccnPcI r ri seed, organic amendment and Iodize". The second app•ticolien is a slurryr al mulch rind tnckifier_ Baits slurry appbcelians shall be d dged from lop of slope downwacL in 50'' vertical fits. unless etherwlse appalled bpi the Ebaineer. E. SOIL CONDITtQVING AND FERTILIZER REWIREMEMTS: $4i► ccndirlc me' bald far as Item 212 • sail Cendlifonrng (Acre) Biological nutrient agoru tci ed P dilaer (lbs iocre,' Humole irtss/ c cre) Spit* on Amendrrient (Ibs facre-J 1t dopes only 300' 200 3500 llakxlcal nutrient shall rwal exceed ,8.8-8 4N-P-tci_ Humate based rnaiedidi rhgt1 be In accordance to -Standard Special Provision .21land compost shall be in ccccrdance to S'torxiod Special Provrision 212. F, SOPL RETENTION COVERING; On slopes and ditches requiring © Wankel or turf reinforcement mat (hilly. the blanket/1m shal be placed in feu al mulch and mulch tacleler end proteect alter semen° Inolivel. see WIMP site mop far bluntel/frm loco Hem, RESEEDI►MG OPERATIONSICORRECM STABILI1ATI411 Prior 10 pbrlkartacceptance. I. see d'ed areas shall be reviewed awing The 14 day inspections by the 51KM P Adr. ir1islro'Ior and or Erosion Control Inspector for bare sok cousod by Seltalers Ofwinderosion, Bore cirr3ascaused by wriste or piny erosion, blown (imay mulch, elc. shall be recgraded. seeded.. and have the designoted murIcNng applied as recessopi, al no additional cost to the project. 2, T1143 Con'Iraacs s rntiartnnin 3 nrnuiichlrackifier,llbionke&WM, mine to control weeds is apply herbicide to contrail weeds In the seeded areas unit -Portia Acceptance of file storrnwcter ccnshuct!ion wait. 10. PRIOR TO PROJECT FINAL ACCEPTANCE A, Partial Acceptance shall be in accordance with subsection 107.25 (d). 201310 'and 214.04 al the Partial Acceptance or the project. it shall be determined by the SWMP Adrnasisfrotor and the Engineer vittilch temporary BMPs1Ccsnhol Measures small rernc in untl 70%rewegeiatlon is established or which shall be removed. B. At the end at the project, cal ditch checks thou either consist of ramporaryr erosion logs Or equhratent) or permanent tip tops. C. All storm drains shall be Cleaned prior lo the Final Acceptance of the project. Work steal to included in 202 Clean Culvert. J1.._.NA,RR AiI'V E5.: A. AOplflTIONAL BMPS/CONTRQL M , LSL iBMP/Control Measure detail's and narrativea not c:cvered by the SW M1:P or SIcr id Pig mr-201 4 218 rtxtll be added la the SWMP notehro: by the SWMP Adrnialslraler. BMP.Mat I , M -Standards have been Included along Willi standard BMP narratives: It -a Non -Standard BMP veil be Used or the standard narrates does not apply. the SWAP Admirif31rolcw &hull vale a Ntai-Stat3dcr•d BMP rxarSlve, place 4n "X" in the cotv.rnn cind ccmplcr►a a hNon=Standcwd BMP Specification and narrative for the SWMP notebook. 2_ the WIMP' Actministrotor;hellt Vie' on °Re in the column In Use on Site when the DAPiCanitral Megyx,tre habeen last lied. 3. Place on -t hi We column 8MP/Control measure to be kited by SWMP Administrator II et SWMP ACknirititrotee shall locate the &MP -Contra Measure during cerrntrvct gn. The BMPICvntrdl measures ore no holed ton SWMP Pic5ns but are anticipated to be used during construction (to. Vehicles Trotting Pod, Balch Ron lc, eat .j_ the SWMP Administrator shag locate these prior to or during c0rr31Whorl' .8rid magic -t or 4. Place Biro "r in he column Inatiglicin t MP/Cor,irvl Measure Pre-Cormilniclion iR the $MP/Ccrlhtnl Measure is to be instated paid( to construction activity. Project No../Co de -Print Dote: 4tlfll/20i7 Flo trerne: 1:356ell_a5__sWMrt,,dgn rii}riz. *SOS: iii Vert. Seale: As Mated +hn11 inlcrtnnnbion lint Loather 1nillots r� Shari +twit Aimillinaai..a Vt if Coss Cs Ins is .i. tilt UC*t K• 2t0'O Ca.a C erro W.: sal rtr tu,fi a.: I.i r 4-1a- _I Sheet Revisions 0rlktr ctiffni4nts 1 nit. Weld County Public Wrks Deportment As Constructed Ira Oran M Wapeneem a.—ws tri saxaepa roar nnIt WiiPt P.O. eat n+r d■..flrCO saki: irate ctou 3fl siosai p re. iV }-IG4-t4fi tie Revikone: STORMWATER MANAGEMENT PLAN BRO cv3o-ur4 Revised: Viii Deregnen '�ltO1�dT' 0.W _ 5trndr�rx. RtaEfD C. Wie<tairsg Structyre ra06Zr:a-0�59.0A Shows %Ariet: 19744 SWMP tutaeat Shot hi: ! of 7 Sheol Nuttier 47 STRUCTURAL BMPs/Ccnirol Measures that may be potentially used on the prated fnrerosion and sediment control; redetk'es may betide. but are not nee] tar APPLICATION. MAP/COtilMMLPAEASURE - hl fcRA,itk+# i . ___� i C1 CIC of at c d H. ;. trt Lis vi 0 = aMP/COIVTU0L MEASURE TO RE LOCATED BY S:WMF AIDMIWitt 4T OR 'et P Z 4 CI * 00 `' d Z LE as r 81.WIC0IN1RCL MEASUR1= MIMING 1a U ce -, cc INTERN CONSTRUCTION ACTIVITIES r a: C Z q V. PRO TECR N OF EXISTING WPM NOS Fence p'pfcisfic)' entierotion iogs Fur,L . IP•IurLci Thal b43 pl:ackrd in canrurla"ivn With erL',iuri tc igf Ir. pi Eloent en_rouLlIrani Di conLi..K UthL. I hattic and sediment into slate waters. prior to start of conitwetion disturbances. Fence cplasritj shall be placed adjacent to lS wetlands? erosion lOctS shad be placed between tine Nstic fence and disturbance mend, Lvgnholl be placed te'cllrecl flows away Rum Cr F'ler water running into wetlands from disturbance x x PROTECTION OF FREES/LANDSCAPING Fence rpfas J EXISTING Fence pct, I lcp and sediment disiuubcnces. shall be wed In areas indicated in the plant to prevent eriorcgochment col construction traffic for the protection of mature trees anctlef exisll'rg iandSeaftirtsitrifier le US at construction x X CHECK DNA/DITCH CHECK Eras k, IN bean, sii cfike. rock check dam Placed in Orches. Inrrr►e ci rely upcsi COMPlellOrl ct c*chr grQding to reduce v tocay of runoil in c$lth. For existing arches. place pax to hart al construction disturbances. 200 l� X X }t 7c X TYPE R AND 7YPE 16 INCH PROTECDON St aArri drain inOl profecfYon iinype JJ,-2 and 3,1 x .laced prior toconstrue lion disturbances as Shied In,t#1-206- 1. iCPptoiect existing Inlets Orii nmectimely upon cornpielion of new Weis $o p evenP sediment horn entering the inlet throughout construction, M-208 faced at mouth at clot inlets end over top of culvert at hie and outlet where disturbance mny be occurring cxijc!cunr to pit ' loge nt sediment Fadan water from venturing pipe Ordrerriage. Place prior to start all construction ditturlsonces. Jr+i-208 X X X Cie 6'► RT MCCt CL1TLF PR{?i<J OIJON Erosion 10 3. to TYPE C. TYPE [t' AND TYPE iii PROTECTION Erok" lieg5r CiggnigClOe tiClar srcnksrr. banes Placed around inlet grate Or slope and ditch paving to prevent sediment 'from entering Inlet. Place prior to start at construction distuvb. noes, M 2D8 ' >. STOCKPILE PROTECTION Temporary beat?. erwxion Jogs. 'f._• Placed'within specified distance. In accordance ',Mtn subsection 20%.08, from toe to contain sediment cvmlrr-d slockpie. 4AgQre ea Pe bag t are ecsii* moved and reface l der (SCUMS during, the wart dery Pta en Ogg IC sicait ci stook pile, increase OvntS at stock pie Increases sue. iii.208 X K X M-208 X TOE OF Ml PROTECTION Erosion tom ferfa,Cri ory bernrn, sir fence. trawl) wiraciro►w-'— _E Place prior iailop demlbunkmnnt work to cQp1v'Qsediment and protect ond delineate urnrrthhivk'ed 4rec s. tan be used NO Stockpile !natal far salvage. X X X jK ParIvIEEFR CONTP OL Ert55i015h125, aria fence, temrrparary torn. feat) windrow' Placed prior toconstnucticn carnmeneing to address potential run -ion water from off site, and to divert around di tsf,rbed rMcpr 'OM be vied IV stockpile lcpscf for sclvcg M-209 X _ X X X SEDIMENJCONTROC/ SCOPE CONT OI Sihf fence. erosion4ov Planed on the COMMIT of a slope ea contain and slow dawn construction runoff, Place prior to start of construction disrurbonces. M.200 x X X ' r RrE X y y TEMPORARY SEDIMENT TRAP tSwMP Admtndltat&rtha atld! foci:gore ti AMP s$re majosil Wend Po capture sediment laden rurxA( from dislrur ed (Nem.t5 oonn dosing ccnfiructivrrr. Mace pibr is start of cansiwciiran disturbances_ AA-2O8 PERT ANE 'r $t. tHT M$rP1' Extended deft Iron bar oro1 r Permononf warder Gut,*Veofr�res Constructed party in project. prior t�v sicrm sewer/cliches to capture storm law � a I�emparlrary sediment trap. Outlet structure ti�all be modified for ccfrftarrwnants cat construction Eyrl�ritsp rr rn-tl'4ndurci delp4 is needed. K ' � � O s , ,i ; r -j-C,1. d I It' EM89Ar4KMENTPRO TECfl 5f' Cat₹ li MPOR Y' StOPP'JARAJhl Pteod9 O5 o enr'vduil of Chute to rain eur►otf dawn Slope and to prevent erasion &slope. M-208 '. }.1IV X A y4r.y.ifa ''• ranrZ Pro pact No./Code ?pint Oats: l0/r9/Frl17 I l6 Marna 1.355&& _QES a SWW.dgn It�r1r Scifr6: hl Verl. Scats: As Noted Unit lnlirmatlae �jr wl �If r�Mishei ktr Ins. Siti 76971.71ap d 7Jei9 'Leddat kaiak VOL ram a Meet Revisions 0Cria: Wvld County Pubric Works QepGrtnu net As Constructed —a _ CON 49r Dg4r VSMt H inntennite COTCo4jap,Msr. r. ter ;doom am MO admit". CU MOM ft. 10 304.6drracama an fill fn 09$34-14114/7 114 Iltvlskine4 S T0RMWATER MANAGEMENT PLAN 0iiW C530-054 ttavisatt: Vol& Uesirrtn C. W9kcrsrg much" Claloibr: OM. Sunrises uate+rs :Y'EL0tle 0-054.rl1t :19744 Sheet Srab,rti SWAP I Subset Shod lc 4 of ? Sheet l'Aumbnr 48 :MUT PROF&CUCU Riandep., tor oppr d other Maeda, Mooed as energy dssfeater fa prevent erosion al outlet sln et re. X Construction control'. used tot waste monogernergt of concrete wad Concrete etJiarfe@fYi darting. Flookip 1i• CO'hlCit!Ei'E !ii7JI Ic I Irrgraatnd a lotU catfed peer to start el eonetele fctiviiiei. X X X X mica TRACKING P Source cont►cI pied to prevent frocking of sediment from disturbed 'a i4 fflstlo surface, Place odor fo start of cons truction;dis'turbances. M•B0B X SWEEPJNG Scuts control. used to remove sediment flocked onto ponied surfaces and to prevent sediment from entering drainage system. Sweep defy and at the end of the €onstmellen shift es needed. rJes bendens.thal nci be =- . led. x x x CEWATERPNG lice,Frac torn respnrtsibde for obtadru.ng a permit from Cc&xcrdto teperImerit of hteuith and Envirorwnenti Shed be done in such a roamer i9 pfeveni :pgteniial pollkjIgnii. hrgrn entering stole waists:, I X 1k TEMPORARY.5TREAM CROSSING (SWMP AtIMINSI aior sdSSU add POODP10015 io SWOOP sl)a niai CornitruCted over StreamOr dreinooe to prevent d;focietorge c1 pothiPonts from construction equipment "aide water. JI X CLEAN s WATER DIVERSION z �m faced to dived citkin sirfaoe 4t �ovnd water around dtsturtxmce area to prevent it from mtrrr'ig with, construction ,t+tN5f & OMER NM...STRU•CTURAL BMPs/Oontrol' Measures that may be potently used Qri lite axatec, fcr erbelen gild sed"rneni control: practices may driclude. bur ore not limited sex Erosion control 'devilc e s are used to sail the crtitotinr el set lase Inn tile Sediment ent cQnta# devices ore designed to copture sediment on the project sit$. Ooncfructlas cbrlItch bte BMPs/Conrtoi Measure' related io ceireskructim acct grid staging, ShilICOnrrtsl Metniirn Inceiions no indicated on the SLUMP site man. dMP CONTROL MEASURE TO EE LOCATED EN SWAP' ADMIN5TRA10R INSTA LLATIO 4 LIMP/CONTROL MEASURE PRE -CONSTRUCTION IBM PIC©NTROL MEASURE ruA:SING , I T /.y�j APPLICATION.. CONTR+ L MEASURE I NAP.ATiY.. ID a W ETRST/Itarnish L x CONSTRUCTION ACTIVITIES d ac W ce t1, W PERMANENT STABILIZ&TIC N VFGETAFFVI W.F.! LW 5lFt(P Fence jpPasile jl Filter sedum rit laden rurCeit try dislur$once area. Amo tole identified on SWMP prior to cn sfru lion seven°. x L 1VaFOR1 f3P istrd t4d strarV add (SW IMP Artlro5irtPC be°MOM to S whir site mops) EISinN I©ndfarrns may be used as c IMP/Conirel MecsLlre it they brewery sediment ham entering or leaving Iho 'disturbance area. It o landiform deeds flow et wales to a concentrated outlet] paint, the oul-fS pfrOirii Shall be pfotec Led ID prevent evasion. Ai la be ictenti reed on SWMP prior I c), tor'1Strualicit% shxtin _ �ksr X °•••:." "•, TOPSOIL MANAGEMENT STOCKPJLEI. ALVA W r1Cdr�aw CY5look le Pr• to &Mid lIMMO wrxk commoinCinQ, existing tap ni aid be scraped ie adepth of ii Indies. and placed in stockp*es or windrows. Upon cometetion of slope workt'ihai grog (lets 4 inches). topzol sh all be evenly db istributed over Sou_depth of 4I inchy, X X ,, a'' Sri IN•.,''r ,•'� . "{ ': SURFACE ROWILIEMIC I GRACING NO-MOUES.•1 efda ng fccPJioe Dozing. C binof r Temporary stcbiliitorOii ci d$11dtt cnce ond to min:tile wind and erosion_ nJ" "° .li _ _q� * , _ ', ; ° : '• eft p i r SEEDING (TEMPORARY" Tennpete y sh a+tton used tar overwintering ol distuaboace tarUs i to control erosion, ms for gem Selieduterf der future enn truciion, _ •• '•.. ;."" ` ;.^ _�'+ �.' Print Dote: 1019d$01? n Sheet Revisions Weld County Public Works Pepclrt ga% As Constructed STORMWATER MANAGEMENT PLAN -- Project No./Code File Name 115588 0 DLS-SVIMP.don, Cute: Commis Init. NP F#.4s snel oeexeee ncperr near of aenettaAiehtt # m : b .m:' CT e""" 'Cm 1: i-14: IY.irph m� • _ rmr al saws CV.;On � wan l wan pre' a ham URU CCJil-454 Horir. Sr:.la: 1:1 Veil, Stab; As Noted 0 wit [nta:ma a Will Lawlor- kaiak Rerisrfcf: aeaigncr:: C, 4yilHartin9 itruclure C05r3.0-R39 aA 19744 �1 �v+B: nTrh r�.acitbti.a F_ "os �.� 4EH :. m� a." � aota s o.w_ sonde i. - umbers I q.s w.�i, a rya c9 a 30* -4447 Void; Slfesi Knew 49 Shoal Subic1: SWPiP Stesnl. Shmlta~ !r a 7 BONDED i?EID FIBER MATd IVMIMIC MULCHsumacs tinw, r to be used In areas of concentrated nowt Le. ditch line. To be used in combination with roughening lex tcmperary stabilization of'disturbed sat whenwon( a hema yr pna% Stealonid ars approved by rho Enplrreer, Me y be' used as surface cover ler seen rani i sea stoic s X X x. X rMULtu, ilMul ti TAOMER Temperary+ ar Fib 5tablizalion placed 04 a svc!uce cover far erosion or seeding estabrshment. To be tniloitetd as temponarko surface cawed when waltz is tornpororly hclted and as approved by the to ineer X X Vii. X 5l' Y-QN MULCH &NOW(Not to be used in areas of coacryrrfrored flows,. i.e. ditch Moil Tern wary or Final Stebi ation placed as a srrricce cover fox 11C SICS1 antra end or seeding lobeell oblistvnent, Installed Qs Iusnparoly SUIrOCCP cawec when wart Is lenperody hafted and as cppe'oved by the Engineer X R SEWING PERMAIstENTiNAiRVEJ Final Stobtraiian al chsturbance and to reduce nisi and con Del erosion a a &turb+ad tees, X x 3L. RERNII N lumen peal End Sietbto1bn ai dihlvrbcince' 4r?d IV, tedvce runoff cod control erQcicin on *tutted areas, l*i*2165 X X TURF REil*QRCEMEt ►MAI 0 W Eno slobbotion nr disturbance and to reduce runoff and control eras on dfetutbed +areas, Placed in chamets wan slopes fa erosion ccntrdi. channel liner end seeding establishment. M-216 X OER 1:2. TALLUJN OK QF STORM IVA1fER Q:UANTiTIESi A. MAP/Control Iviedsure sediment rerrlcval and disposal shall be paid tor as: 208 Removal and Disposal pf Sediment (EqulpmentM and 208 Removal and Disposal of Sediment (Labor). All other &IMPliCon4IOl Measure maintenance shelf bra Included h her cost et the BJvMP/Chill Mecsin. B.. It is estimated that Pic hours of labor end lootekhoe 103 horsepower) may be required for miscellaneous erosion control work as directed by the Engineer. Work shall tie paid Isar as: 203 Labor, liackhae. C. Eslablistunenl of seeded areas shall be paid fa as: V2 Seeding 4nviive0, This III include mowing, weed a onkel. rsseedirtgimulchlr kitier, q lierllp Description I POy Unit Initlall .cctist__ I Werim Coma, Permanent Stabillintlq'n eirolol Quantity PS? 207-00205 kpraci CY SSP -000022 Erosion Lou rye I (12 dearth LE S5P , 2C64X04I Reck Check Gam Each SSP 208- d5 Ccncieie'Washout 5iructure Each i -SSP 2O-00070 Vehicle Iractrin9 Pod Each SSP 212-n0006 Seeding Wattvtl Acre SSP 213-00002 Mulching (Wad Firs a Play) Aare SSP 60711525 Fence (Plastic) _ Lf T";P 700-70380 Erasion Cod lira FA. L r ,. Pay Item Doscriptlan Pay Until tallied Coast. I iS'edl JI Cunst.. rarma;fnonr Stabilicntto.n *resat Quanlliy+ I It is anticipated rho, ndditioridd BMPMtrCon rbl mectsufesand BAR/Control measure quantities nal shawnan the ,SWMP Site Maps shall be required an the project fortunforeseen cardtfons and replacement of items that are beygeid the( useful service lire, see subsection ≥0e.0ti enad 208.41. Quenlfdte3 for a1$ Mh/Conlrol Meeawnes COM. are eslrnti ed, and have been Increased for unforeseen conditions and normal tMP/Coalyd M expectancy. equantities ar©11 tail adjusted according to the conditions encountered ir1 the tietd as d GPI:mvu'ed by the Engineer, eer, Plowmen shall be Mar the cclvul wok corrvletedt and moterhhl used Print Doke: 10/9/2017 File Home; 135t,5tia DIES_SWUP,den It riz.. Scale: 1:1 Vet. Stole /la teolad Wit ink rnweian ill SEMI tlr4l Lender Jai Bala IEerd,nce vn In . Taa • 1s.a:aa00 0 C Sheet Revisions rates Cammesta Iris, Weld County Public Wcrice Deportment As Constructed tau*. CPCIWIMPOI i4' Trgwct'tai+a Pt aM a c'0 am: P!3 5.+!47 nn Fd0{ N• Mlil till IM 3Vett AL Sot 7N 4 _CO Pan Revised: r ratio 3044+Pre J7 4 Pa I1074J .14444i? i�gMr_ No r ryisie s: STORMWATER MANAGEMENT PLAN Project. No./'Cade &id CO* -054 Ptniig of C. lliemning stn rture 11.058.0-059.0A QIeAd�ttar: Q.WM.5ur>{faten urrborg Shit, 5ubscl 510/11P Su6,ot ShaeInt a of 7 19744 Shari Number 50 TABULATION OF EROSION CONTROL a4 T• GWS 200- 00002 2C4V00041 200-01X145 20540370 212-0001* 213.00002 LO7-11525 Wen 68 9detIon ToIM Pin Eros1bn (12 tacit) flmrr1C16irlc 'affil C0nctilsYdmMoiltl Mud tiio Wilda h'iltk.BPat 8red4n0 Wein), eltutc:ntr�lp Irva�tl Fr Ha M �- Fence (PlaitIt) From TO Cf LF EACH EACH EACH ACRE ACRE LT 8 tat it6.l0 Li. a NM 0.1)IV I n.15 10.36 LI. 2 --. -.. OM Cu302 I4raa 1200 LI. 4S sic atm !Jaffe 1Tr44 LI. i140BD 0060 SeEla 10010 - -Cr X01 lOrt5 10,24 LI. $5 10stS 141e76 LI. 24 -- 10.99 WO LT 165 12400 5Rt9Cr Lr.— - St 17,44 474.31? LL 04 104410 13+50 LT. - 20 10455 I5r21 LT. 170 1 NW , 112'-70 LT r 15e 1.2.70 13+05 LT. 13t) _ 04%1 INU RI. is iitr213 UM *mks i iib.00 RT. 50 eisa 4.44# tale° is,:t70 Iti_ nit (074 0.074 1,5429 16+20 ILl. 7 05000 61.80* Phis} 17#56 R . a 4 ciii 4.070 4.08 10aa0 FIT- 180 11420 11430 fir 20 11Owl 12i?S Hr. 1244+6 12485 H r aQ 12,E 12,05 Fir 90 12,EiJ 1,30143 Fir 2v 1 0,.95 14+46 H r 20 1 _ 1z-rn. 15+,o RT.12 ,a2 1a4 -G4 HT. 1115 112+f.5 12+90 HT.. 14,0 . a 14Y1rALEC 2f a1d e 2 2 4.704 0,207 #2$ 13. BIOLOGIC IMPACTS A. EIIVIRONMIUITAL IMPACTS; I. Wei kind Impacts: NO 2. Simon) Irr ocIs. NO la a Thre-arened cad Endangered species.: 1TI. NOTE rlJr+rF� , .,s r'!.�'!i ;�.. `f 1f.'- ;. f e. 42 ` r' n a 38993 25 Ca. r ,//$ t�3� • +i .7 f5ri/e .qtram as 11 /r es illtlil fr N erJ1111'-� r'rrnt este:lann1ii 0 0 sheet Revisions Wield County Public Works Department As Constructed , Project No_, Code Flit warm1: I331SH$_UE5_5111i.11P:d9n Cute: Gcrivrtanls ha. No Pavilions: STORM WATER MANAGE wIENT PLAN � COSO-Ct5' 14 ritint. Stale 1:t Vera- Skala: As noted S a4a Diftekter4 1~r Trenwlaen NW H :strait 13m16 tt�flbrrr6iiliart Urtii Loodar 1niklrl . — TOM E IOU IO r, Ss sal Citalp tO RIM ReviNRd �^4 C. wake ring sinews a E`L(3$�.$-059>i) 1974 4 s.�1t FLroli mkt .w ins �df Crkarr/a {alJw i�q► i} sue. Qom it t 444 iqR� �o, - n�T-zrso-svi UMIrsmas 'i mO61O'.7H-44D1x3re'.- ne6ofaer� D.W. StFldeett IIR'.�G': (PION 4 air ran itt]01 3611 -di OP H zs°-�,��"c . , i1 "i"'i trt, 1 ~I Mall Vold: Sheol Subset: $wMP0 Stow Slice 44 7 cif 7 !0*t Humber 51 kalmada 9:48065 AM Fkbk.UZUMNELDCUSSSAS1/45-frici—dogA51-drowingtiLDEMGN F[LES\Daaign\Drvxnga\13SSBE DES1raaianCerhrol.dgn Print Date: 3,8, 2018 Sheet Revisions 8D' 12D' NOTF 1.) VEHICLE TRACKING PAD IS SHOWN FOR REFERENCE ONLY. VEHICLE TRACKING PAD WILL BE PLACED AT THE DISCRETION OF THE CONTRACTOR AT ALL POINTS OF INGRESS AND EGRESS AT THE SITE. VEHICLE TRACKING PAD SECTIONS ARE PLACED ON BARE SOIL AREAS AND REMOVED PRIOR TO FINAL PAVING. 2.) CONCRETE WASHOUT STRUCTURE IS SHOWN FOR REFERENCE ONLY. LOCATION WILL BE AT THE DISCRETION OF THE CONTRACTOR, AND APPROVED BY THE ENGINEER. 3.) EROSION LOGS CAN BE USED IN PLACE OF ROCK CHECK DAM IF THE CREEK IS DRY OR DIVERTED. File Nome: 135588_DES_ErosionControl.dgn Hariz. Scale: 1:t3U Vert, Scale: As Noted Unit Information Unit Leader Initials SEM 4�cp. rIIiF.1l a -1t.,::'fir- Irc. Cokrado Center laver d Sits d0)6 +, WCO South Caicroia EcJ5 and ttawx. 8bY2Xe-7400 Tali. 7P 54O -GOO rex 22 54400-11651 Comments Init. Regim 4 ROCK CHECK DAM PER CDOT! M-208-1) r, LENGTH = 4Or .-xx�-�// - BOTTDM WIDTH = 8' ' ;` l7 CREST -HEIGHT — V -- '.( Weld County Public Works Department oaaroaa Department or Trmaportadon , r le4magi Mil !Worst mar.:6ro-aer2Zr rAX:vm^aran KIE 1(11 H Street .M a_ Box 758 O �'eD 80632 irAnal Tale. (97a) 544-848ex5754 Fax (rc') 364-6497 As Constructed No Revisions: Revised: Void: LEGEND EXISTING R.O.W. PROPOSED R.O.W. TEMPORARY CONSTRUCTION EASEMENT - PROPOSED TOE OF FILL PROPOSED TOP OF CUT PF FENCE (PLASTIC) rcrvAvnirr�r EROSION LOG VEHICLE TRACKING PAD 11 CONCRETE WASHOUT STRUCTURE ROCK CHECK DAM --y- ER❑SI❑N CONTROL PLAN Designer: C. Wilkening Retailer: b_W. Sundaen Sheet Subset: EDP Structure Numbers WELO88.0-059.0A Subset Sheets; 1. of 1 CD CD H 70'-0" MAIN (TYP.) Project No./Code BRO C030-054 19744 Sheet Number 52 doundaan 2;32:34 PM P:\ui\W\1111DCV36Saa\S-fnol-dogn\51-droxinga\ DESIGN FILES\Daaign\Drow g.\Lt4'.Rk DES WaOer rpooko.dgn ! \ f / j t i I` AREA TOTALS , \ / , r I 1 ! `: , - 1 ! LEGEND NTEMPORARY WETLANDS' = 937 S.F. = 0.02 ACRE 4 + f' TEMPORARY WATERS OF THE US = 974 S.F. = 0.02 ACRE + 4 �_ PERMANENT WETLANDS' = 282 S.F. = 0.01 ACRE + ` J PERMANENT WATERS OF THE US = 649 S.F. = 0.02 ACRE (, 1� � S -l• 11 \VL" \ / j li (P T'W l = TEMPORARY T WA = TEMP PW = PERMANENT WA = PERMANENT WETLANDS I RARY-' WATERS WETLANDS WATERS ' F ' THE US j ': 0 FriTHE US C' Lo so 4D' }1 �! �_� ��_ --ter} ; ���--,W--,r-w---tu r W— 11 M' l:�, —411�}-V�---Ve---'lY---W---'l'r---Vr{,-----c / f AREA = 974 S.F. r' t AREA = 205 S.F. / ! \ TWAN / ,, ti •r- F{ TW / L . I ' } I r_�ta AREA = 29.3 S■F■ 1 --W }T I `` e AREA = 35 S.F. / •� i AREA = 29 S.F { Y. 4 ti- - - - �" - r I -_-� _ - 1 t ��7r ' --°- ., 5 .--sue-err•-, - ,' .-' y -, ;.Y F';' t : = fi,'• :� J* ItT: .r-. . AREA 3 S.F. --- w�— - _ -. y■}tea_• _ 7; J r Y f , i ao" - F --w---�w �w----w ,r ry �,�1 if �•- PW ci a==" -- 'YOB N n R R R R A R R A A R R R A —yr,l _ � ^'�'. 1 - 1 {, 5 _ — — — — = '� �— 1� 1 1 i —...j.- ,. ..:::-"' ,';:-::J �,4J -- — — - - — .r — i- —J — — — l 7 1 11 r ir t i j+Jj t •3 J 9" •? I r. r, i Jr+ — _— ee• f �2V { i I. / f i r , 7 ci r �,i-� .' d -ter r +-_L ! J r. f / -� 3: I st.AREA = •52 S.F. } } �,rf' q.r:,= f-• 2-17'4 1 .r } i r , 5 ,d AREA = 649 S.F. PW } i / f ti e 1 t n.:4? �l , y y yl i,.:1:10/J -- ---- r1 _ M_ .•2J_IYIL'1)RJ.+ •1 .�avaa'rr.s$I .S,•?�r.s .- ■ a_ rava...,-ar� y}� f�-—— thJ1i"I —lIi■ •— - - - - �'s,,d..f5�.■fr i �•y� 1 �I.c` % cS�r?,p`J �!.�'.rJ•J�_ t _•hfLS■ 4 I - • I v r . ti(- rf, � ! }i 1 f� fir U• ■h*•�. aG{\�f — — — —_ — — ` _ .1F .ter - - �_ _ �~� i�� •• j9�■ — — — — — - _ - ___ _ — ti fT — �, `�', • __� ` — -�-�, f,` � —,__ AREA =_67 S.F. J{ AREA = 26 S.F. ^""_ 'W :r Tilr� f �- P - - �__ f - •-- _ _ ' f -'X---V -i.- r li • - Y.. r.-- .- -X- _- G4 i ti-` = ' J`r `- ---1\-:-...r5 AREA31 S.F.�, lr . AREA = 306 S.F. TW :L �'' — •lr'` " �� TIN , T — l \ / eit f er .. ''\AREA = 172 S.F. I i fy - . PW i , � i { Print Date: 3/e/tole • = r� CD Sheet Revisions Weld County Public Works Department As C an str ucted WETLAND IMPACTS Project No./Code File Ndme: 1355S8_DE,.a _4Ce#landIm aats.d n p 9 Date: Comments Init. oaaaaa Department at Tra,epartadon BeM, I:o aaeat ATlxm V Wit!Word mal.:6ra•ss••�r e•ax:vm^_�aa■ Resign 4- OE till H Street P.O. Box Ca eoss2 Tal■. 9. a) S(?4-8489x5754 (97 Fax (rc') 364-6491 No Revisions: BRO C030-054 Hariz. Scale: 1:20 Vert, Scale: As Noted Unit Information Unit Leader Iriitidl$ Revised: Designer: ft,A. AJmada Structure WEL4S8.0-459,i}A 19744 'I -a. t IIiF.1l H: -t'•,::"{,- IrC• la?' o Center'laver d+, 1 Si to fim6 Taw. r2 54o o 1..1 IlF`-17 L�tnvx r1hhb27i ideo ie�iard Fex .2C 54o-t0'II Retailer: D.W. Sundaen Numbers ^� Void: Sheet Number 53 Sheet Subset: WETLAND Subset Sheets; 1 of i dou,daan 10:3&42 P:1LE\W\WELDC\L3S58B\5dinal-dogn151-draxingu\tESIGN FLES\Dedgn\Draxing \i355a8 DES_U6ffy Plai.dgi / �•s 1 1 r LEGEND x EXISTING R-0.'0- I r `i E �• :,I I i • " A,' r, I ,I! PROPOSED R_O.YIW_ TEMPORARY CONSTRUCTION EASEMENT -E-- - OH --- E EXISTING OVERHEAD ELECTRIC LINE I / 0• 3a' 9D' 12D'At- I_,.� i. / f ! EXISTING TELECOM PEDESTAL I EXISTING POWER POLE AND f` I 3 %,. PIPE IS EXPOSED AND IS VISIBLE TELECOM PEDESTAL II I WHERE IT CROSSES THE CREEK - T -- - T -- - T EXISTING BURIED TELECOM LINE - r; - - - I; - - - G - - EXISTING BURIED GAS LINE -14---YI---YIEXISTING WATER LINE (To REMAIN IN PLACE 'r r 0 ii 0 + f + 01 1 I ffff WELD CD. BRIDGE NO. 68/59A ,�, 0 C O 0 CD O CD '0 0 0 0 0 0 + -s9 �_vi__ 4---V'' —4-W— —W-- -1- + + + I --�'C ~ — C\1 I ' re) 1 LtD LSD I�- Nil r ; .-� _ -r {-r :, .--I I �I -- ^-- - �_:,_ EXISTING TELECOM PEDESTAL /1 _ _ _ _ _ _ _ r r r :r _ %. ,i1/4 h ---;s:—.-4---4;--:, _ — — T :—2 —4= =L = == �`—�-�_v — -- — T _ T — — — f� 5 — — —_ Tl?lf d- 7_ =rtN r ' =4 _-,..J.,4.--__1'#—#Y �1'+�J-�- Y� �_ =14 - - - =twT _ _ T _ _ ,. - —�j'1—`—T • • • Y -- •- JI U l�f T �I Lf.,Yi�yG� -r .. Ij p I ,il' oY: �•���I��--Y�—�•TTT� I ��,5I�'+p• ; �f J - r; f I WCR 68 II J ' �� �,' Y'- �; I ���I�Y�T•�—t�—r �F��1�•�--t T�� �1 ��`Q�--- 1t. YY CI\ 6 V I I I i' fs•`` ¢ 1� , r ^ I 1 - 't�=\ ----yL---'N--ff—AtF=—BN4u— — — Di-- _ e —_� pd E _E — �! -- — R_ + -OH II f DI —A •1 r.---._ ' , r'X 4 \ll _ — —_ __ ___ ___�____ v __f EXISTING WATER METER \ : .y•I l L '�' LlI EXISTING PANEL (TB BE RELOCATED BY XCEL \` �,tie i IN CONJUNCTION WITH ADJACENT POLE). I POTHOLE LOCATION (T1'P_) , ,. �b I i, I 't' EXISTING POWER POLE FINAL LOCATION TO BE VERIFIED BY WELD COUNTY_ I � L =� , I EXISTING POWER POLE ---x---x -XIX'. I I� (TO BE REPLACED BY XCEL ti I I EXISTING POWER POLE IN THE APPROXIMATE ,IS I t li I I I (TO BE REPLACED BY XCEL CURRENT LOCATION). I I' '( I ,t 1 I NiI IN THE APPROXIMATE CURRENT LOCATION). �'I �z-- z -. j' I. if I I I 11 ' I 1 x POTHOLE LOG It Ill I i. 1 I,iI POTHOLE! VTR mit mann, we d Tn TM I!�! p Dam TOM B+Tmaki (IN i1ES CZ tr0 VMS � 5 4 dai 4 79 an '1 a Gas SLer (-cared r--• x, trnur OVINE Ft CONTACT I p} EMAIL POWER XCEL J4t4Y'31Gilt!iJLIE 1170-361-94t3 4:4147 YC•i U1 ma r tale ei. 1 0.G' a '� to -a..- II x-�z� �� ^^...4x r— � - - - FM Fa r e TEL NI E ... RINLINK CNISOM_ORTEt3I1 �91c'-4537 esl'FrDTMaCc-elfin, la:rrrn T ersc .r— -.� y---�r�� T. -' ter,. 5 T 1�ara n :tt5 31 . -�- r. . k-- - - WED NORTH wax coLI RY:HAWK DISTRICT LAC LAN SON Y70.314-901 titans pc w e erg -as-,- -Y--- r 9 T4 W—i 3 4 4Q 44 F.staces (sniffle DOP*D TRiE11Mi 1EVtHAt'.Etit4 Y. $70.3r8&351 kit ,m' .e.leWertl .,yf-74r--- it s :B Ni .i:::s .C A.S =AiCIi nY ENERGY 61V:E HCanI & t?7L' ym Fox rlK_?.rl rotreAr blew ei ;Iqcan a 1-**Mifel 9 5 Si , Print Date:10/9/2017 . O Sheet Revisions Weld County Public Works Department As Constructed UTILITY PLAN Project No./Code File Name: 135588_DES_Utifity Plan.dgn Date: Cornrnants Init. ccnoaa Department at Tra,epartadon till H Street _�Ir V rr,,,,.w miterrd y, Ca eos32Designer: , r*r ae,ri-�ro aaeat °'7 nentira•ss••rar rax:vmnran Tal4. 9i a) 544-8489x5754 Resign 4 OE Fax (PM 36.1-649: No Revisions: BRO 0030-054 Hariz. Scale: 1:50 Vert, Scale: As Noted Unit Information Unit Leader Initials Revised: K,A. Almada Structure WEL458.0—O59,OA 19744 s�rr� TITIFII H: -�•�::-{._ Irc. .+� EFiso Center Taver d+i 9It� fim6 Taw. 72 stn�o SEH L�tnvx r 1hbrYlY�9iip �e�iard Fex i�L1 5��d�0'll Retailer: D_1+1. Sundaen Numbers Void: Sheet Number 54 Sheet Subset: UTILITY Subset Sheets; 1 of 1 DES RdrryX saotu4dgi doundean 8:38:50 AFA PAUZMY\WELDCWSPE:1/45—Fkird—dasrec.51-d-owingsl_DESIGN F1LES\Daaign\Craxngn\CroadSeation&c1 5SS8 4660 4655 4650 4645 4640 -60 — 7 — — I I I I — — — I I l S A M a re I I 7 o fell I - - 7 - Ini - - - - ter, �' I r N '� w - m d - J 4- O W = SA8X - — --2MX- 13q ;2" O 1 T :a ' co q MI ;Doi t V 1r a W jj r. ..ia ,Y_ _ _ _ _ .mac W I I t I I I I I I I I I I I I I I I I I STA..8+50 —So —40 —30 —20 —10 0 10 20 30 40 SO 60 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Name: 135588_DES_RdwyX-Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials SEM TIliF.1l a-/•,::-wr le- c. Cokrado Center laver d+, Silts 50]6 20W South Caicroia Ecla and ttny e. 81Y2Xe-7400 Tili. 7P 54O -GOO Fax 22C' 540-68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed colaroaa Department of Trmeportadon T LneE7.1,11iil !att Man: 0.ir 1 PAX: W1MICP29a Reglm 4- KIE llll H Street P.M Sax 758 ONmay, 80632 Tela. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 1 of 17 Sheet Number 55 doundean 8:39:38 AMA P:\UZ\W\WELDC\135688\5rfnal-riogn\.51 drawnga\ DESIGN F[LES\Deoign\Drvxrgm\4?aoaSeaUono\136: 4660 4655 4650 4645 4640 -60 I I I I t I I " s rzei P •l ei oa od i- a b F - I I I re I I M GC c; J 7. + if o tit get 2 f +r .9°o- r II 2: :`t J ���tt J O W U W r d-2Lr0'# Ed -2_0a;t -z,anx b m '° °° ; G .mot , J zt �r(J�7 n u" - a d .4 r 2 U9X dry 8 m u. w \ I I 1 I I I t I I t I I t I I I I 1 I I I 1 STA, g+oo I —So —40 —30 —20 —10 0 10 20 30 40 SO 60 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� tITiF.1l K. -.'r<•,::' {r- le- c. Cokrado Cantor laver d+, .i Sin dCOB SEM WC* South Ca rrad) Eci5 and ttnwx. rC 8bY2Xe-7400 Tili. 7P 54O -GOO Fax 22C' 540-.66n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department of Trmeportadon Lnemri it, !Word Man: 0.ir 1 PAX: WP`.aCP390 Regim 4 KFE llll H Street P.M Box 758 ONmey, ea aoss2 Taln. (97a) 544-848ex5754 Fax (510) 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 2 of 17 Sheet Number 56 doundean 8:40:D6 Al P \IJZ\1V\WELOC\135566\5-find-logi\51-dro nga\ DES]GM F1LES\DeoiqADraxingo\Crana Senbanoti135566 DES lxyl[-Seamaign 46.60 4655 4650 4645 4640 —60 o2 6 m , P) � G .r � .4. C � D rIJ W ~W' W Off EL -455].42 Off --19.4' M Tit TT in :C J w J W ow O 4.1 r 2.DDX a I W -2DD% -2.aa%' ri ty N w J . J O W OW W :.3 W -2.aoz i 47 .} 8 ij3 ' I STA. g+50 —50 —40 —30 —20 —10 0 10 20 30 40 50 60 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials TIliF.1l a -/•,::'{r le- c. Cokrade Center laver Dm .i Sitn d0)6 SEM 20W South Ca arad) Balayard ttny e. 81Y2Xe-7400 Tali. i.20.1540 -E800 Fax 22 540-68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed couroaa Department of Trmeportadon TLIME mri Wilt felt Man: 0'i 1. PAX: Wa"..01:P390 Regim 4- KIE llll H Street P.M Sax 758 e;Nmay, 80632 Tela. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 3 of 17 Sheet Number 57 4660 4655 4650 4645 4640 —60 LN3M35V3 A TU' � v m :.. N N Pi ..,.jj u»� ta .�%I QD.� tlO '� az M 1 S �y bI, - ci ✓r h T 9P N a ce - .�.OQ. 1 p. i 1 II 1 owpwSTA. w 1 71 wJtJ O W O W jj v= Od -2DDX-taut 7 7 Y I a0 .�' J wJ W O W 1 et -2,aax �O M ' 1 1.0+00 —s0 —40 —30 —20 —10 0 10 20 30 40 SO 60 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tr�� TITiF.1l a -1t.. :.{r Irc. Cokrade Center laver d+, .i Silts d0)6 SEM WC* South Ca arad) Eci5 and ttny e. 81Y2Xe-7400 Tali. i.20.1540 -E800 Fax 22C540-.68nl C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmeportadon wleemri Wit,!earst Mali: 0'ir 1. PAX: Wa"..01:P390 Regim 4- KIE HUH Street P.O. Sax 758 0Nmay, en 80632 Tela. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code HO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059.0A 19744 Sheet Subset: X -SECTS Subset Sheets; 4 of 17 Sheet Number 58 DES RdvyX-Saate4gn Find-dugi\51-eravngptDESIGN FILES\Dagign\DrareinsrAtroca_SeatiamA135582. doundean 8:44:Q9 WA P:\UZ\W\WELDC 4660 4655 4650 4645 4640 -60 r tetC 4 o I ..F e% ^ rolori v i m r 14 4E 61 q� o�aryy �t v. ?. �-m r x O `owoWw P L� r - .0ax ci ci 1 -� --_, t I I 7 I i t I 7 I t I I 7 I I I I I i I I I i STA. 10-F50 —SO —40 —30 —20 —10 0 10 20 30 40 SO 60 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Name: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� tITiF.1l a 'r<•�::'{r' Irc. Corrado Cantor laver d+, .i Sitn d0)6 SEM 20W South Ca arad) Ecla and ttnwx. 8bY2Xe-7400 Tali. i.20.154 -0-E800 Fax 22C 540 -.66n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed caaroaa Department of Trawportadon tyLnemri it,!att Man: 0.ir 1 PAX: Wa".al:P390 Regim 4 KFE llll H Street P.eOa_Box 758 ;Nmey, ell aoss2 Tala. (97a) 544-848ex5754 Fax (51O) 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. AJmada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 5 of 17 Sheet Number 59 doundean 8:4L4C AM Pt1J \ I\WELDC\135588\S-fraHdrgn\51-draxingo\ '36N FILES \De agn\Dra f gel roae Seakiena\i35588 UES RdvyX-Garia.dgi 4660 4655 4650 4645 4640 ry !sC�� a7 t wrl CD cV N N InO r n ym r t J — — al WI ?I '�• J O W m N r? ti ' ✓ica a'I� 17 i r W w J N 71W�ii t0 Z d lad !iI: 6 -zon'i -2.aax -2.0M t= *0 J UJ J NmITTTTIII T IIIIII1Iff:TITEth1 W1O W I STA.11+00 I —60 —SO —40 —30 —20 —10 0 10 20 30 40 SO 60 4660 4655 4650 4645 4644 Print Date: 5/23/2017 File Name: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� TITiF.1l a 'r<•�::'{r' Irc. Corrado Canter laver d+, .i Sin d0)6 SEM WCO South Caicroia Baleyard ttny e. 81Y2Xe-74010 Tali. i.20.1540 -E800 Fax 22C 540 -68n1 C Sheet Revisions Date: Comments Init. Weld County Public Works Department As Constructed caaroaa Department or Trawportadon TLIME mri it, Owe. Mali: 0'I 1 PAX: Wa"..01:P390 Regim 4 KFE llll H Street P.M Sax 758 e;m�', en 80632 Tale. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. AJmada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 6 of 17 Sheet Number 60 doundeen 8:42.1? AM Pt'\141WELDC\135SBB\S-finaHdrgn\51-lroxingo\.7ESIGN FILES 1.De n1Droxinga\Lroae Seotiona\I35SB8.:ES RdvryX-e3enio.dgn 4665 4660 4655 4650 4645 4640 -60 I I I CD -- J F oWod ... IDS t: 4:5t .. am ,!" - _— —_ - 8 111 _— —_ —b aid- ^� f. 0`•, em _- -_ -2.9Cer - -_ 1litY' r-..: �_- fidoW w g4 '} _ m in 4I s te ods`5 Ord I e• .f C7 I D W -� ti ti N. STA. 1 1+50 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 4665 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX-Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� TITiF.1l a 'r<•�::'{r' le -c. Cokrade Center laver d+, .i Sitn d0)6 SEM WC* South Caicroia Balayard ttny e. r�1 8bY2Xe-7400 Tali. 7P 54O -GOO Fax 22C' 540-.68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmepottadon TLnemri it, !ore. Man: 6ra-ir 1 rax:vm^..111:Paai Regim 4- KIE llll H Street P.M Sax 758 0Nmay, 80632 Tela. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 7 of 17 Sheet Number 61 doundean 8:41:50 AA P \IJZ\1V\WEL0C1135566\5-find-logi\51-dro nga\ DES]GM F1LES\DeoiqADraxingo\Crana Senbanoti135566 DES lxyl[-Seamaign 4665 4660 4655 4650 4645 4640 4635 —60 mtb--- t'�. lt$!tyy• ui al rt O r O_ w I 4 WV J W `} -240% f+ Ili 4 v=im 0 LI -.2.00Xr 6 O gm ii l J. = J d WOW h 2 Ci � CI W -•• 4.1 La _ a I. /�•M1L I r J / x N N `�, SIN --.. O 1 T— x J O W 1 a W 1 1— STA. 12+00 —50 —40 —30 —20 —10 0 10 20 30 40 50 60 4665 4660 4655 4650 4645 4640 4835 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� TITiF.1l a 'r<•�::'{r' le- c. Cokrado Center laver d+, .a Sitn dCOB SEM WC* South Calcroia EcJ5 and ttny e. 81Y2Xe-7400 Till. 7P 54O -GOO Fax 22C' 540-eEti1 C Sheet Revisions Date: Comments Init. Weld County Public Works Department As Constructed oaaroaa Department or Trmepottadon ATUWE 7.1,11iil !Worst Man: 0.ir 1 PAX: We".a1r390 Regim 4- KIE llll H Street P.M Sax 758 ONmay, 80632 Tale. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code HO C030-054 Revised: Designer: K.A. AJmada Void: Retailer: b_W. Sunda en Structure Numbers WEL458.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 8 of 17 Sheet Number 62 dopndeen 8:43:24 MI P:\ui\W\11flDC\i35588\S-fnol dogn\St-droxinga\ DESIGN FILES\Design\Drow ge\Croom_Seotimu\i35588 DF Rdxyl[-Seota.dgn 4665 4665 4660 I I I I I I I I I I I I I I I I I I I I I I I I 4660 -I -2.ed E I -2.907 I I I I I I I I I I I I I I I = 4655 4655 - I I —I' I I I I 4650 I I I I I I I I I I I I I 4650 4645 I I I I I I I I I I I I I I I I I I I I I I I I I I I ) 4645 4640 I I I I I I I I I I I I I I 4640 4635 I I STA. I I 12+50 I I I I I I I I i I —1 4635 -60 -50 -40 -30 -20 -10 0 10 20 30 40 5O 60 Print Date: 5/23/2017 CI�� r� CD Sheet Revisions Weld County Public Works Department As Constructed ROADWAY CROSS SECTIONS Project No./Code File Ndme: 135588_DES_RdwyX-Sects.dgn Date: Comrnants Init. oaaaaa Department at Tra,ep4rtAdon MI H Street V r ;,.w ate2-218Z: Ca eoss2 , e3 aearv-pro aae it7 mar.:6ro-sr'�r pax:ma-ran Tale. 9.0) 544-8489x5754 Regim 4- KW Fax wsv, 364-6491 No Revisions: BRO C030-054 Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initfdls Revised: Designer: ft,A. AJmada Structure k�EL488.0-459,0A 19744 s�rr. TIT.FtiI rf; -�•�:: {._ I,c. - Cokredo Center Taver d+i Si is fim6 Taw. 72 atn�o C si-M C y e r 1hhb2Y 900 Deiard Fox i�0 54O -136:n1 Retailer: b_tll. Sundaen Numbers ^� Void: Sheet Number 63 Sheet Subset: X -SECTS Subset Sheets; 9 of 17 4665 4660 4655 4650 4645 4640 —60 I I I I I I I I I I I I I Vl -2.00% n is 1 O Li -2.007 12 I i I I I I I I I I I f IN. I `— I I I g I I ,r,� I _ I I I --_ I I I I I I I I I STA. 1.3+-00 I —So —40 —30 —20 —10 0 10 20 30 40 SO 60 4665 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials SEM 4�tl�� TITiF.1l K.-.-1t..::'{r Irc. tukrado Center laver d+, WCO mouth Ca1crd) Ec . and ttny e. 81Y2Xe-7400 Tile. 7P 54O -GOO rex 22C' 540-.68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmepottadon ALlert. le403 V. Wit !Worst F7mefir crnt r.maa".erme Regim 4- OE 1(11 H Street P.O. Sox 758 ONmay, en 80632 Tale. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code HO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059.0A 19744 Sheet Subset: X -SECTS Subset Sheets; 14 of 17 Sheet Number 61 dopndeen 8:4+1:4.1 AM P:\OF\W\11F10C\i35588\S-fnol dogn\St-droxinga\ DESIGN FILES\Design\Drow ge\Croom_Seotimu\i35588 DF Rdxyl[-Seota.dgn 4665 46.60 4655 4650 4645 4640 -60 1u mgel J h in oWi5d—} n r mg N N FJ it ,� J 2.00% 1 m IA raI I in *� 0`� -2.00X M1 Irmo,VA 1 N Sk it 1 doW AD h 4 cw r 8N td h �d a us -~'qr ?if ff =44.2! EL —48#7.02 II IM Laf �- N. N STA. 13+-50 —s0 —40 —30 —20 —10 0 10 20 30 40 SO 60 4665 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tr�� TITiF.1l a -1t..::'{r le- c. Cokrade Center laver d+, .a Sitn d0)6 SEM WC* South Ca arad) Ecie and ttny e. 8bY2Xe-7400 Tile. 7P 54O -GOO Fax 22 540-68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed colaroaa Department or Trmeportadon TUWE CU B]e34 Man: 0'i 1. PAX: aa".acr39e Regim 4- KIE 1111 H Street P.O. Sax 758 ONmay, en 80632 Tale. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code HO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 11 of 17 Sheet Number 65 DES RdvyX-Seate dgn find-log+t5L-eravngot_DESIGN F1LE5\ nign\Draxn p\Cram_Seatianetl3u5AB doundaan 8:45:10 0.4 P:\UZ\W\WEL 4665 4660 4655 4650 4645 4640 -60 -- -- -- -- -- -- -- - —d —�-a 1 �7 a _ O n? 2 -- -- of in u� o -- -- -- -- -- 7 0 ay ui !, vi — -- - �- 0 -- -- -- -- -- -- — o I- w + W O »� • �D-- YI l WL5 W - -2.64Y 41 od �2.Cat i�Y � i- .- w`vd m rc: u eq. to e.i 'Nw�1 .�.nw ri 65 te ti 1 a r m w r STA. 14+00 -So -40 -30 -20 -10 0 10 20 30 40 SO 60 4665 4664 4655 4650 4645 4644 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX-Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� tITiF.1l a 'r<•�::'{r' Irc. Cokrado Center laver d+, .i Sitn d0)6 SEM WC* South Ca arad) Eci5 and ttnwx. rC 81Y2Xe-7400 Tali. i.20.1540 -E800 Fax 22C5�40it�651 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmeportadon le40:17.1,11iil !Worst Mali: 0'ir 1. PAX: Wa"..01:P390 Regim 4 KFE llll H Street P.eOa_Box 758 ;Nmey, ell aoss2 Tala. (97a) 544-848ex5754 Fax (510) 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 12 of 17 Sheet Number 66 doundean 8:d5:S8 :hM P:tUZ\W\WELDC\LiSS88\S-fnal-Sgn'c51-draxin3e\ DESIGN F[LES\Deoign\Drvxrge\Cro aSeaUono\136: 4665 4660 4655 465O 4645 -60 e- to __ _ _tn,4+.,i a; . m _ _ rlf oLc. G ,._ IN O... in n 1 ID „_.4- e t- J ...j* 1 1 W 7.007 -2 -V TYm �N O WO N ym - In W m T pi r -I L _1 La CI la w� W • b 1 it it, II LI STA. 14+50 -s0 -40 -30 -20 -10 0 10 20 30 40 SO 60 4665 4664 4655 4650 4645 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX-Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� tITiF.1l a '�•�::'{r' le- c. Cokrado Center laver Dna .i Sitn d0)6 SEM 20W South Caicroia Balayard ttnwx. 8bY2Xe-74010 Tali. i.20.1540 -E800 Fax 22C540•[1651 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department of Trawportadon TIMO i iil !Worst Mill: in G'biral PAX: WP`.alt39a Regim 4 KFE llll H Street P.yOa_�'Box 758 'rver, ell aos32 Tala. (97a) 544-848ex5754 Fax (510) 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. AJmada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 13 of 17 Sheet Number 67 doundean 846;44 AM PALIZMAY1FlDCV35588\5-+Pml-dogAS1-droxinga\ DESIGN FILES \Daaign\Drow ge'urooe_Seotimu\i35588 DF Rdxyl[-Saota.d,r 4660 4655 4650 4645 - 60 4660 4655 4650 4845 - 60 - EXIST RDW X3.1 4653.04 -22.8J 1652.90 0(1 =-19.4' JJ Tilm1 �� d 6 d •r J � W Co 7 7 5' N O W G W ���• re Mj t I I v . ' G W o Wati ,'S Jr' -2.oeX -2.aax -2.aox t A cl° 4t ` W STA_15+50 I I I I -50 - 40 - 30 - 20 - 10 0 10 20 30 40 50 60 ix EM1 N 0 7oi 10 7 .4 OD O W g W m mm48 sc. r• 0 WO W ca 1le it Vil '6w t -2_061: -e.GGX d6daw -O4 7 _ .l— -,_ STA. 15+00 -50 - 40 - 30 - 20 - 10 0 10 20 30 40 50 60 4664 4655 4650 4645 4664 4655 4650 4645 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX-Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� TITiF.1l 141:: -1t......r- Irc. Cokrado Center laver d+, .i Sits d0)6 SEM WCO South Calcroia Ecie and ttny e. r�1 8bY2Xe-7400 Tili. 7P 54O -GOO F22C' 5�540-.66nFt C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmepottadon TLnemri Wit,!eatt man:6ro-as��r rax:vm^-altaae Regim 4- KIE llll H Street P.O. Box 758 e;Nmey, en aoss2 Tale.(970) 544-848ex5754 Fax (51O) 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 14 of 17 Sheet Number 68 dorndean &4.7:38 A A P:\UZ\W\WELDC\135588\5-fhol-cfogn\51-irawrye\ DESIGN F[LES10eoign\Drvxng&\traor.Sea4ono\L3S M, 4660 4655 4650 4645 - 60 4660 4655 4650 4845 - 60 - EXIST fpw 6WI tai Ti 0 com q40 in ti gM Ed'6O N b� W O aa? '" J 7a -It W l• .� a La :: 'J ja ofu =-201" -2.00% -2,a0X ma _i [ _ � — � STA_16+50 I I I I I —SO — 40 — 30 — 20 — 10 0 10 20 30 40 SO 60 N W I p ." J.- J H all r4 M O W y' 7 V1 Old p -e 6,052 R e I I t + OGI=JI O' ,Ia. W 7]. _2. �2.a0,'L TT! -2.00% tJ6W '+ W ti- tl._ ii STA. 16+00 —SO — 40 — 30 — 20 — 10 0 10 20 30 40 SO 60 4664 4655 4650 4645 4664 4655 4650 4645 Print Date: 5/23/2017 File Name: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tr" TITiF.1l a 'rr•'::. {r le- c. Corrado Center laver One .a Sitn d0)6 SEM WCO South Caicroia Ecla and ttny e. r�1 8bY2Xe-7400 Tali. 7P 54O -GOO Fax 22C' 540a6801 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmeportadon T LIME neit, !Worst Man:it t a'ir 1. PAX: Wa".a:P390 Regim 4- KIE 1(11 H Street P.0_ Sax 758 e;Nmay, 00 80632 Tela. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code HO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 15 of 17 Sheet Number 69 DES RdvyX-Seate dgn fins -du 1t5L-eravngot_DESIGN F1LE5\ nign\Draun p\Crana_Seatiane\1SS5M doundean 848:16 WA PAUL\W\WEL 4665 46660 4655 4650 4645 -60 -- - -- - -- - - p- gn (�j E - -- -- uM% Q unt y w ai I I 1�. -- -a- - -- �: is is '� VS M1 r 11 1�.[[Qp}} :C J •� -� 1 p W O W r - - -- -. a a s y. J "6 W - - - -� --.- o rn outre n so- q; as '• •t —1 :C J ow ow m M � -- O 2 s�, -- ra W -- -- -- J� W Q J -2-DEN -24 �. -2.aaz -2.a9Z l'((��� Jr f �� 1`� O W ^ � a STA. 17+00 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 4665 4664 4655 4650 4645 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX-Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tl�� TITiF.1l a 'r<•�::'{r- le- c. Cokrado Center laver d+, .a Sitn dCOB SEM WC* South Caicroia Balayard ttny e. 81Y2Xe-7400 Tali. 7P 54O -GOO Fax 22C' 540-.68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department of Trmeportadon le4037.1,111:11 !Worst Man: 0.ir 1 PAX: WP`.a1:P39a Regim 4- KIE llll H Street P.M Sax 758 e;may, en 80632 Tela. (97a) 544-848ex5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code BRO C030-054 Revised: Designer: K.A. AJrttada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 16 of 17 Sheet Number 70 doundean 848:36 ChM P:tUZ\W\WELDC\LiSS88\S-fhol-Sgn'c51-draxin3e\ DESIGN F[LES\Deoign\Drvxrge\Cro aSeaUono\136: 4665 4660 4655 4650 4645 —60 .7.5 I... o ,Q, — � m CI J1 N N ^. O W dal -5.44 W 0 4 in 1 0 is, -. - •79tt- _ %I! Y ii " t to W Oar 1 16 __ — r tei w —(� �"� [jF��T r W W STA. 17+50 —s0 —40 —30 —20 —10 0 10 20 30 40 SO 60 4665 4664 4655 4650 4645 Print Date: 5/23/2017 File Ndme: 135588_DES_RdwyX—Sects.dgn Hariz. Scale: 1:10 Vert, Scale: As Noted Unit Information Unit Leader Initials 4�tr�� TITiF.1l a 'rr•i::. {r le- c. Cokrade Center laver d+, .i Sitn d0)6 SEM 7ACU South Ca arad) Ecie and ttny e. thY2Xe-7400 Tali. i.20.1540 -E800 Fax 22C 540 -68n1 C Sheet Revisions Date: Comments I nit. Weld County Public Works Department As Constructed oaaroaa Department or Trmepottadon TLIME mri it, !Worst Mali: 0'ir 1. PAX: Wa"..01:P390 Regim 4 KFE 1(11 H Street P.M Sax 758 ONmay, 80632 Tale. (97a) 544-8486x5754 Fax (rc') 364-6497 No Revisions: ROADWAY CROSS SECTIONS Project No./Code HO C030-054 Revised: Designer: K.A. Almada Void: Retailer: b_W. Sunda en Structure Numbers WEL468.0-059,0A 19744 Sheet Subset: X -SECTS Subset Sheets; 17 of 17 Sheet Number 71 Colorado Department of Transportation 10801 VI, 10th Street Greeley, CO 80534 Phone: 97O-350-2731 Replan 4 Right Way A s %C114g CCRifER QUARTER. SLTEERTN, MO SEC11ON OCRMEr5 • K 1 SET Eb5f ANN lE1l'FCAfRY MONUMENT EASViNI PANT 0 0 0 Ma P NOR+, aUANTER, axTEtatrn, 041{ MCA PROPERTY PIN NOM SORER we sECnET coRRERs PTS 0 r FED WC wit TEC€RPL WONUldENT WMN SS OMER LOCAL OR PISS- RUMMY CONTROL NOAJI NT 110NUNENT MIXER AN 9.ee €15'M 10.13 ON 10.38 E 101 E 5.81 E a,at EL 0.00 EL MOO EL 0.00 PRO.ECT CONTROL OEIf@lrx`ATErl NICK ACOmACY REn7REtat Lt::iltkfltT CO1tiRGt. &COMMENT PETKIIK CONTROL MONLN27VT Rrgliir OF WAY &OMER Q uses REKC( luRK USGS iV.ATh R O PERNMENT, FROPERn', SLa3't, rY own, EASEPe1 Una Raw MKT OF WAY 1EWPORARY zpawQ1T usE Onus) PA[PER7P acw&iNwY uNE (E10S11NC MD PROPOSED} t -A--- MESS' COMA UNE Eons wla"e5 GCNTIWL LINE RIC11T CF ViNY Ult MIN 8ICHT OF 51X7 LIRE (FROPOS`W) r rrrfirrieico p rriwever, CITY uvdr UNE ',EXISTING) CQJMtr U1E .167511NO) SUMRTER SECTION LATE SEC11DN LINE SLXMEMHTH SECTOR laNE STATE Liii (=WO TO4,k911P LIE (TASTING) rutty OF DITCH TOP Or CUT TOE OF RI St1R.'VEtROW TERRAIN! Sheet Revisions Oak Cteto lettan Wild County Public Works 0.r crtment P.O. lox The Craolo-y, G4 90692—W5e Phone.: 18703 a59.-4400 Fast (ma) sat -8497 WELD COUNTY STATE OF OLOR.ADO RIGHT OF WAY PLANS OF PROPOSED PROJECTNO. WELD COUNTY BRIDGE 68/59A REPLACEMENT PROJECT 1I 12 0 1 13 Site a' WCR 6 /CROWCRBEK 9 P 4 ii- 26 aetHei 25 ' 30 O Note: For a complete listing o1 krt.:ogy used vAthfn this set of plans, please refer to the N-104-1 Standard Symbols of the Gatorade Deportment of Transportation MIS Standards Publicatton doted July 2012. Existing features are shown as screened weight (gray scale), esrcapt oe noted with the ward (existing), Proposed cr new features Ore ehOwn ok furl welgitt A1thW.t screening, meant as noted with the word tpraposod), PROJECT LOCATION MAP 0' 2soCr Worn SCALE 1"=5040' SEH Sheet Elliott Hanttrickeon, Inc. Addnoe: 12140 West Coda* tk4ve, &tti F Lakreoad, Oolarndo 8022E-2629 Ffionc, (3D3)UD—a,&DO lehlnaaom RI ht of Way Plans Title Sheet Project Number: BRO 0330-051. Project Locatlun: AELD COUNTY ROAD 68 JUST EAST OF SH 392 st Mod, Chit Subpit £hit Ala Toted sows SHEET NO. 1.01 2.01-2.01 3.01 -3.03 4.01-4.01 5.Q1-5,01 q iCh __Sat-] ft —ti 17,1.4T....1 1.01 !NPEX' OF.. SHEETS i 07 (1 I Title, Sheet Tabulation of Propartiers Project Control -Land Surny Diagram Monumentatlan Sheute Phan Sheath Ownerehlp Mop (8) Total Sheets Scales of Original 1107 Drawings - Plan Sheets 1"=tsO' Ownership Map 1"-20D' Basis of 8eorings: Bearings used In the calaolotions cif coordinates are biped cxj grid bearfng of SOt'13647 W from HARM point ale ey (steel rod In mo , box) to HARM point F 414 steel rod in mon. box). The survey deka woo obtained from a Global Positioning S tem (UPS) survey based on the Colorado High Accuracy S Network (CHARM). I. This Right -of —Way Plan Is not 0 boundary survey of the adjoining property and Is prepared for Weld County purposes only. 2. For title information, SEH relied on Title Commitments listed an sheet 2, prepared �by Unified Title Company of Northern Colorado, LC. 3. This plan set is subject to clangs and may not be the most current set. It is the user s responsibility to verify with Weld County that this set is the most current. The Information contained on the attached drowing i9 not valid unless thlacva y bears on original signature of the Professional Land Surveyor hereon none& NOTICE: According ko Colorado law you must commence any legal act(on based upon any defect in this survey within gthree years after you first discover such defect. In no event may any actrran based upon any defect. fn this survey be commenced more khan Len yearn from the date of the certification shown hereon. SIJRVE'fOR SPITE/MR CR019 PLM4) DEPARTMENT & TRANSPORTATION STAYS OP COLG4MOr3 Ctilead WIN .aw:+ur.+r "Tori."0-14RIAP5re- 4 Stmt Pff Our a prafstskval fond ser►iler fcw.aaw' de, Cho Siafe of Ca rods, fro- hrroby Wet to hold County ',bat .based upon my knaeie,dg4 ,hlorrnation clod beat tetrarch, catedotlraas and ePoltstXOn of Met surtty erkleocd we prrf©vreaf and this R1gbt—of-1iby Ras was, arad only my ra:pooi sho @Tarps accolgiCVAI with why& staadoals of p'uctio dead by Colorado Departing( or rranssprtotam puibtkatam This sktevtdrt is mg a yvcro,& of swim* either expras9ed ar ,yy ,red. ACS Ara. 18311 17 N 0 rft a i e t oe re ©� oh a is a fit 171 4 PIC Ii V' w W Tim • T_ +!Q ew 4 Colorado Ike �etmelnt of Transportation P' p i Right of 1N Flans ha !Lc ions t..►e Tabul4tIEon of Prop_erties a� rimp �,,�� +,- + ":�� Waacar ,,, PL6Ms tots @spvbasnh Shod L'i�aN. &i�ssyv Inc Region C :,• 0 1 .5,!+,�.?, �4 1tIP• $ R� 16U! Sint �, G, eaic ans € P,honc 9711-350- 2161 4 Right of Way Pis, i+fug?,.I f:int':erf. YS'��«� �..U.47-(54 1 '{ P', .1�Gt 25o AIMS 1*16Md lws7. tsar C$n �— �- r -orse suru� r Fern L . I !Ln1SI WELD COUNTY R0AB 66 J — _Ltwi'ic Piw+r t 010,} Met-dd78 i- tJ b3tM- dt9 r .ii5T EAST CW 94 392 c -. - r Cain �-0497 SEH c- -544 :om - — l :vv,, TABULATION OF a I.Baffiggiwykagaga Site Address Location Area In Square Feet (A.oree) Rook anal Pots No. Arid/fir nth h 'n Remark1C1•,>rmer:JMlp parts nO Name and Mailing Address Area OF Exlatin�g Net Area R• aiarder Remain de: R tldn No. nmi!mrnt I Parcel ROW Left Ri,(5l`II RW-1 LARSON FARMS, LLC 29470 COUNTY ROAD 60 C1LL, GO 80 624 VACANT LAND NE 1/4 S24—ieN—:k&4w 4,135 0 4,1.55 1st 1 1: BRIDGE TIDE -1 LARSON FARMS. (-Le 20470 COUNTY ROAD 66 I GILL CC 80624 VACANT LAND524-76W—R1341M NE 1/4 920 e1 920 r 13328UTG BRIDGE RW-2 LARSON FARMS, LLC 2947O COUNTY ROAD 66 AL.. CC 1 24 32019 COUNTY ROAD 61 GILL, CO 5062 NE 1/4 924-1 ht—IR64'PV 6,415 of 6,415 ar 133 UTG BRIDGE TCE-2 LARSCIN FARMS. LLC 29470 COUNTY RO'AL]i 616 GILL, CO X24 32019 COUNTY ROAD 61 GILL, CO .80324 NE 1/4 S24—T6N—R64w 1.275 of 1,275 13327UTC, BRIDGE RW-3 LARSON FARMS, LLC 2O47O COUNTY ROAD se GILL, CC 80624 LARSON FARMS. LLe 2:493 COUNTY ROAD 88 GILL, CO •&0624 e- -SE 1/4 S:t3—T6f�t—iR 6�1W 4,344 st< 4,344 sr '133-27U TO BRIDC•E TCE-3 LARSON FARMS, LAX 29470 COUNTY ROAD 68 GILL, CO 6O624 LARSON FARMS. LLB 29493 COUNTY ROAD 68 GILL, CO 8€624 rr 513— N—R64W 3,ns6 �W 3,er 6 a? 13 21VTG i iiit7h;t- 73 f6lcratio Deportment of Transportation SRevisions Project Control Macron-1 .'�" r, P F if ititr ■c Title Sheet :: c .r.. :. +, -_ eaa1 4 106O1 W, 10th :greet Cate ir Greek CO I�heus 6970 —DSO -2161 Nit Maim I 6�c P.fig- Iba ass M* 1 MQ Wiwi, CS Grp. t'Fc,�C Number: I MQ W J 'R; ,A s J , Y ; _ �, _ Phew £G74 S7b- hake nd• taiorode &#?b=.�kQ , row (974 944 -PPP SEH Nom tlX3)5Q9-50914 coin F'rnlect Locciloac VELD COUNTY ROAD in JUST EAST OF FM 192 i — — Region Right of "dVr1 y PTS _ —tit __r , 9 xttIta. 10 , t, f itint ,4 WIELD COUNTY SHEET NO. INDEX OF SHEETS 0 el a.' Li3.01-J101 (1) Tali Stife6 6 102-1,02 (1) Coordinate finites nob ODerarmis RCM 1TI . TE F O'LORAD O 1.031-103 (9) Mont i •--) (a) 'fatal Sainte I '..JA. 11 SET EMMY Marisa'■a PROJECT loos srr Mai Ptslrr Woe a QUARTER. SIXEDMI.1�fr;f 1PP With !911 QTY No WOO Won am rani town O o + o CEO sin w "'•-' MEAL tramAerrr CMS tartmo-r t s>I+ras VI ,x o CONTROL AND LAND SURVEY DIAGRAM 66'8ri+dgl 5.� NE1 f � 24. n{ Sec. �. ' Township 6 North. Range 64 West of the 6th Principal Meridian is of ITaaringE Bearings used in the calculations al ett9nrrFrnate are basedCount + of Weld DO a grid bearing of S01`l 4fr°' frorn ROAN point °Dewey" (st.ae4 rood n man,. bQx) IQ HARM 7 414" {stmt rod er man. box), The survey dollar Twos La 9t4' Gdi1Pt noni of 4yir Iitla9ldxr ter t1'JI6fl i x ■ Dd t 1 a c + + paint r obtained from a: Caul Positioning *tom (CPS) survey to:FA 4nl the Cok'x'odo ltl 1t Accur*xy Reference _ Q[ 'RC r I013 1C06 Na MoD �, I18e'I' mat (�CF1i4R 1 ). EL Qua ES Ole PAW? COMM IMPACEEN MA Vallief WINDIER t 1 ■ �� i! ,1 _ , 7 0 18 — ta9,Iatte7 c nOL IM mca 6lrrca Calla 6 Mots: Far a complete listing of syiribioluigy used within this set of o I Die 5ur5#ey data vros obtained from a Deed i'ailioning System (CPS) ,,, ,; . based on The Colorado High Accuracy Reference Network (CHARM). plans. ptoase Set to the kt-1OO-1 Standard S•>,rnbolss of the Colorado 91tmcnt o1 TTonspertalian kitiS Siindords Pi* ication dated' July n �_ �, ` 1� -a- _ Baste of Elevations; Project Orations ore- based an Bench Mork J 414 1978. PIP. LLI'155, a 5 je stain' r# less steel rod driven 1p rufusnl, enclosed in 5" PVC 2. Existing fsatur4s GP? shc+wn. EIS ScrR gd w 'rt (guy scale). �_ pipe, with a MAulj 88 &lawalliow oaf 4583.46PL,. being a first Order benchmark. _ t opcktcd or new features ace sham es full weight without screening COORDINATE aAUM! Pro`rci ceordinoi.es are 'midfield Wilmette Slate Plane °83R2O11) —r —M' ?► _ _ rs. � 11 E' b Korth Zone (0501) 4AD etzedinalts. The combined devotion/scale I! BSI feeler used to maC"r1y the coerdinatess from stole plane to project AEt6 Typical Control VJrrtumt�r,t dap ;�' --�—. M + i N ! coordinates is 1.D40254 561. which nee applied et point 4'24)0 (SE Cor, of Sec, ► Q. Tl l l;i4rq'4f}, 3.25' Ctrl a .16artn. I Not to Scale- . •- ° 66NrI�0�i i�t7trtr .a�6'�� � r ■ r na - ■1 a� A !Contra Paint Nciutneal sat by SEM are 18 long M. 5 fthrJ JA SEW Rid Plastic with a trap as shcam. -!i 1 y I9•� .� n ,.1. L •-ir' 111 li. knead Wales: _Y- - This Project Caniuot Diagram is not ® I Indrrry survey of the adjoining property and is prepared for Weld County purposes wily. 1 titl » H 9s $4'1 rr � � up NONCE defect Int at uotrirtranoe 17, hs suursty� Colorado withn tojou rte s after Child based tover tie based d n rho mull may c6n nctian en arty upon a y s t. c nrnenced more then ton years fpmrl the or the cmllftaatian shorn hereon. ?.. This sal is akisol to change and may not 6c the most 9wrretl plan set. 11 is the users xesparrs ffiilyr to verify with Weld Cepinly Pp& this f.l ie -- _;,�„,, It zy the nest turned. The iryftrrnotivn cant ened on the attached drawing. is not voila unless this copy bears on original signature of the Pralcssiansi bind Surveyor hereon named, -- SURItf U1 5tA 1 I�P°ttdlXCt 0DOM IMACIt* CSail 1 ,apii area lfindnMeMore cr Via' i °w4 a'' } ti �'+ to PROJECT LOCATIONMAP w wane d■ r � 14 *Id alerts watt MO'Collie Dkorint e■r preprrd coif debt�r A rn .eo■ 1rr!e oust anyi to r Coned . mg +It er,ar , old d■ r+ • ir Ran + 1 ir Rater to the tl-9-t Survey Monuments 01 the Shdndad Plans anted `� 1 July, 2012 faits in The Colorado Deportment at Transportation, M t S tlxrdsuds for typical survey monument descatptlons is kb mu ,M1 ..:. or,,wr, dadoadiv owera ants' > parttime kr.ncu a gummy a ■eaF * Aker or dossed PLC Alb JEW : rf r j r� e • � la try r HErr �r � 74 Colorado DeptIrtrrvent Of Tronl0por'totIOn Sheet Revisions j Pro►i t Control Dicirorn �; . I wac ce.",tyI ' Shari tiled Hendrickson Ire. P t K�atti iv.Aois Coordinate Tables P ",,s," 10047 W. 1 since ,e• Geatie DO 80634 cl 1 P1h�s� 970—.150-2161 r y '- � rs Pipvrr�nmt PAI ti ever 12541) Weil Geer oenre� P_il. f9o. 726 yr I elvet 1f1 IIIRO t0 -39—C64 J Pro ( Lcamtk a: YVECD awn' RD40 68 �,M r • r C'*Hes. CO &NM -077 i hanr- f.O1T0) X136 —+1d F"� WO) �1-4,1)' H SaLllt F I�ran�r [ � JJ5T &657 fir ''BFI 392 Region 4 Right of Warr PTA Lod M . 1 I - L. - 4u1. - CHARM GEODETIC COORDINATE SUMMARY TABLE t� I°rKnc Mn_ Ocedoic Onttna;oNAD IS C2027) (CHARM) Elia Ref* oitleo Fr4iglu M�'� �'na�1c Grid Seale Platt NAP 1113(DOI ZWIE 0541 iiituck11 Lantklii k4W) (A) (ruvi).RR) cIII� Stai.e Plane Northing Clij Start flint EastIng{EL} J414 21' 07.9S755" 10e 22' 09.50144" 4n 1.8S2 4583.46 .to 34' s7' 0 ti99!?S 4 I 13'7283:3466 3.2 87254,740 ,740 ;IGS MONUMENT OPUS LISh ED) h' 4 I 4 0" ` 30.319If2" 14' 33' 24.34>:7'J" 4350.122 9411.113 0" 361 ?S' 10.999'95487 1316966.310 32 1954.6716 NOS 1%IoNU1MIEnt (PURLIMEDI MA' Mir 3Q' 2.'441346 1,04a 33" 111.423311 484631.3 4906.63 Cr 16' 38" 0.999916683 143 65.219 32362770,691 9GS MONUMENT (PUBL1831101 i I mo.I ionc COORD1NATE TAMIL. Irdint N t Ucoodctic Cooc[Iinaiir.a MAD 83.42001) (CHAIN) flip Hit Olt Height Mapping Mete Grid Scale radar WAD 93 (24047) Zone 0501 Utile lc pri t.onliktude nin 0 i ) II 11'�'DU) (1t) (AlDescription Stale ?hula itiglIbili ( ;gals Pine Emianl4 Oa (P 192 40° 28' 44.439~891" IO4° 3O' 00.60036 - 4591.2.57 4651.96 G0 31'46" 0.99996477626 1.418914,195 32'1013344'9 NO. S REBAR WIRED PLASTIC C.AP 131 103 40° 28' 44_61226" 4591.90 4-652.114 ' 211' w 0.91999647669 1418951.421 3Z796I2.529 NO S REBAR WI RED PLASTIC CAP CP 104 X10° 28' 44.17343" Ifir1" 29' }3, 1.7:30" 459.23'75 41.53.32 0° 39' d3' 09999 41571 141119014.65$ 32020165 I NO, 3 REBAlk WI RED PLASTIC CAP r'P 105; 40" 28' 45.1$14311" Ibd° 39' 19,9303-5" 4594.814; 46 55 .65 Cr 39' I2 64899647765 14190121.855 328 1212.985 No .5 ItEBAR WI RED PLASTIC CAP ' I' 300 404 28' 44.51761" 110�'t° 24 19.�rZ1<914 4595S03 4656.57 4° 39 I1" 8.99K, 9647641 1413957,460 32212'9'9.174 3,.25" ALUMINUM CAP 2006 PL.S 2442© CP 261 40° 2B' 4431173" IUt" 24 53.9C2.ib" 45910.007 4154).,72 0.38' 511" 0.9999447607 141&901.474 3278651.127 3.115' ALUMINUM CAP 1'999 PIS 7242 ' 202 40° 29' 1035056" 4593.915 4664.61 4]a 39' I2'" 0,9995442775 T 421610.325 328 11 €4.9.54 3,25" ALUMINUM CAP 1991 PIS 28645 PROMO' COORDINATE TABLE A Yowl N4. I'Poitc+ 08881 14100 Fire. t111 Dcattir riun Milking (0) Ealing CO) i.to.w.' 'EI f X I I : ti. 14$8914.184 3273132..i643 4651.91b NO. S REBAR W/ RED PLASTIC CAP CI' I: 3411451420 12791611.099, 4652.6x4 N13. 5 KEBAB Wt RFD PLASTIC CAP C I" 141149011642 32.10203383 4U53,32 44'171.3 REBAR MY'1:RED P1..AS"1`GC'CA.P C]' 105 I41' 27-1171 3281272978 41635.65 N41. 5 IIIIIIAR WIRED PLA9T1C co CP 2416 lit! 4!)57.960 7281299'.174 •4.656.574 315" ALUMINUM 2006 PIS29426 Cl? 201 J ft907.G57 327W65a..453 4654.72 5.S" ALUMINUM 1999 i'I,S. 7142 CP 202 14214411.0-51} W1264,9N45 4654.61 3.25" ALUMINUM CAP I DOR PLS: 2$665 7C CO Cst Lib LG tkik D9 TT L[h it I L n• 4 it a, ce al S yr, ti J � a, , Colorado Deportment of Transportation 10601 It 1001 Wee, as alley. CO 80634 Plane: 970-350-2'101 Region 4 Right of Way INS MON `DEW'ASY PIO %LL12511 STEEL RODIN MON BOX NM'Y2"it"ti Sia,M CPiQ M. 5 R'EdAA 1.44RPG MCS MON'F 414' PIa M .L1150 STEtL ROC IN MON DRAG PTs Sheet Revisions C....ro1b. -1 af, CP201 325* ALUJA CAP 1899 PLS 1242 5.114 SEC, 10 1N, R94w Sat, Sin NOS MnN"oll414` Ptl_i PLL 1155 SW r IA. OW IN MOP1 BOX ,— WCR 68 Ma Canty Polite Mirk. D.parinta•1 P. CL Bat Bye M'ay, 41M W.7412-07-51:1thin (Ova} 360-10 0* It [97'6] 154-4407 SE 1/4 SEC. 13 T6N, Rea'' CPICO NO 6 HERM1 SEH WS Pa! X1,1 AIr.SIeWw, *Inv_ &M a 13SI+} *rat bads Drtn Suit. F L&n*od Caletndi +BW2:121^ 129 Phan.: (S.I1')see-&RtH1 Project Control dregram Plan Siwet rtojpek Mur brst: 05311-• 054 POSII 1.114404ft WEED COAT? ROM ea MET EAST OF se .39.1 agj�C.l gla tiri ttr t.t ri Ma �-Ts c._ 4 A CP202 12r ALIAL GAP 0 TIN. HMV" IPF10G .0 PAW WRFC N21' 513'39'W lUStY it Mt MC 3 a e NE114 SEC. 24 T611, RS4W CP 1.54 NO, 5 REKM WRFC IL CP200 S325" ALUM. CAP MA MS 29420 !4C COR SEC. 13 UN,. Pia Colorado ratio Department ofTF1�11111 od11 C D u7 [HFi#61 W. I OlR StPidel CO ' titra�rva 91a6-75+0-- iii Sheet Revisr ln,e 'N - Riah# of o Picans °° Wskl realty i tmG Menumrl:ntntlon_S18:t ti Fel i.yI I i5.. ',hit. F Pty NMeis Nye tenant s�morl EMIR Mlfna�irlaoon, F.91 Box NMI main 184Nt4 Y14,it Gedlr OrNf. r_ it �m4 PrQ Ct flhrr. LI I� I 4 aesiri 44 -0KMM-074.0 LUbe re do , Cardin 00224-3Gli Prola•ct Lccal.Ion: VELD COUNT? ROAD 6t1 "Nom. c c I 07 3t6-4653SE ePherrc (]431'500 —dew rte. e27ay 904 -1197 H MST CASTC St .597 Relgicn 4 Hight 0'f Way PTS d1 J I .. ial ;Itt• PT '1 t.4X '.1!'-14 j,.411.t'I_i{F7_1ter_ TABULATION t)FF :FLO M MONUMENTS TO BE SET .. xxPOINT NO. NORTHING EA$.lilt0 D,ESCthhPT10NI STATION OFFSET 50 1418895.901 3279531.26 TYPE 1 1a+43.00 28,18R 51 141M99.52 32798191,3@ TYPE 1 12+3113 52 14165?4,13 3279'799.40 TYPE 11 12410,69 53,18R 53 94,18871:39 3279658:74 I TYPE 1 10+fi8.OO 54 14189Da1.49 32800782,18 TYPE 1 14+90.04 28 1FIR 55 14113879.01 32800531.b6 TrPE i 14+56.100 53,18R 56 1418954.83 3279575.11 TYPE 1 9+88-00 31.82L 57 1418962.02 3279049,45 TYPE I 13+5100I31.82L 88 1418973.79 3279935:82 TYPE 1 13+50.00 +13821. 59 1418917.06 3279 8.89 TYPE 1 10+150.011 43821.. TABULATION OF TEMPORARY COr4ST EASEMENT "PONIES TO FE STAKED PONT 1,10. NORTHING CASTING DESCRIPTION 60 1418872.13 327959'5'.73 HUE/SPIKE/MAC FOR ALL TC'f POINTS 61 14.18851.75 3279676,.12 62 t411251.54 "327966612 5,3 141889 5.67 327961'9.26 64 1418 .47 3284129.17 55 1418879.'99 32301 04.66 - - 66 1415954.88 141 595488 3279567.12 67 1416975.06 3279545.73 .: 1411 8901.78 3279936.67 ■ ` 1418962.17 32799.57►_0S rnnry or mceiclumans TO !4F SET IPPOlitEl ileoeiSng c4 fielmodn low raw must itatmmnnrw:+ any legal action, Need anon any dckd in lbtr army ■111th three vcgrs dint ?nu Fral dbcenon such defect En no event CAP .ldliltl.Q.YW i?€'c' coral Mates may ,any actisln lilted won an,y dtlrtt r, 'lies slat be ceentnemeee Mots lh4n tests yann5 Thy; g M 4A dSi frtxn dlata „liltedcartll9cotlorr rahorrn h�aran. I M tab:ilk! Vat dilaa alaticar9 met fl8{ r6fYesertt the ctatettle as i:&nteruclid 11 the 1164 I•vF 10! Z Rehr Io the111-529-1 15ruwp Micntirmailo of the Star ck+d Pun dead AIN 2412 fou nd h lime [d, • • • Bromis nml el I eeporteteon hi k S %intim* for wno' monument ducciptkom SLI YOR 9TinEYna (14.11.11 i1dlHMJJ1S) 011 S .p.a..., t. 9YA7Fdt 3. 'tit* tit is v4kcL to rosin and may' sal Ifs nl4irl cowl sit. tl if Vo e'4 respcnt$71,y to moldy a{0% Wad County Scroll Dar, iker, p prnMmAvaat laid sym armor ticeasncf it tee Slate a' Coicrae� do km* date to Mid ,Carat;*' tbaJ bond your my � `1. w, :I I Gll 11 per Milt Wseel hi the rail mat Ther►laretwelka+e srarlimielall en, re Oran dream 4s net u 1 tie copy Were an 4ha Pr dasslanal Land Same. ha= named. �aowiedge. ie+tcrnaib4 aid We( adequate. 17rf@ d', eatcureCnes ar+d wvoktotkn of Puna- c+r nrr,pnrlevrnao' end Ns = ° W .c •ea t WWII 7Mk� stilled liralus a1 ihht—aptc f arks sta�ePed or It1J� r —at iPlan were set wader m siNh an anciar 6vace with I kr ■ a �� i . fi ll 0111 Pro aaortinalt:s art notified Farads SIaCm Bone standards of Fetid trriewt ' i e. e 'M ICCJ PrffIN % h 2 e (05011 HAD 18.1/1(2911) tboatliteate& Ths awalsiked •da etkan/scale rims.6a;' eatFaote This Uafaaaot . di gka r�+ or ti. apt ,e lodar used b a.diry the cnournater Faindeli plot* I6 %io E ceordnoles b t;t1GU'd5t5el, ankh 'ens applied u t pint WOO SE Cdror worirovte ether anew! or i igat t'l3' AWL .TUT, 1,_ �, k ' Sec. 15, Ism, R IRA S Mr*. Gap. o Colorado Departrn ant of Transportation [r 01 .0116, WSW * 1OM S4vicet Crs cy. CO -$0634 Phone: 070....350-21.61 Region 4 Right of Way PTS Sheet Revisions I srpIL"n t eta* Futile ,tea, Darer batik F.U. Boa The Ora in CO !IQl43'8--47754 WO 354-4400 hog OM 344-141? SAM Shell ElaILL I4snd'ldistt% brit_ 048141 124'0 MIL Co3w QSt, Sufi* F Leawood. CUOMO EMIR! -2029 Iota( .O3 6-45ud Right of Way Plans Plan Sheet ProAct Nun -bat LOD CON -954 Protect nccilow *LLD OOUNTr T+ CH .AST EAST OF S1'M 3 ? M•.lnor' duee ml/. ISE Do to %Mel Meet ran Min 5r�ary 1 11 I 00-rG-17 VIE$I` %P' I SQ1 I -I 44 0 LARSON FARMS LL+C REC. NO. 493Q?h1 PARCEL 1246000 4 SE114 SEC. 13 TUN, R64W 20' GAS PIPELINE EASEMENT.--..,„,... LSCP IUSTREAM I.P REC:_ NO. 3471«15 o CD O 0 ± -I-- h CIP 67 .„,— I Nes.4:F'57'E Sr* + i' Vi IL 1n ''1'1 S 1 %\ Was ' iL 1L1k IL MAX X1 % IA WA WI WM 'WA �. I`1 .f im is .{ ODI'ting, ' +-i,iyf� Air �. M�# f " :�: av ms 3 ant'''. T T ^� � - - , Lem J. �..e.., 1 all 1 MIN ROB, 11ES FROM 5!H S13 -I N -R1 *W CPT.. 201 R1V1d4 ; b1, IniFaimint sunup' R'IY 3 T. 58 14 'Ferber MI 1'C; -2 (Pt`. € 1. C 0 saran 1T 11646. SAS 1427.73' LARSON FARMS ILO REC. NO 4060708 PARCEL. D8O1134OOO15 1 34 000 1 5 iIT W?.QL�ISF rION PARCELS R KNIT OF WAY -3 rERMASEI4rr EASEMENT -:0 TEMPORARY =1ST. EASEMENT - 3 MOUNTAIN STATES TELEPHONE AND TELEGRAPH COMPANY REC.No. i711b17o 62 LINE TAO. Li S33 1@'.24" Y 52uff L2 N4O12C03'W 35.3r L3 Sawa 57'W 2828' Li .sea -*sr -w 11,.4$' L5 N461)003n9 M$4' Le 12-07 7 Ner 3157T Li N&8'QT5 "E S1_[ T L6 S4.'F'57573V 135. L9 t ';3.3' 7 ! 61.K T Lin N43'I f 3,5,3' Lii hr aE n 1$,•9r L12 S4 'G4'Ofl 1t,9T' L13 Nil3112R' '53MSTE 2 LIE $ flan (OW Lie _. '_545 ;LW us 1461534661V EX Liz 11/488•53157"E Mile' O 0 NEE1/4. SEC_ 24 Re4W 0 O Nst r LARSON FARMS LLS REC. MO. 2REC. NG. 25,98614 PARCEL onu12 ooD646 Cf 0 •C .+ r 0 w r 0 4 allEr 4 PI i`LINE EPIStMENT DCP PAIDSTREAM LP REC NO= 47'57264 I 78 2 s� e� Ei Er C, I l Lai 15, a �l a c cp re et V co n Iaa tin anN CI i;' N Nil we a€y Jn � n i: Colorado Department of Transportation INOS Yd. 1tl14 t+sti Credcg, CO 50634 Phone fl70-3_'v[)-?14 Region 4 Right of Way PIS I _ t 4-74 f r eirjersal Sheet Revisions -.-lc city. ,°s? y C \> f SE114 SEC. 13 TSN, RBI W — a— ICEII1 LARSON FARMS LLC REC NO. 4080708 PARCEL 080124000044 SI auk! Pale arks 36S� rnat PA. &p tick CO a 3't,-0760 itel4eitk 350-418d1G r84 Mrre.i wu-e4v LARSON FARMS LLC REC. NC. 4 708 PARCEL 060113400010 NE1/4 SEC. 24 T66 I. R64W WOR LAFtSJN FARMS LLC net NO. 25%1614 PARCEL clam 2400(3046 -- 5tH a ?.t rcaV Ir.n4 pm, Int. Pdaksaa; 1284t' !n1 Gaz lhle. Su9 o F Laltergstl. G's4tivut P432ar21, Phv+r ( )UM —ice — a eSe.ear'" a a Right of Way_ Plans Ownership $h eel PtNlecl Numbest EJINJ GO:10-05,{ PifOrtt La ODOIL: 'kID COACT ROAD ee AST EAST OF St4 -1� cm- . rnl wi. l�rc.I __ iii 1 I-1 del 9i i... /44 1 /2061 L 0. II i I LELYN D. & JACQUELINE ,I< LARSON REC. Na 2952619 9 SEC. 18 T6N, R63W MARGARET SUE HENRY REC. Na 4143656 ai- 779 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201 Clearing and Grubbing LS 1 $22'709.30 $22'709.30 202 Removal of Asphalt Mat (8" Thick) SY 3,500 $4.29 $15,0115.00 202 Removal of Bridge EACH 1 $74,21 8.6 % $74,218.68 202 Removal of Ground Sign EACH 2 $78.94 $157.88 203 Embankment(CIP) CY 891 $19,70 $17,552.70 I 203 Unsuitable Material (Contingency) CY 100 $18.08 $1 808. 00 ' 203 Proof Rolling HR 10 $198.76 $1 987.60 � 203 Potholing HR 10 $265.a0 $2 650.00 206 Structure Excavation CY 1,045 $15.23 $15,915.35 206 Structure Backfill (Flow -Fill) CY 427 $124.22 $53 , 04'1 , 94 206 Structure Backfill (lass 2) CY 155 $3073 $4,763.1 206 Filter Material (Class A) CV 12 $108.52 $1,302.24 206 Bed Course Material (Special) (Type I) I CY 30 $60.24 $17807.20 206 Bed Course Material (Special) (Type II) CY 45 $82.75 $3,723.75 207 Topsoil (Place) CY 150 $7.44 $1,116.00 207 Topsoil (Stockpile) CV 150 $7.44 $1 ! 116.00 208 Erosion Log (12 Inch) LF 905 $5.95 $5,384.75 208 Silt Berm (18" Height) LF 600 $6.81 $4,086.00 208 Rock Check Dam EACH 1 $1 398.70 $1'398.70 208 Concrete Washout Structure EACH 2 $2 487.14 $4, g74 . 2 8 BID ND # B1800041 Page 16 ITEM NO, BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT (DOLLARS) PRICE TOTAL PRICE (DOLLARS) 208 Vehicle Tracking Pad EACH 2 $271 0 . 85 $5'421 . 70 208 Sediment Removal/Disposal Labor HOUR 40 $4785 $1, 91 4 .00 208 Sediment Removal/Disposal Equipment HOUR 40 S 1 42. 80 $5, 71 208 Erosion Control Management DAY 90 $63.01 $5,670.90 210 Reset Ground Sign EACH 2 $157.88 $315.76 211 Dewatering LS 1 $19,262.13 $19,262.13 212 Seeding (Native) (Hydraulic) ACRE 0.28 $3,686.62 $1,032.25 212 Seeding (Native) (Hand Broadcast) ACRE 0.28 $1,826.96 511.55 I 213 Mulching (Weed -Free -Hay) (Hydraulic) ACRE 0,28 � I ' 669.07 5467.34 216 Soil Retention Blanket (Straw/Coconut) SY I 1,339 $2. 3 8 $3, 186.82 304 1 Aggregate Base Course (Class 5) TON 1,052 I 25.1 0 $26,405.20 ', 403 HMA (Grading S) (140) (PG &4-22) TON 850 $79.00 $67,1 50. 403 HMA (grading SX) (10fl) (PG6d-28) TON 370 $92.00 $34,040.00 403 HMA Safety Edge LF 1,590 $2.50 $3,975.00 A 501 11 Steel Sheet Piling (Temporary) SF 2,50CY $1225 $30,625.00 502 Pile Tip EACH 32 $175.00 �y5�600.00 tip. 502 Steel Piling (HP 12x74) LF 1,027 S5575 577255.25 506 Riprap(9Inch) CY 147 172.7`t $10,692.78 506 Riprap(18Inch) CY 203 $72.90 $14,798.70 515 Waterproofing Membrane SY 374 I $21.33 $7,977.42 BID NO ## B1800041 Page 17 ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL (DOLLARS) PRICE 518 Bridge Expansion Joint (Asphaltic Plug) LF 66 $192.61 $12,712.26 601 Concrete Class O(bridge) CY 297 $436.53 $129,649.41 601 Structural Concrete Coating SY 317 $20.30 $67435.10 602 Reinforcing Steel (Epoxy Coating) LBS 43,899 Sil . 06 $46,532 . 94 606 Guardrail Type 3 (6'-3" Post Spacing) LF 306.25 $35.35 $10,825.94 606 Transition Type 3G EACH 4 $1'898.00 $7'592.00 606 Transition Type 3J EACH 1 $1,048.00 $1,048.00 606 End Anchorage Type 3K EACH 1 $ 1 ' 562.00 $ ''I 562.00 ' 606 End Anchorage (Non -Fared) EACH 2 $3,633.00 $7,266.00 606 End Anchorage (Flared) EACH 1 $2'805.00 $2' 805.00 606 Bridge Rail Type 10M LF 210 $187.68 $39,412.80 607 Fence (Plastic -Safety) LF 525 $2.66 $1,396. 50 612 Delineator (Type III) EACH 2 $52.63 $105.26 613 2 Inch Electrical Conduit LE 210 I $2.03 $426.30 614 Steel Sign Post (2" x 2" Tubing) LE 21 $18.95 $397.95 618 Prestressed Concrete Slab (Special) LF 717 $210.20 $150,713.40 620 I Field Office (Class 1) EACH 1 $11,723.37 $11'%23.37 620 Sanitary Facility EACH 2 $78942 $17578.84 625 Construction Surveying LS 1 $18,630.51 $18,630.51 626 Mobilization LS 1 $11335626 $113,356.26 k _ BID NO # B1800O41 Page 18 N , ITEM NO. BID SCHEDULE: ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 627 Epoxy. Pavement Marking SF $2681,200 $321 a.00 630 Flagging HR 100$25.26 2 526.00 , . 630 Traffic Control Inspection DAY 110 1 05 . $11,577.50 630 Traffic Control Management DAY 10 $684. 1$6,841 . 630 Traffic Control LS 1$5 473.36 $5,473.36 630 Portable Message Sign Panel 1 EACH 2 $3,683.99 $7,367.98 630 Concrete Barrier LF 3$76.90 $2,845.30 700 FAA Minor Contract Revisions FA 1 $120,000.00 $120,000.00 700 FA Pile Cut --Offs FA 1 $10,000.00 $10,000.00 700 I F/A Erosion Control FA 1 $51000,00 $5,000.00 700 FAA PDA Pile Monitoring FA 1 $5,000.00 $51000.00 700 FHA On -The -Job Trainee 1 HR 120 i $2.00 $240.D0 NOTE: INCLUDE ALL FORCE ACCOUNT ITEMS IN TOTAL BID AMOUNT., Total Bid (Dollars): $ 128 1,000.00 BID NO # B1800041 Page 19 COLORADO DEPARTMENT OF TRANSPORTATION ANTICIPATED CBE PARTCIPATION aLAN Project: BRO C030-054 Bidder: Lawrence Construction Company Project Code: 19744 Contact: Mike Raehubinski Date of Proposal: 5 -Apr -18 Phone: 303-791-5642 _ Contract Goat 5% Email: Mrachubinskilawrnce-construetion.com Preferred Contact Method: Email Region: 4 DBE Commitments - DBE Firm Name Commitment Amount Eligible Participation Work to Be Performed Northern Colorado Traffic Control, Inc. $32,500.00 $32,500.00 561990 Flagging Tom Calabrese Trucking, Inc. $26,500,00 $26,500.00 484220 Gravel Hauling, Local 237310 Painting Lines on Bridges Highways, Streets and American Striping Company $5,560.00 $5,560.00 Total Eligible Participation $64,560.00 Total Bid Amount $1,281,000.00 Total Eligible Participation Percenta. e 5.04% , Bidder Signature This representative that the COOT demonstrated approval have It the Standard is your section statements shall of CDOT. not met responsibility must Special not good the be of the made award cause, If contract Bidder, Provision selected to signed in a contract ensure Onceyour goal, by you this document Disadvantaged as the you that an individual declare under until it has proposal lowest will also the selected are been apparent be with the authority penalty of perjury true and complete Business Enterprise determined has been submitted, bidder, required to submit DBEs are that you certified in to the shall documentation to the the Requirements commitments for bind the second best contract submit the work your goal a Bidder. degree Form to knowledge. and has may of all be 1415 By and understand been not good performed signing this form, any other applicable Further, you the following: met or that you be modified or terminated for each commitment faith efforts to and that their attest have meet as state the eligible an that otherwise listed Standard authorized or federal you have without the above. contract participation Special laws read If you goal. has been properly counted. For additional information and instructions on calculating eligible participation, see the Provision Disadvantaged Business Enterprise Requirements,. ---------a M / Chief Operating Officer 4/5/2018 David Morris Title Name Signeto - D Date This form must be submitted by the proposal deadline, For COOT projects, submit to cdothq_dbeforms@state.co.us. Civil Rights and Business Resource Center CDOT Form # 1414 01/14 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. di Date: March 26. 2018 By: Addendum No. 2 Date: April 272018 By: Addendum No.3 Date: April 3i 2018 By: Bidder agrees to perform all Work described in the Contract Documents for the unit : rices 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. #B1800041. 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 Lawrence Construction Company MAILING ADDRESS 9002 N. Moore Rd. BY Ski/4WD cJI Aftiotenagedi (Please print) DATE � r CITY, STATE, ZIP CODE Littleton.. CO 80125 TELEPHONE NO FAX 303-791-5647 TAX ID # 84-0471706 SIGNATURE E-MAIL ADDRESS I f)coscharentreerii044.40"trente_� � 90 Cet BID NO* B1800041 Page 20 BID BOND PROJECT: BRIDGE 68/59A REPLACEMENT PROJECT KNOW ALL MEN BY THESE PRESENTS, that Lawrence Construction Company oat Colo lc r :70ra-- -� as Principal, and Great American Insurance Company O -in oingu (,cvec.ireShr as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Five Percent Of The Total Amount Bid-- Dollars (S 5%-- ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated Apri 5th, 2018 for the BRIDGE 68/59A REP LAC EM ENTPROJ ECT 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 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 5th day of April _ 120148the 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. Principaf Lawrence Construction Company Address 9001 N. Moore Road, Littleton, CO 80125 ATTEST! Shwa J. Mont al Wit ss S By: Mona D. Weaver, Attorney -in -Fact Surety Great American Insurance Company , 1'11'4% .. ---_ Address 301 E. Fourth Street, Cincinnati, off 45202 BID NO # B1800041 Page 21 Assistant Secretary GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 41 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No. 0 15039 POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature. thereof provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below, PAUL BOUGH ER JAN I NA MONROE Name TIMOTHY J. NOO NAN DENNIS LANGER Address ALL OF LOS ANGELES, CALIFORNIA MONA t . WEAVER OF DENVER, COLORADO Limit of Power ALL $100,000,000.00 This Power ofAttomey revokes all previous powers issued on behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 31ST day of AUGUST , 2016 Attest GREAT AMERICAN INSURANCE COMPANY kaia; Divisional Senior Tice President STATE OF OHIO., COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (B77-377-2405) On this 31ST day of AUGUST 2016 , before me personally appeared DAVID C. IKITCHIN, to me known, beingduly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. tam k Kthomt PaiwyPiallibefOlio My OmdalateastrA4020 ALAdot2-0- 4i://4„.5e This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of great American Insurance Company by unanimous written consent dated June 9, 2008. .RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of am bond, undertaking contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION L STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 5th day of April 2018 ASSIS fin t Secretary Si 029AF (06/15) Form Wm" (Rev. November 2017) Departmani of theTreasury Infernal Revenue Service Request for Taxpayer Identification Number and Certification sfr Go to wwweIrtgoviFonnW9 for instructions and the Meat information. Give Form to the requester. Do not send to the IR. re to 1 Name tas shown On your incon"io tax returns. Name Is required on this line; do not leave this line blank. Lawrence Construction Company 2 Business name disregarded entity name, If different kern above 3 Check appropriate box for federal tax classification of the person whose name is entered on Ins 1. Check only one of the foli€ng seven boxes. El Individual/sole proprietor or • C Corporation © 8 Corporatkin • Partnership ID Trust/estate single -member LLC 1 I Limited liability company. Enter the tax classification =C corporation, S=S corporation, P -Partnership) Note: Check the appropriate box in the line above for the tax classification othhe single -member owner. Do not check LLC If the LLC is classified as a single -member LLC that is disregards' from the comer unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal lax purposes. Otherwise. a single member LL) that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see Instructions) 4 Exemptions icodes apply Only to certain entities. not Individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) 5 Address (number, street, and apt. or suite no.) See Instructions. 9002 N. Moore Rd. City, state, and ZIP code Littleton Co 80125 nesters name and address (optional) 7 List account numaber>(s) here (optional) Part I Taxpayer identification Number (TINT) Enteryour TIN in the appropriate box. The TIN provided must match the name given on line t to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or diansgarded entity, see the Instructions for Pad I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: if the account is in more then one name, see the instructions for line 1. Also see Whet Name end Number To Give the Requester for guidelines on whose number to enter, Socialincur( tyrr ,umber i Or I Employer Identification number I i R OI4 71I7 1alal 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 ) 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 in has notified me that I am no longer subject to backup withholdings; and 3. I am a U.& citizen or other U.S. person (defined below); and 4, The FATCA code(s) entered on this form (If any) indicating that i am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you we currently subject to backup withholding because you have failed to report ail interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest pseud, acquisition or abandonment of secured property, cancellation of debt, contributions to an Indiuidual retirement arrangement OIRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your erect TIN. See the instructions for Part II, later. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments For the latest information about developments related to Form -9 and its instructions, such as legislation enacted after they were published, go to wwwJrs,govIF'ormWD. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number ([TIN), adoption taxpayer identification number (ATiN), or employer identification number (EiN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examptes of information returns include, but are not limited to, the following. s Form 1099-i NT (interest earned or paid) • Form 1 -UIV (dividends, including those from stocks or mutual funds) Form 1099-MISC (various types of Iricome, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) 6 Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest], 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with t a TIN, you might be subject to backup withholding, See what is backup withholding, later, Cats No.10231X Form W-9 (Rev. 11-201?) COLORADO DEPARTMENT OF TRANSPORTATION ANTICOLLUSION AFFIDAVIT PROJECT No BFAO 0030-054 LOCATION Weld County, Colorado I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2k Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. SA. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 41 The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibitities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER. PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. ., ontractor"s firm or company name Lawrence Construction Company 2nd contractor's firm or company name. (If joint venture) Sworn to before me this sulk By Dale 5e I g Date Title day of, APPI I 20 1 gi Notary Public My commission expires 4 mums gao NOTE: This document must be signed in ink . • JAMES EDWARD HOFFMAN, JR. NOTARY PUBLIC STATE QP COLORADO NOTARY ID 014033 MY COMMISSION EXPIRES'AUGUST 1, 2018 CDOT Form #806 1/02 COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST Project Name/Description Project Number Project Code/ SubAccount Proposal Date Weld County Road 68/59A over Cron Creek BRO C030-054 19744 4/5/18 Contractor Lawrence Construction Company Region 4 Subcontractors/Suppliers/Vendors: Colorado to submit The bidder Department of Transportation (CDOT) this form may result in the proposal must list all firms seeking to determine overall goals being rejected. to for the participate on the Disadvantaged contract. This information Business Enterprise Program. is used by Failure the Firm a me Email Work Select Proposed all that apply) DBE (NON) Selected (YIN) Luchetti Surveying, Inc. 22 N edict@l uchettisurveying _gym Maybe 2 Y Maybe Northern Colorado Traffic Control lori,schreiber@nocotraffc,m All Cowboy Erosion Control LLC al I cowboyrestimating@gmail ,coat 13 N Maybe Western States Reclamation, Inc. odenoble@wsreclamation _corn 13 N Maybe Environmental Meritt xmeritt@environmentalmerittm 13 V Maybe Dalco mikeadalcoind.com 1 N Maybe Harris Reber Not provided 1 N Maybe Plum Creek Structures Not provided 1 N Maybe Skyline Steel LW Not provided 1 N Maybe donnarasheid@hotmail;corn Rocky Mountain Profilograph, Inc. 29 N Maybe 10 N Maybe Diversified Underground Cking@diversifiedundergound.com Black Iron Rebar LLC estimating@blackironrebar corn 11 N Maybe Don Kehn Construction, Inc, Not provided N Maybe 15 Connell Resources, inc. mvanronk@conneilresources,com 15 N Maybe Adarand Constructors, Inc. bids adarand. rn 7 N Maybe Y Maybe Marquez & Son Trucking, Inc 3 di patch marque andsontrucking cam Ground Engineering Nat provided 22 N Maybe N Maybe ABCO Contracting 14 Alpha Milling Company, Inc. 21 N Maybe 18 N Independent Painting & Coasting, Inc. Blot pro ided Maybe American Striping Company 16 Y Maybe Albert Frei & Sons F foster a alt r-tfrelsnd ons,corn 1 N Maybe Universal Industrial Sales Maybe N RMD Kwikform Not provided I 1 N Maybe I certify that the Information provided herein is t •: and correct to the st of my knowledge Title Date CI- Snell Name 6 itA4 gn;tur:finitia ; 1(C6110 This j� at* rlj y J 1 ���� Proposed Categories: �� •f Matehafs and Suppiies 12 2 Ragging end Traffic Control 13 I Trucking and Hauling 14. 4 Precast Concrete, Foundations_ and 15 Footings 16. 5 Concrete Paving_ Fiat it k and Repair 17. 5. Lighting and Electrical T Si nns; Signal Installation.) and Guardrail 18 8 Fencing 19. 9 Buticlin5p end Vertical Structures 20. 10- Utility: Water and Sewer Lines form must be submitted by the proposal deadline. i ct , '.'l and . � ,�t�..���r+ar .����� ���� Reinforcement Riprep and Anchored Retaining Wails Landscape and Erosion Control Bridge and Bridge Deck Construction Asphalt Paving Road and Perking Lot Marking Chip Seal: Crack Seal Joint Seal and Crack Fill Bridge Painting and Coating Stairway anti Ornamental Metal Parking Lots and CommercE& Sidewalks For COOT projects, submit to cdot_hq_dbefarms 4 � � �tea��� Demolition, Excavation and 1 Cleating l7 Earthwork 22 En rrreering and Surveying Services 23. Public Relations and Involvement 24 Piles and Deep Foundations 25. Waste Management and Recycling 26, Site U/ean Lip 27. Mechanical and WAG 28 Tunnel Construction 29. Profiting a rid Grinding 30 Environmental Health and S-afe state.co.us. CDOT Form #1413 12/16 sto ACCIREP CERTIFICATE OF LIABILITY INSURANCE 8/23/2018 DATE 4MM?DD/YYY) 4/13/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Lockton Companies 8110 E. Union Avenue Suite 700 Denver CO 80237 (303) 4146000 INSURED Lawrence Construction Company 14451329002 North Moore Road Littleton, CO 80125-9517 CONTACT I AME: PHONE ; FAX -d e• k4u ESC;.— - i_151Cr 101; E.•MAIL AO*FtE $ - INSURER'S, AFFORDING COVERAGE INSURER A . Zurich American Insurance Company INSURER ® : Pi n naco1 Assurance ompan USURER c :American Guarantee and Lab. ins. Co. INSURER D t Atlantic Specialty Insurance Company INSURER E INSURER F NAIC , 16535 41190 26217 27154 COVERAGES CERTIFICATE NUMBER_ 15.32473 REVISION NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED TO THE INSURED F'IAIw+ED OR OTHER DOCUANT DESCRIBED HEREIN BY PAID CLAIMS ABOVE FOR THE POLICY PERIOD WITH RESPECT TO WHICH THIS IS SUBJECT TO ALL THE TERMS, IN5R L -W. 'ADDC TYPE OF INSURANCE s- ► ' PSL ti _ = R( E I - POLICY NUNIE ER POLICY EFF POLICY EAT ° LIMITS A sCOMMERCIAL GENERAL LIABILITY V Y GLA3696 2- 15 11/1/2017 11/1/20 18 i EACH OCCURRENCE $ 1 /000 00O — I CLAIMS-MADE[Xl OCCUR ACE Ii .a$ TO RENTED s AEA pawpfni MED EXP (Any one p rson) $ 1_0_3900. PERSONAL & ADV INJURY S 1 _00M00 GENII. AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 22000 000 POLICY Lxi tizei I j LOG PRODUCTS • COMP/OP AGE 24000‘000 OTHER S AUTOMOBILE M#�BIi-E LIABILITYf N y GLA3696992-15 11/1/2017 11/112018 ' `f N L LI Ei a<clsid• l ('� 1 1.99 00 - -' x ANY AUTO I BODILY INJURY (Per person) $ XXXXXXX OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY [Per accident) $ XXXXXXX x HIRED AUTOS ONLY NOtbO1+VIED AUTOS ONLY PROPERTY o a :Msr DAMAGE 1. s.► X . XX _(F a . _ :a XXXXXXX UMBRELLA LIMB X . OCCUR Y Y AUCOI60630-p1 11/112017 11/1/2018 EACH OCCURRENCE $ 8 000,000 ! 0 EXCESS LIME l CLAIMS -MADE AGGREGATE I 8400000 QED RETENTION S I $ XXXXXXX V WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 4038731 1/1/2018 1/1/2019 _ - atilt UZ i u, #-�- ER YIN _. AONY PROPRIE ECUTIVE OR EXCLUDED?EEN 1 A E L EACH ACCIDENT 500.00 0 _s _ (Mandatory In NH) E. L DISEASE - EA EMPLOYEE $ If yes, describe DESCRIPTION under OF OPERATIONS below E L, DISEASE POLICY LIMIT _.500_3,000 $ 5004000 - O Builder's Risk N N 790025014.0000 4123/2018 8/23/2018 Poi icy Limit $1,281,000 DESCRIPTION Re.: Bridge trustees, is primary ***SEE OF 68/59A employees, and non-contributory. ATTACHED OPERATIONS / LOCATIONS / VEHICLES Replacement Project Weld County, agents, and volunteers and Colorado Waiver of Subrogawion IACORD its subsidiary, Department applies 101, Additional parent, of Transports; in Ia.vor of Remarks Schedules may associated and/or ion are Inc i the Additional Insured be affiliated lad attached d ils ifrcquircd IF entities, additional mare space Is requlradi successors, or assigns, insured if required by written contractomhere its elected officials, by written! contract Coverage permissible by law. CERTIFICATE HOLDER 15324735 County of Weld a body corporate and politic of the State of CO 1150 0 Street Greeley CO 80631 CANCELLATION Sec Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRE56I 'AIJVE i ark; t' '1 NB 015 ACORD CORP I ° TION. All rights reserved. ACORD 28 (2016103) The ACORD name and logo are registered marks of ACORD CONTINUATION DESCRIPTION OF OPERATIONSII-OCATioNsiveHiCLESIXCLUSI0NS ADDED Cv ENDORSEMENTISPECIAL PROVISIONS (Use only Irr more space IS required) ***lithe policy is cancelled by the issuing company during the policy term, for other than non-payment of premium, 30 days notice will be provided to the Certificate Holder named below. 10 days for non-payment of premium ACORD 26 (2016103) Certificate Holder ID; 15324735 Miscellaneous Attachment: M511324 Master 1V: 1445132, Certificate ID: 15324735 Additional Insured Automatic - Owners, Lessees Zurich Or Contractors Policy No. Eff, Date of Pol. Exp, Date of Pol. Eff. Date of End. Producer No. Add' I Prern Return Prem GLA3696992-15 11/112017 11/ 112018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (Including ZIP Code): Lawrence Construction Company 9002 North Moore Road Littleton, CO 80125 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II - Who is An Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional Insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2, VVill not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to these additional ins ureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities, This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily Injury" or "property damage", or the offense which caused the "personal and advertising injuryTM. involved the rendering of or the failure to render any professional architectural, engineering or surveying services. to-GLr11!75-P CW E(04113) Pa-e1of2 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV -Commercial General Liability Conditions: The additional insured must see to it that: Miscellaneous Attachment: M511324 Master ID: 1445132, Certificate ID: 15324735 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and Indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-coniri butory, D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV - Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an add ilional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this Insurance be primary and not seek contribution from any other insurance available to the additional insured, 2. The following paragraph is added to Paragraph 41. of the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or"suit". This provision does not apply to any policy in rhich the additional Insured Is a Named Insured on such other policy and where our policy Is required by a written contract or written agreement to provide coverage to the additional insured on a primary and noncontributory basis E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that Identified additional insured. F. With respect to the Insurance afforded to the additional insureds under this endorsement, the following is added to Section III - Limits Of insurance: The most we will pay on behalf of the additional Insured is the amount of insurance: 1. Required by the written contract or written agreement referenced In Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown In the Declarations, whichever is less, This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations, All other terms and conditions of this policy remain unchanged, U -GL -1175-F C (04113) Page 2 of 2 Miscellaneous Attachment: M512967 Master 1D: 1445132, Certificate ID: 15324735 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.40001800873,7242 F'innacol.corn NCCI #: WC0003I3B Policy 1#; 4038731 Lawrence Construction Company 9002 N Moore Road Littleton, CO 80125 ENDORSEMENT: Blanket Waiver of Subrogation Lockton Companies, LLC-Denver 8110 E. Union Ave. Suite 700 Denver, CO 80237-2984 (303) 414-6000 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss, Effective Date: January 1, 2018 Expires on: January 1, 2019 Pinnacol Assurance has issued this endorsement January 2, 2018 7501 E, Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P ISA 01/02/2018 18:20:30 4038731 50665996 359-B Miscellaneous Attachment: MS12968 Master ID: 1445132, Certificate 1D: 15324735 POLICY NUMBER: GLA 3696992-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO CA 04 44 03 10 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Lawrence Construction Company Endorsement Effective Date: 11 /112011 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights of Recovery Against Others To Us Condition does not apply to the person(s) or organization (s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident or the "loss" under a contract with that person or organization. CA 04 44 0310 of 1 Insurance Services Office, Inc., 2009 Page 1 Miscellaneous Attachment: M512969 Master ID: 1445132, Certificate JD: 15324735 POLICY NUMBER; GLA3696992-15 COMMERCIAL AUTO CA 20 01 03 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the follcviing: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named insured: Lawrence Construction Company Endorsement Effective Date: 1111/2017 Countersignature Of Authorized Representative Name: Title: Signature: Dale: SCHEDULE insurance Company: Policy Number: Expiration Date: Named Insured: Address: Additional insured (Lessor): ALL LESSORS Address: Designation Or Description Of "Leased Autos": ALL LEASED AUTOS Coverages Liability Comprehensive Co111son Specified Causes of Loss Limit of Insurance $ $1,000,000 Each "Accident" Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus $ SEE SCHEDULE Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, If not shown above, will be shown in the Declarations. Al Coverage: 1. Any "leased auto" designated or described in the borrow, Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or Miscellaneous Attachment: M512969 Master ID: 1445132} Certificate 1D: 15324735 2. For a "leased auto" designated or described in the Schedule, Who Is An Insured is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "in- sured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, oper- ating a "leased auto" with the permission of any of the above. 3.. The coverages provided under this endorse- ment apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto", C, 1. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 2, If we make any payment to the lessor, we will obtain his or her rights against any other party. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor, Miscellaneous Attachments M530315 Master ID: 1445132, Certificate 1 nt 15324735 POLICY NUMBER: GLA 3696992-14 COMMERCIAL GENERAL LIABILITY CO 24 17 1 0 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTUAL LIABILITY - RAILROADS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Scheduled Railroad: Designated Job Site: ALL CONTRACTS FOR WORK DONE FOR RAILROAD, AS REQUIRED BY WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect to operations performed for, or affecting, a Scheduled Railroad at a Designated Job Site, the definition of "insured contract' in the Definitions section is replaced by the following: Paragraph f. does not include that part of any 9."Insured Contract" means: contract or agreement: damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's e. An elevator maintenance agreement; rendering or failure to render professional services, including those listed in Paragraph 1. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property (1) above and supervisory, inspection, architectural or engineering activities. Miscellaneous Attachment: M530315 Master ID: 1445132, Certificate ID; 15324735 CG 24 17 10 01 Copyright, ISO Properties, Inc., 2000 Page 1 POLICY NUMBER: GLA 3696992-15 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT HANGE THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projact(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERAT T ON S , HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE TILE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM.. information re uir d to cony let° this Sohedule if not shown above wilt be shown in the Declarations, A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above; 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily 'Muni" or "property damage" included in the "products - completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made _ or "suits" brought; or c. Persons or organizations making claims or bringing "su lts CG 2503 050 09 a Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reed u ce any other Designated Construction Project +neral Aggregate Limit for any other designated construction project shown in the Schedule above. 4 The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and r +ledical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. Insurance Services Office, Ire.,200B Page 1 of 2 El B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1-e + ovorago A, and for all medical expenses caused by accidents under Section I —Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1 I Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit, Co When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed lo be the same construction project. E. The provisions of .Section ill — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2oft 0 Insurance Services Office, Inc., 2008 CG26030509 0 MEMORANDUM Date: April 18, 2018 To: Rob Turf, Purchasing Manager From: Michael Bedell, P.E., Senior Engineer M3 RE: Bid Request No. B1800041 BOCC Approval Date April 23, 2018 Bids were received and opened on April 5, 2018 for contracted construction of the Bridge 68/59A Replacement Project. Twelve (12) bids were received ranging from $1,281,000.00 to $1,703,990.16 with the lowest bid submitted by Lawrence Construction Company from Littleton, Colorado. My Engineer's Estimate for this project was $1,594,409.75. Weld County will be receiving grant funds from CDOT in the amount of $1,200,000.00 associated with this bridge replacement project. The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid tabulation has previously been submitted for your information. It is my recommendation to award the construction contract to Lawrence Construction Company for & total amount of 51,281,000.00. Public Works has worked successfully with the Contractor in the past, on one of the 2013 Flood Repairs Projects. This Company is well -qualified for this bridge replacement project. CDOT has reviewed the bid documents submitted by the contractor and given us their concurrence to award. If this bid is approved by the BOCC on April 23rd, construction will commence in May 2018 and is planned to be completed in September 2018. �3 2015-1IX hoo7S WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(a weldgov.com E-mail: reverett(weldaov.com E-mail: mwalters(a weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 304-6434 DATE OF BID: APRIL 5, 2018 REQUEST FOR: BRIDGE 68/59A REPLACEMENT PROJECT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #61800041 PRESENT DATE: APRIL 9, 2018 APPROVAL DATE: APRIL 23, 2018 VENDOR TOTAL BID LAWRENCE CONSTRUCTION CO 9002 N. MOORE RD LITTLETON CO 80125 ZAK DIRT INC 14290 HILLTOP ROAD LONGMONT CO 80504 TLM CONSTRUCTORS INC PO BOX 336638 GREELEY CO 80633 MOUNTAIN CONSTRUCTORS INC PO BOX 405 PLATTEVILLE CO 80651 NARANJO CIVIL CONSTRUCTORS INC 627 27TH ST. GARDEN CITY CO 80631 STRUCTURES INC 4 INVERNESS CT EAST, #250 ENGLEWOOD CO 80112 AMES CONSTRUCTIN INC 18450 E. 28TH AVENUE AURORA CO 80011 SEMA CONSTRUCTION INC 7353 S. EAGLE STREET CENTENNIAL CO 80112 $1,281,000.00 $1,361,198.50 $1,408,625.60 $1,416,689.45 $1,489,300.00 $1,491,428.01 $1,519,980.00 $1,523,175.55 2018-1121 9/9 PAGE 2 DATE OF BID: APRIL 5, 2018 REQUEST FOR: BRIDGE 68/59A REPLACEMENT PROJECT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1800041 PRESENT DATE: APRIL 9, 2018 APPROVAL DATE: APRIL 23, 2018 VENDOR JALISCO INTERNATIONAL INC 6663 COLORADO BLVD COMMERCE CITY CO 80022 LOBATO CONSTRUCTION 1333 W. 120TH AVENUE, STE 110 WESTMINSTER CO 80234 AMERICAN CIVIL CONSTRUCTORS LLC DBA: ACC MOUNTAIN WEST 4901 WINDERMERE LITTLETON CO 80120 LOBOS STRUCTURES LLC 8084 SHERMAN STREET DENVER CO 80221 **Engineering Estimate: $1,594,409.75 BIDS ARE BEING REVIEWED BY PUBLIC WORKS DEPT. TOTAL BID $1,551,307.70 $1,598,077.60 $1,660,660.00 $1,703,990.16 Hello