Loading...
HomeMy WebLinkAbout20141948.tiff MEMORANDUM -2\11*-4*"., TO: Clerk to the Board DATE: August 14, 2015 Vj GOON= Y � FROM: Mike Bedell, Public Works Department SUBJECT: Agenda Item RE: Weld County Parkway Project Change Order No. 3 with Flatiron Constructors. Enclosed are two original Change Order No. 3 Agreements. Please return one signed/approved original to Public Works. RECEIVED AUG 1 4 2015 WELD COUNTY COMMISSIONERS M:Trancie\AGENDA memos\Mike Bedell-AgendaMemo.doc V 19 ( 1-167u o?oly- 194/8 EGoo 7O g- *, BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Weld County Parkway—Flatiron Change Order No.3 DEPARTMENT: PUBLIC WORKS DATE: 8/11/2015 PERSON(S)REQUESTING: Don Dunker(County Engineer).Michael Bedell(Senior Engineer) Brief description of the problem/issue: During construction the County was contacted by an adjacent landowner (Dennis Hoshiko) with concerns associated with the stormwater runoff from the Parkway and US 34 coming onto his property. After several discussions and a BOCC work session, PW staff proceeded to design proposed drainage improvements which could help alleviate his concerns. Flatiron has submitted a cost proposal for this proposed work in the amount of S272,431.87. PW staff has estimated approximately $117,145.70 of the estimated cost is attributable to US 34 runoff and the remaining $155,286.17 is attributable to Parkway runoff. If approved, this change order would result in a revised contract amount of$21,618,575.86. This represents a cost increase of 3.8% to the original bid cost. There would also be a three week time increase of to the contract. The proposed improvements will require approximately 0.7 acres of ROW to be_acquired from Mr.Hoshiko. What options exist for the Board: Option 1: The Board can approve the attached Change Order No.3,which will allow the contractor to construct the proposed drainage improvements in October after the corn crop has been harvested. Option 2: The Board can deny this proposed Change Order No.3. Option 3: The Board can offer alternative ideas. Recommendation to the Board: If recommended by the BOCC,Public Works will submit the attached Change Order No.3 for inclusion on the next available BOCC Meeting Agenda,and PW staff will pursue the required ROW acquisition. Approve Schedule Work Session Comments Barbara Kirkmeyer,Chair Mike Freeman,Pro-Tem Sean P.Conway Steve Moreno Julie Cozad -hs -046 , Attachments: Flatiron Constructors Change Order No.3 Hoshiko Drainage Improvement Drawings CHANGE ORDER NO.3 WELD COUNTY PARKWAY PROJECT Date: August 7, 2015 Project: WELD COUNTY PARKWAY PROJECT Owner: Weld County, Colorado Contractor: Flatiron Constructors, 385 Interlocken Crescent Blvd., #900, Broomfield, CO 80021 The following change is hereby made to the Contract Documents: During construction the County was contacted by an adjacent landowner (Dennis Hoshiko) with concerns associated with the stormwater runoff from the new roadway. After several site visits, discussions, and a BOCC work session with Mr. Hoshiko it was determined that it would be feasible to capture the stormwater runoff coming off adjacent roadways (Weld County Parkway and State Highway 34) and store the water in detention ponds. The County proceeded to design the proposed improvements (see attached drawings dated 6/30/2015). Public Works staff has determined approximately 43% ($117,145.70) of the proposed improvements cost is associated with SH 34 runoff, and approximately 57% ($155,286.17) is associated with Parkway runoff. The total proposed cost from Flatiron is $272,431.87. The proposed work needs to take place in the month of October after the corn crop has been harvested and the roadway will likely be open to traffic. Therefore, the Contractor has requested 4 weeks of additional contract time to complete this additional work/polo to"rys►.F'F RE v`ALOGlaiS CHANGE TO CONTRACT PRICE: Original Contract Price: $20,821,693.16 Current Contract Price adjusted by previous Change Order: $21,346,143.99 The Contract Price due to this Change Order will be increased by: $272,431.87 The new Contract Price, including this Change Order, will be: $21,618,575.86 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 21 calendar days. RECOMMENDED: Owner Representative (Project Manager): (VVID NStriuktc& .7.E.. Date: 5:AV (7-0‘C7 Public Works Director: � Dater y�5 APPROVALS: Contractor: _�'' ' RA--1 /%-cc-,t/ Date: /1-3//-S Owner: ,(}c.— ,� Date: AUG 1 9 2015 Barb ra Kirkmeyer BOCC Chair) og-0/1/4 /9 1ef(i FLATIRON Flatiron Constructors Inc. 385 tnteriocken Crescent,Suite 900 Broomfield,CO 80021 303-485-4050 MAIN August 8, 2015 303-486-7684 FAX www.8atironcorp.com Weld County Public Works 1111 H Street Greeley, CO 80631 P: 970.304.6496 Log No. 2828-037 Attention: Mike Bedell Reference: Weld County Parkway(SRP-23) Re: Hoshiko Drainage-Estimate Dear Mr. Bedell, As discussed in recent meetings and emails, please find attached an updated, revised copy of our cost estimate for the drainage improvements on the Hoshiko Farms property adjacent to WCR 49 Parkway Project. I have not been able to obtain the electronic file for the estimate, therefore I've"blue-lined"a prior copy and attached; it shows a revised total amount of $272,431.87 hand-written in lower right corner. We also estimate that this work scope may require 28 additional calendar days to complete. as designed and estimated,during the planned work period in October 2015. This is primarily due to the potential impacts and"unknowns"associated with completing the work after the new Parkway has been opened,which definitely affects construction equipment movements and productions. After you've had the opportunity to review this letter and the attachment content, please contact me to review any additional details on this planned work area that may require further explanation or other background information. Thank you for your assistance and patience on this Mike. • Sincerely, Dave Becker Project Manager Flatiron Constructors,Inc. .. - 8 � 888g � s � a � � , -1 I 'itt ' ' t,*1. NI ct.- ' -- —t g�1as© gEi8 � ° 1v. � $M4 � ._ N `- k a 1 (4.z..4. .- .3: *4'4'—7 4 7:;:t-:o;' .-., " I -, . I,t' --- ..::::.• Pal,. -::::_ • mi2tM8g5ffl A ...11 /y N s,/ t\4i N ti 1 §§ § §§ § §§ § §§ §§ § § § § 1 S 1k "A in - c :2 I . ! I k i g6 6 1 ii lig. i i E 6 8 ;09 0 dIIIIII !IIIUIil I Npur 00 'C - QGtil o U 1 g O " • O, •2 N " N " " P, M 4 : 44 ,, V1 ti COLORADO Department of Transportation Region 4 1420 2nd Street Greeley)CO 80631 970.350.2162 FAX 970.350.2179 June 22, 2015 Elizabeth Relford Transportation Manager Weld County Public Works 1111 H Street / P.O. Box 758 Greeley, CO 80632-0758 Dear Ms. Relford, RE: Northwest Corner of US 34 and WCR 49 On April 17th, potential runoff from US 34 left the existing ROW and into Mr. Hoshiko's concrete-lined ditch, four feet from the US 34 ROW. He states that water then overflowed the concrete ditch and into an earthen ditch that feeds into his recharge pond about 1/4 mile to the north. This occurred in the northwest corner of US 34 and WCR 49 within the limits of the Weld Co RAMP project. There are several contributing factors to the alleged flooding of said property: - There were several very intense, short-duration storms within 12 hours. The first occurred around 2 A.M. This rainfall saturated the soils. The second set of storms occurred around noon. The first event that occurred had a rainfall intensity of 2.25 in/hr. The second rain burst occurred around 1 P.M. with a rainfall intensity of 0.5 in/hr. Mr. Hoshiko reported having about a half-inch accumulation. - The new slope from the county's project was completed within the past year and the vegetation, while growing, was/is not fully established. -The county's construction project added six feet of new concrete pavement for an acceleration lane. The additional flow was/is generated from the change in additional imperviousness and the reduction the storage capacity of the roadside ditch along US 34. - The county stated there were no provisions made in the design to accommodate the increased flows or storage capacity for the additional 6 feet of impervious area. The retention pond being constructed north of the intersection approximately 1/4 mile north was not sized to include the offsite flows generated on CDOT ROW created by the county's construction project. • 1420-2nd Street,Greeley, CO 80631 P 970.350.2162 F 970.350-2178 www.coloradodot.Info * _ * ♦ * ray Northeast Corner of US 34 ft WCR 49 Page 2 - When designing roadside drainage ditches CDOT works to create positive outflow for all roadside facilities or retention sites to meet historic flows through best hydraulic practices. In this case, there was/is limited positive outflow for the roadway drainage in the past. Before the construction of this project, runoff would accumulate in the roadside ditch until it either had a positive outflow within the roadside ditch or it infiltrated ground. Mr. Hoshiko stated he would occasionally have CDOT runoff enter the concrete ditch, but that it had never done so with only 0.5 inches in of accumulation. He had not contacted CDOT Maintenance or Steve Griffin regarding flooding at this location in the past, which CDOT has verified since being contacted about this specific location. At an on-site meeting with Mr. Hoshiko on June 2"d, Weld County representatives presented him with three options to alleviate the flooding. The options consist of utilizing the existing US 34 ROW and reshaping the ditch, or reshaping the US 34 ditch with providing an outlet ditch from the US 34 north along the west side of WCR 49. The second and third options are differentiated by the size of the ditch and the frequency of the storm accommodated. The estimated costs of these options range from $75,000 to $125,000 and the second and third options will require additional ROW along WCR 49. CDOT is agreeable to any of these options, as long as the selected option is accurately designed to accommodate the historic 100-year runoff from US 34 ROW plus the increased flow due to the increased impervious area and decreased storage area. CDOT considers this drainage issue to be directly attributable to the Weld County construction project, and CDOT does not have the funds available to cost-share in the required design and construction to address the issue. CDOT will provide review of the design and construction based on the option agreed to by Weld County and Mr. Hoshiko. We appreciate your review of this issue and if you have any questions or concerns, please feel free to contact me directly. Sincere I h . ffer, P.E. Region th Program Engineer KGS:RJS:baj baj cc: J. Olson, R4 RTD Robin Stoneman, R4 West Greeley RE Chris Kelly, Maintenance File 1420 2n°Street,Greeley,CO 80631 P 970.350.2162 F 970.350-2178 www.coloradodot.Info N f •# f�'* f ars ` RE: WELD COUNTY PARKWAY PROJECT ATTEST: �� W jto'il BOARD OF COUNTY COMMISSIONERS Weld C u ty er o t e oard WELD COUNTY, COL RADO BY: Dep uty CI k to the Board ,0-TAAjtibUL— bara Kirkmeyer, Chair AUG 1 g 1.015 APPROVED AS TO FUND .`r� ��� APPROVED AS • SUBSTANCE: Contro ler � =+���, �� le -d "cial or Department Head . & . n ' I �r APPROVED AS TO FO �' kI I O. /, . Director of General Services County Attorney MEMORANDUM �L_ ��� TO: Clerk to the Board DATE: May 4, 2015 2—_ CO O U. N-7 Y FROM: Mike Bedell, Public Works Department SUBJECT: Agenda Item RE: Weld County Parkway Project Change Order No. 2 with Flatiron Constructors. Enclosed are two original Change Order No. 2 documents. Please return one original to Public Works. M:'PrandeAA06N0A n,emosAucnda-Leon-I.Joc 0 4(G() Ce2 kel e ) �,ti-i9LN 0 ) 5- -020/5- ' /02,-/� FAooio BOCC STAFF USE Date Set: Time: BOARD OF COUNTY COMMISSIONERS WORK SESSION COVER LETTER Department/Office: Public Works Date: 4-30-2015 Person requesting work session: Elizabeth Relford Extension: 3748 Has your commissioner coordinator/BOCC chair approved the work session? Yes, commissioner coordinator X Yes, BOCC chair Recommended length of time needed for discussion: X 15 minutes 20 minutes 30 minutes other (list) In addition to yourself and the board, please list who should attend: Michael Bedell, Don Dunker, Elizabeth Relford, Jay McDonald. Brief description of the issue: (please select one) Informational only © Action needed The Weld County Parkway Project requires removal and disposal of portions of a trash dump discovered near the northeast corner of WCR 60.5/47 Intersection. The Contractor (Flatiron) can remove and dispose of the materials by hauling them to the Waste Management Landfill on SH 14. The trash consists of burnt household waste (ashes), glass bottles, metals, rubber tires, and melted plastic materials. No petroleum or chemical products have been encountered. Waste Management has recently accepted some trucks loads of this material from North Weld County Water District during their waterline relocation which went right through the middle of the dump area. Public Works staff is recommending approval of Flatiron Change Order No.2, which will allow the Project to remain on schedule. If recommended by the BOCC, Public Works will submit Change Order No.2 for inclusion on the next available BOCC Meeting Agenda. Options for the board: After hearing the details related to this issue, the BOCC can direct staff on how to ro e e order. (Y\ONt)1C? 2 5 BOARD CHAIR USE Results/Outcomes: BOARD OF COUNTY COMMISSIONERS • REVIEW/WORK SESSION REQUEST RE: Weld County Parkway — Flatiron Change Order No.2 DEPARTMENT: PUBLIC WORKS DATE: 4/27/2015 PERSON(S) REQUESTING: Don Dunker (County Engineer', Michael Bedell (Senior Engineer) Brief description of the problem/issue: During construction an unforeseen buried trash dump area was encountered north of WCR 60.5 and east of WCR 47. No evidence of this condition was identified during the design or presented in the bid documents. Portions of the trash dump which are located under the new concrete pavement arc not suitable to build upon, and need to be removed and disposed of The Contractor (Flatiron) can remove and dispose of the dump for $ 177, 500. The original Parkway contract price was $20,821 ,693. 16. You may recall Change Order #1 was for the coffer dams, so that brought the contract price to $21 , 168,643.99. When you add this change order request, it would bring the total contract amount to $21 ,346, 143.99. What options exist for the Board: Option 1 : The Board can approve the attached Change Order No.2, which will allow the Project to remain on schedule. Option 2: The Board can deny this proposed Change Order No.2. Option 3: The Board can offer alternative ideas? Recommendation to the Board: Due to the unexpected dump, which is outside the current scope of work, Public Works believes the additional costs proposed in the attached Change Order No.2 is necessary and reasonable, and recommends approval. If recommended by the BOCC, Public Works will submit the attached Change Order No.2 for inclusion on the next available BOCC Meeting Agenda. Approve Schedule Recommendation Work Session Comments • � � Ott k4- kmui Barbara Kirkmeyer, Chair 1e(Mr Q wS Mike Freeman, Pro= em Sean P. Conway Steve Moreno _ Julie Cozad (*Iketit t'`?/GAS - _- - Attachments: Flatiron Constructors Change Order No.2 CHANGE ORDER NO.2 WELD COUNTY PARKWAY PROJECT Date: April 27, 2015 Project: WELD COUNTY PARKWAY PROJECT Owner: Weld County. Colorado Contractor: Flatiron Constructors, 385 Interlocken Crescent Blvd., #900, Broomfield, CO 80021 The following change is hereby made to the Contract Documents: During construction an unforeseen buried trash dump area was encountered north of WCR 60.5 and east of WCR 47 (see attached map and photos). No evidence of this condition was identified during the design or presented in the bid documents. Portions of the trash dump which are located under the new concrete pavement are not suitable to build upon, and needs to be removed and disposed of. The Contractor is requesting additional costs associated with the proper disposal of these materials in a landfill (see attached cost proposal). CHANGE TO CONTRACT PRICE: Original Contract Price: $20,821,693.16 Current Contract Price adjusted by previous Change Order: $21,168,643.99 The Contract Price due to this Change Order will be increased by: $177,500.00 The new Contract Price, including this Change Order, will be: $21.346,143.99 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. RECOMMENDED:Owner Representative (Project Manag - 70�((``{{�� t V•E- Date: U1`Z"1 Public Works Director: j- � �' Date:5/94) APPROVALS: Contractor: Date:,if4 2/! Owner: Qr�J Date: MAY 1 1 2015 a ara Kirkm yer(BOCC Chair) ��/�_ /9yy ( ,) STAFF APPROVALS FOR CHANGE ORDER NO. 2 - FLATIRON CONSTRUCTORS APPROVED TO-SUBSTANCE : c d O cial or Department Head II CIA "- Director of General Services APPROVED AS TO FU DING : Contro er APP ' '• D ' • • ' • f County)iey • idAildPIAL, LAT RoN HA I;c1(1 (.+Nlitruettl r Inc. 1 385 II IICI I0O ,, ,T (_ r. 'Lela Suite MO atmint;e'kI CO Ft0(1 > I 303 'lb!) Will NI Ain April 27, 2015 .+43-4b5 7684 rA-, VeWW ilo 1J uW I'Of .GnII' Weld County Public Works 1111 H Street Greeley, CO 80631 P: 970.304.6496 Log No. 2828-031 Attention: Michael Command Reference: Weld County Parkway (SRP-23) Re: Trash Removal © WCR 60.5 & WCR 47 (COPR-020) Dear Mr Command, Flatiron has provided the attached proposal for trash dump removal at WCR 60 5 and WCR 47 Intersection. The removal estimated by Weld County is 2500 Tons. This proposal includes disposal at Waste Management Landfill at Ault, CO. Flatiron does not have any testing oversight or records transfer for this work, since it seems to be normal household trash. If there is additional toxic or hazardous waste found in this trash dump, additional precautions and costs may be required for disposal, including but not limited to: specialized contractor for disposal, testing and/or certification of hazardous waste and additional disposal costa Please advise if this is acceptable and contact me if you have any questions Sincerely Ip Karo Project Manager Flatiron Constructors, Inc FLATIRON CONSTRUCTORS 385 Interlocken Cresent,Suite 900 Broomfield,CO 80021 PHONE:303-485-4050 FAX:720-494-8030 CHANGE ORDER PRICE REQUEST Customer: Weld County Date: Monday,April 27,2015 Attention: Mike Bedell Cost Code#: Address: 1111 H Street EWA#: Greeley,CO 80631 Job#: 2828 Change Order Price Request#: 20R01 Job Name: Weld County Parkway(SRI'23) Weld County Parkway By: Chip Karo Sheets: Drawing&Revision#: Dated: Qty I Unit I Description J Rate J Total 2500 Tons Removal/Disposal of Trash Dump $ 71.00 $177,500.00 Total Increase(Decrease)This Change Order: $177,500.00 Work Scope: Removal and Disposal of Trash Dump at WCR 60.5. Contaminated materials to be hauled to Ault,CO,Waste Management Landfill. Exclusions: Unclassified excavation,embankment,tracking pads installation,flagging,construction traffic control,stabilization fabric,dewatering,contaminated groundwater,hazardous materials testing and certification,hazardous materials(asbestos,fuel/oil disposal),underground storage tank removals/disposal. Please note that no work will begin without signature of approval on this change order form without previous written authorization. Flatiron is in agreement with the compensation provided by this change order but reserves our rights to claim additional costs incurred by,but not limited to,total impact costs,delay and consequential damages which may arise out of the accumulated impact of this and any other changes to the contract. Change order submitted by: / '�j Print Name: (((���/1 Chip Karo Title: Project Manager Date: Monday,April 27,2015 Change order approved by:� Print Name: Barbara irkmeye Company: Weld County Title: Chair, Board of Weld County Commissioners Date: MAY 1 1 2015 4 3. I I ‘44u _ italaisi cat, CCOntrai Vitt, --„,,,,,4r,‘,...„ , 411M 13 -_ I _�.- -• �..� . 11 ( licil • . t .•ii . . 1 - ' : . 1 iSti I A Xit„ I E • 0 SCALE: 1"=100' \ , GREEI .EY-WELD COUNTY 0 AIRPORT AUTHORITY • • • ROW AREA — 2.38 act . . �� %A . 0 I, . . I . . _____,sr_is,..,____..__i____.:1 i1.4141 I ~" 11 r - alaus".........* 1 toliNSP6 \, 71 / . i 'ir1 ,,r c•rl 4i. IN • . I f IT l r _ . , . t ; / . 7 I :illt • > , r El li't fr. . ' . OP: . I '" ..1 .14, ' t ' i 4,.,#: `? I 1 s • 3 7 L •. >�i• - - ski : S I ir j. s ,, , .. A �T''► rip till , > • .4 1, • e !. , , ' ' , ii - .oiAti , t • ' i •cl • . - silk 4 .4 1 . Sir' •;;t:h. ' jr If,.....1 / i . . • .• ., Ape.. ,„, ii C 42#t ' 4 . � r ' 1 ° If 1 , ..., : 1:- ' P . ya, ; •-.: ::i. 1. .Cill 4:4ille 4.4 1ii* 1 ri.(4•#4 -a ' IIIIIIMMIP 2 I ovi , . , ' tall r 1 it r 1 . ...,, ., . -,.s.4 . ? ..... i ,. . ,,,_ I ii ; til ir , A ft -Jet 4 • ,,) 4, �4 .. . d • r4 „e,. $ . lip i r• a ; • . _ I .. 1 "' • - r +} ' 1. - - - ,t'. .0. • �1 - `I - ' i • - ' �r \A ir' . '. ,h it .. i, , 1 w ,•s '' , r +• LIB - - '' ' • 1 . 1 .4 f' , • i ., 1 • 1 .'s _ '�• - - r • is • r M a . • .41ri . , , ,,,,...., ll.r J by, . 4. 1� .01 .. .S;y r v ' y 4�•, 0. �, '/ (t J•{r • 14 r _. • } ii� oyl••I '.� '� 7:4, g , zz- . . S .`st e . /, ' 3 . . , . . .„ ., ,,k, • ....,,k, . ,, ..• . ,,,,..r, , „ . i, , .,....r. ,./.. . .... .4 is' 4 ..,. . . . . Nt, ...„ , it / • ., , . EC Tka.•Clik. . ciri •„,,/ , / :V• ' ,,, I jp, e 3 . ge i fj . • •' � �.a,' j y t1PI1 J : j . t% •` • JJ• - X11 • � / , 1 v•�'i ' , .Ile CI r- i,1.ter, r i , / It'' , !fit * Ijtr 14 ' 1i ( 41L e 4 4��1 r ] i r as, , , .., „„4„. it, . lfp•A t Fr to • , ,r 46, lV 1 ' 3 r ,� •y • r / . . . 1s4: *,Tr,* • ., f. fill 1 r: ' • a J , l• •;•1 . : - . 1' ; . . 1 ,/"Ist, „ire. , • f- ..i , , ,t ail as,' es ' t Stag Jr.: I ir. 01 1 • • ‘44,,,, • •,,r .01,...04.-- i 'I fetritirtral le .. I a 0 . .....11 7 1 ir i : 4 ,4 f i Afte ' . , . \4_ ,'lf.: - • j! �a 1. or ..., ,k, , of `; ti 3 1 ,+�%t� "211 1x41 ''€' 3 l riot 1 . .." , ,1• %,-(apip,‘ i *reil . •: -.4 ,... .. ,. 0 i , .•t . I ' j• Al r ' ..fit ..1 '' y...eft . I A:. Adil ... ' I y se f . '.. .i /fir / _ ,,1 ' • !• T'• . %iir ►• - ., •rot 1J• i • '� , i _(- Jet ♦ •r/ '171 a•. �:4 / J ♦ r .� .L 4 ii1. _ .1 -• • 1 �' •• . '� es �• :1, I •� • -}. t 1 a l ��.r .1 ., ' * Vet • r '. �, � " . ' • 111 , 1`y_,y� 1 - • , • •,r'.P'• f,• ,1••f�' ' i :1� fr l •11�. ' L c/ ! -49 ,�. ✓ , .l'' J ..- `. ? ♦ • ~' ? �1.If S1 7 ailp LL �1 ‘ ,40.4 . L iRc.‘. _PM.."....* 1 it � ;fit. j'•1• , • Ii lie 1 r • ait •+ , r 1 • > .,,, f,JJf .1A . . . . 1. 4 .., 1 #-y ' . `l� S ,f •7� •�. �• f . Al • t a !. it �'/ 1'r /1 r •',n Ai 41 f'' �-/„ i i .10 r3. , ,.. .. Oat , E t i , yi_ , f � 'n• I : 1 t, r9i4c. 49 , 9 % . • " pl ' . 4 . I'4 , ,i.i .,a.:;itte ik 1 .Ill • •...f• / • 'tt 1 l t , I �, ,ice •' 1 r 1 rlj N f 44: if. • 1 • : ity.. 4. - e . " 4 ,1 IP i . le•11•ra,e$414( •• • • , .., 4 ... ‘9 " • :Sri b"I , 1 4.41 .--v ' I • .,0,4, 4 '• Y1M�t�`yy • , �, v , '\ ,,11 r• k . ,, -c,dfic roil! b .. ',,, , •r 7.. 4, k .4 ll pi ) • • - N. ... • et lkikr'. I I . ) , , • ::, : e: It.• j ..•• j,'� 1 Y, I.1• ' to %, 1• t 1' '' •• 4. ! tits I ,fkA�'q , �I I I ��. 1_ ; 1 '�'��.IsiI ,' ,^ ' ', ; ,, it V- 4 .fi t, I • r 7 • 1 ., . t . ' �4,p, t �l ,freo LIN• l `. '} ;, ' ,1' ' , 1 Jv� '� '� tic `' • IIJ , {� ? # --lirk Pe i , .t!{, t 1 1 j '! i 'r ` 1� 't ) ' +V • 1 ? 1 •• 6 ,,4 f . r ft ' " :f ' 4. -1 , • -Y 'a•., !•1�'J4 �li� iiJ • �V., , y� . 1p r, ,-.74 It.J� _ .. 'a ' , . . . !� r -Y/ iiir 44 JILIF V ,I t• l Jo 441tal -4 •,-,- i 't ,A, i .1111, i . . , tit• / s „\ ` r • ds ` 11 . �le l.,. t. r� it �',, • ?t Ii'' •' „kii • T. tjr ,1! P "4 :▪ s• r i I Ilk • ►d # I • .., • r 1 ( • 4,‘S) i1' 41 4 a t It ` !r / I ice• � l'� I { is ` r y r . • •I ilr i . 4 . , I I. f, i * II\ S,;;;, t II • LI r��` • Lr1. f '� ire is 44 il 11141 I • 01 •'f' 7 t7.--.4 . „ 4,) .. ,, of t . , t. - ...k. . / . k I ,‘ • t ,ot , it . „ 4 . . nil y ,�?. '11 � • e / r . { c f • Ask j111) SI or I I II . - *if& ,1 %,_ ' , ,,, • 1 ? 1-1:// • • t*.,i J1,4;1441 :I . I J tiff , . !'• 1/4 t •ti I J r .. r .f • `fir Y�f ,�ysa. 1 , • _ rA , , y iii • it` ' ♦`%�- ` ' '' ,;( ' ';' ,,y7 ``,` . ' 1 ,' �''.4.4 I, ,. ri)i.. : , .4/1 4.• d 7 .4., 1 is IQ,A II. ik 4 k • , , A • ...--A. . „0, -1,,*&\1. , 4 , Ir `: NtC � i r, 1 •: • I. i . . .-e,, ice + .p ' ,.` ` • r.1. a ........4. _ . ' LC7 :2 s 1! 4 .• i a . ;cis. lir • • •t' i ` - '3�1 7 it , ,• .. I'm � j '•- . � r r r I • p' it* il• • s *P:• � ar i ;h./1j! • ' P" ‘ ' 1 . v Is. I dig ,s,tts.-blifs It . ; .° , . a -di ,,, : '''''‘ l'Twi: 't ' I.-St 7 * .1 • Il fillicirrt. • 6 • • • '_ _44;4• 41f; , ---4.1- S • LMjf I _ Y 1 • y _ ..... . , • . . )... . 7 , e ,4 • k le, , — • 'el., . • dr 4 , .. 4 • Fitt rt' fait \ 1 • . . „ • ‘•il • 3 INV.f 1 tt t L1/2 • • SW i -•• ‘ • P., . At 4 • Illiaji ( r,• IS d` ell b Y7:., ,';; •1•• 1` •; ' `• 1 ` `M ;` 1. 47 •ise. ip , . . . .'911 • vi$ et •f• :a .qi: t . 4:171)ty.. . Aterarr, . , ,, ,,,, 11 6S.. pit' ?,• lb •4' 4 t 6 t , , a , • . :.• , ; .. ... . .. , . Fir I %1 t 1 4- • km lar fa , ,, •• .spe• Lie * . '''' .4.: i:1/41:: Ili I Li • 1.; 4 AlkAl e 1. a .. ‘ i ". 4.4-‘ 1\ . 911 41 •1 ! t t i (,titfr s r { " .) ' '4' r j 1 • 1 i Id tit • • itrerl k „, •:Ii it), �� .,, .v , .1 • 4, is . „, , \ . It. ilia. i Po t . tt 1 t i . . ; ; ., , . . . , t • , t > .0 . I t ,, .. la J f 3 l rod 1 .11:41k 4.t r % r • . N% ti a .0' ••41S4 • I ‘ \ A .i ,�,;4 ..14i :tile, lir i • \ 1 i 7 A 1 ,i, • 1 1k ; k . C434 • } t • C -t .% . 3 1 ` lc(' ! r1 , is 1 `' . 1}y `;,1� ' 7'1t ' ir “� 1861 l t►X MEMORANDUM z e-, TO: Clerk to the Board DATE: December 11, 2014 FROM: Mike Bedell, P.E., Public Works Department SUBJECT: BOCC Agenda Change Order No. 1 with Flatiron Constructors for construction of Weld County Parkway Project. Attached are two duplicate original Change Order No. 1 attached. Please send one signed original to Public Works. RECEIVED WELD COUNTY COMMISSIONERS MU'a0d0AAGENDA momosvAeedaNI kosedo11-2_docx Cc pw(Fc/rws) 1 on'q- evitR) ao ) `l- ( .9L/9 /.2/ ls�aol� 1 '1 (a-lg 6-G 0070 CHANGE ORDER NO.1 WELD COUNTY PARKWAY PROJECT Date: December 2. 2014 Project: WELD COUNTY PARKWAY PROJECT Owner. Weld County. Colorado Contractor: Flatiron Constructors. Inc., 10188 East I-25 Frontage Road, Firestone. CO 80504 The following change is hereby made to the Contract Documents: Construction of the new South Platte River Bridge entails temporary diversion of the river. This winter the river has been flowing at an unexpectedly high rate (150%to 200% of historic). According to the River Commissioner for this area, this condition is not expected the change anytime soon. This change of anticipated site conditions has led to the necessity of changing the original scope and construction methods to ensure worker safety and adequate control of the river. The proposed additional work is specifically described in the attached documents prepared by the Contractor. The Public Works Department has reviewed this revised work plan and concurs with it. The Contractor plans to complete this additional work within the current contract time period. CHANGE TO CONTRACT PRICE: Original Contract Price: $20,821,693.16 Current Contract Price adjusted by previous Change Order: $20,821,693.16 The Contract Price due to this Change Order will be increased by: $346,950.83 The new Contract Price, including this Change Order, will be: $21,168,643.99 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. RECOMMENDED: (('�� (ze '- Public Owner Representative (Project Manager): C ,1,.1 Yx V•E.• Date 1 -(...,.:42_, A i ,,9 .,Cli Works DirectoK: - Date: id 1/4/jv ', APPROVALS: Contractor Date tI� 11v1 Owner: c:.: \c(---7 T\"-tC-- -tr..e',.\1,1\C Date: DEC 5 2014 1 • Douglas Rademacher(BOCC Chair) o?61/4- /gyp IN WITNESS WHEREOF, Weld County and CDOT have caused this agreement to be executed this /51h day of.peeerYIb€✓of , 20/ APPROVED AS TO SUBSTANCE: (signature on Change Order No. I attached) Elected Official or Department Head NIA Director of General Services APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney I nithrAINiS\Bienafore[Inck-Chair dex December 2, 2014 Weld County Public Works 1111 H Street Greeley, CO 80631 P: 970.304.6496 Log No. 2828-011A Attention: Mike Bedell Reference: Weld County Parkway (SRP-23) Re: South Platte River Diversion/Crossing for river flow volumes 1200 CFS +/- Dear Mr. Bedell, Flatiron is providing the cost and schedule proposal to Weld County to accommodate high water flows in the South Platte River up to 1200CFS. This proposal includes a schedule analysis that allows for the South Platte River Bridge deck can be poured in May 2014. During the course of the project. Flatiron has partnered with Weld County on the following items to minimize impacts to the project: • Revised baseline schedule to start at Poudre River Bridge first, allowing for project to continue forward without delays or additional costs (until float is gone). • Total Float was consumed by the project in the November Update to accommodate a delayed start at S. Platte River Bridge. • Spoke to the Division of Water Resources, District 2 Water Commissioner, Bill Schneider, regarding current and future flow volume estimates in the South Platte River. Preferred option is to construct bridge during higher flows, while providing additional protection of work, which reduces schedule impacts to the South Platte River Bridge. Scope for proposal includes the following: • Four (4) Railroad Cars to create two (2) crossings to accommodate 1200 CFS • Temporary Shoring for Bents 3, 4, 5, 6 (piers are 25ft +/-to river flows that could cause safety issues and damage to work as it is being constructed) • Rental of sheet pile was 1/3 the cost of purchase and cheapest option. Rental of sheet pile is included for the duration of the foundation work on the bridge for the four (4) piers. Pier 2 is planned to be excavated/sloped/dewatered similar to Poudre River Bridge Footings. • Temporary Shoring of Railroad Car Bridges (Sheet pile abutments) to prevent damage from high velocity water at temporary abutments. • Credits for temporary crossing to cover 600 CFS flows • Credits for salvage value of temporary items (temporary railroad car bridges and temporary barrier used for diverting river flows) • Flatiron will provide PE Stamped Diversion/Crossing Plan • Flatiron will provide temporary shoring design for cofferdams Cost Proposal Summary: Summary Cost Notes Total Flatiron Costs $575,328.87 Includes all Work Credits for Salvageable Materials ($65,000.00) Credits for Crossing ($63,378.04) Subtotal for Proposed Cost I $446,950.83 Existing Bid Item -Temp Crossing ' $100,000.00 To be Paid as work is progressed Total Change Order Requested $346,950.83 To be Paid as work is progressed Total cost of materials, labor and equipment is included in the attached to install and remove the temporary crossings per the attached schedule and plans. Please contact me if you have any questions. Sincerely, a':. Chip Karo Project Manager Flatiron Constructors, Inc. • FLATIRON CONSTRUCTORS 385 Interlocken Cresent Blvd,Suite 900 Broomfield,CO 80021 PHONE:303-485-4050 FAX:720-494-8030 CHANGE ORDER PRICE REQUEST Customer: Weld County Date: Wednesday,December 10,2014 Attention: Mike Bedell Cost Code#: Address: 1111 H Street EWA#: Greeley,CO 80631 Job#: 2828 Change Order Price Request#: 005 Job Name: Weld County Parkway (SRP 23) South Platte River Diversion and Temporary Shoring-To accommodate 1200 CFS water(current high level river flows) By: Chip Karo Sheets: Drawing&Revision#: I Dated: Qty I Unit I Description Rate Total Proposed River Crossing/Diversion to Accommodate High Water Flows Temporary Bridges- Rail Road Flatcars- 4 EA 60 ft x 10 ft $22,712.50 $90,850.00 1 LS Offload/Install Bridges- 100 TN Crane $23,000.00 $23,000.00 1000 LF Temporary Barrier for Diversion- Buy $19.55 $19,550.00 Credit for Sale of Temporary Barrier- 1000 LF Salvage ($15.00) ($15,000.00) 1000 LF Place Temporary Barrier- Divert Water $24.88 $24,880.00 200 Tns Temporary Scour Protection $33.29 $6,658.00 Geogrid For Crossing- Included in orginal 1 LS price Included $0.00 240 LF Handrail for Temporary Bridges $19.70 $4,728.00 Drive Temporary Sheet Pile for 4 piers 14000 SF next to river channels $14.38 $201,320.00 14000 SF Rent Temporary Sheet Pipe PZC18 $8.15 $114,100.00 Buy/Drive Sheet Pile for Temporary Bridge 1800 SF Abutments $34.34 $61,812.00 1 LS Cofferdam Whalers &Kickers $17,250.00 $17,250.00 4 EA Credit Temporary Bridges-Salvage ($12,500.00) ($50,000.00) Structure Excavation - Decreased 1586.667 CY Production in Cofferdams $4.51 $7,155.87 Temporary Design for Cofferdams/Temp 1 LS Bridges $4,025.00 $4,025.00 Subtotal (Costs w/o Salvage) $575,328.87 Subtotal w/Salvage $510,328.87 Deductions-For Bid Items Temporary Barrier(Delivery from Yard)- 864 LF Owned Materials ($2.86) $ (2,471.04) Puchase/Install -48" Pipe- For 600 CFS 300 LF (20'joints)- Orginal Bid was for 160LF of ($120.09) $ (36,027.00) 1 LS Removal of Access Road, Barrier, Pipe ($9,002.00) $ (9,002.00) I 'Shift River (2 Times to Avoid Shoring at 1 LS Piers) ($15,878.00) $ (15,878.00) 1 LS Orginal Crossing - S. Platte River ($100.000.00) $ (100,000.00) Subtotal $ (163,378.04) Total Increase(Decrease)This Change Order: I $ 346,950.83 Work Scope: Provide temporary diversion and crossing materials,and temporary protection to build South Platte River Bridge. Scope includes the following: temporary bridges(to span two seperate channels),temporary shoring for 4 out of 5 piers using cofferdams. This change order assumes the Orginal Bid Quantity of 1 LS for S.Platte River Crossing would be paid at$100,000.00. Exclusions: Please note that no work will begin without signature of approval on this change order form without previous written authorization. Flatiron is in agreement with the compensation provided by this change order but reserves our rights to claim additional costs incurred by,but not limited to,total impact costs,delay and consequential damages which may arise out of the accumulated impact of this and any other changes to the contract. Change order submitted by: Print Name: Chip Karo Title: Project Manager Date: Tuesday,November 25,2014 Change order approved by: Print Name: Company: Weld County Title: Date: 5rr'' METNaA Emsnec ROW - J 11 4NOTE;NOTE;461D-_�.II t.1A^'6_,=4610_— IRE PLAN GRAVIV IS Waits EO 90. 519 /(INN 1 I A44.) — 461ST-�—-4615-_ 4615 FROM rut PROFILE a WATER SERFAGE....-2+ to. :; R08+00 tuv+uu o+00 111+00 a ou ua-002 113.00.N----- s+oo a+oo --1.17-F ISM I. S442 1 .,104.P2.. c.1100rn,,, p�OSn.r\ e.112 - ,�. 113.7 _ 1\_\.♦ a\_ ` - --- 461 —1645_ X4610 - X4613 - - -_ 1■\���\■ -- 4613 __.. _ fir. .. YL_ ..... ___ -- 4605 —__• 160'3 460'3 ,fro _. eroa �� v (-0" — �r.r _ I II Temporary Railroad Flat car Bridges-2 Each � \-/-Span 1-Single Crane Pick at Each crossing(Total 4 required) Span 2-Single Crane Plc( Temporary Shoring-1 sided shown at each location-Proposed Depth of ".....r` Span 3-Double Crane Pick shoring 25 feet-16 feet max exposed @ Pier 6-Could sub-cut before Span 4-Single Crane Pick shoring to reduce to 12 fl exposed. +.3o LOCATION 0Span 5-Double Crane Pick LOCATION OF PROPOSED STRUCTURE 4434 500-YR w.S.E Span 6-Single Crane Pick �0 -YR wE 1 4020 10-m w.s.E _ 4410 I 4610 i4BOD f 1 T 4400 EDi050G CROIM J --- LL- f 1 4593.25 Bottom of Footing __-_..,_ C 1594 1315595 Mire) 4510 i PROF II E tIF WAtER SURFACF �. (Taken along MICR 49) ,- i ..,.. A f'f1ANNFI fFSCRIPTIDN -^• i- 40T TON NATERlAtl COHESIVE a ION-COHESIVE w I..-. ./ BOTTOM MAMMA SIZE:CLAY n SILT■ SIND■ GRAVEL u d COBBLES : OTER NOTES. I'- I STREAK TOM STRAIGHT U MEANDERING a ENAIOED L PIERS MO ABUTMENT SCOUR PROTECTED BY ROCH RIPR/P. 44504N05'pr FM 0(5154 OIM4E1.0.035 OVERBM/r4 0.06 2. EXISTING BRIDGE PIERS MO A91TNENT5[MEAUX RIPRAP ' j DEBRIS.9RU9r■ TREES/L009• ICE OnER : PROTECTIOV.11E PLACEMENT OF PROPOSED RIPRAP SPRED .. 1 MINIMIZE DISIIRBNICE OF EXP TING RIPRAP.PLACE PROPOSED CHANNEL HYDRAULICS oweN'TO LIMITS 9401471 O1 PLANS.IT NECESSARY,PLACE .-- YELOCRY TREEeaARD Ax.54 2.ATEA PRA RINGS,ON TOP OF(075706 RIPRM. --- 7.57 FPS 2.4(4021 N/A _..,.• i E Computer File Information Index of Revisions AS Constructed Project No. Code GAI4n Mc 09/20/12 wws n t:=1 WELD COUNTY COLORADO ATKINS MICR 49 OVER SOUTH NAM RIVER i No./ Code R 1) D.:P4drdatlm Oat= 02/14/13 Walt Row O WI A lost 547 Sol•MO lg. 401 9�e4 w Na ft,,,,, BRIDGE AFQItiATIOEI(SHEI Of 2i SRP-23 Full Pd1V: S\fr4rN'oi11MD IIIN\M4ASR410N\RW4\ O COY.01 MI Nolo Oki 1164101 POW*CO �) 7.1..t Dairy,T.LYLE SWlTunl 54/470 N.i DN.,n. n. 0CR49-SPIQU4-BrHydrinlXCl./w9 Q (to 191/)X1-121 rIN41r N.LOLSON Nan.4 Smir. r'100. nit ENGLISH L, I Md 07FF Snit 011454 LOUT MNN BOB N•2 SMH Ywnkl. 144 Aarrylo Avery Name Drgnal Calendar Tot Float Enty Sun Eva,Fin.)l tate Stan Late F000 WCR49 20,4 2015 gulf.,, er M Aug Sep Oct Nov pad Jan Feb Mar A0.May Jun Jul Aug Wel C untyVJCRA9 arkway•r jed• evis-•S.'latte•iversi n Bid,Contract Award And Execution Contractor's Time Count&Milestones Contractor's Summary Schedule Weld County's Time Count&Milestones Adjacent Contractor Work-Lawson Construction SH34 8 WCR49 Intersection Land Aguisitions&Utility Relocates Unfitly Relocations Pre-Construction Pre-Construction Work Prepare Submittals 8 Submit SUM,T1050 SiAint C,nso Order tar S.Pbao Rival Ddarson&Croasmg m,Nigh Water Fbws s c5e.v 0 24-141,4 02.Dec.t4 to-Nnv-la 04-000-14 5400 ■Subeal Clump.C.d.,for 5.Phu River DAermr std.,T 050 Su erne S.0590 R.Dlwta0n nag 10 520w 0 UT-Dec-14 'd-00,14 01-001-14 1.04114 SORn •emwt S.Pena 11.OMrehn ran Weld County Review Submittals 0501050 Rerevr S.Phtte R.°aversion 6 Crossing Pan 5 5dow 73 I5-Dac-14 14004.11 27-Nig-IS 3I-Peg-'5 SFRB D Review 5.Platte R.DA•dbnO 010mll Ran Prochrement —.— P 4x.1050 Pmo1r,5 11.ali0 R.0.1,01K Olosang Mal.nab IS Saps 3 24.5x1-14 04004-14 01.001-14 12-041.14 SPRB O Pbaea 5-PIM R.050150.0 Crewing Mabr Construction Mobilization 8 Site Set Up Segment 1-Sta 29.10 To 53000 Segment 1 Roadway Work Segment I Drainage Work Segment 2-Sta 53.00 To 90+00(Ind.WCR 47.58 WCR-Se Intersection) • Segment 2 Roadway Work Segment 2 Irrigation Work Segment 2 Drainage Work Segment 3-Sta 90.00 To 108+00 Segment 3 Roadway Work Segment 3 Irrigation Work Segment 3 Drainage Work Segment 4-S.Platte River Bridge - - - - - -S.Plane R.erg-Sian Up Work csPBEC10a SP Sip•Instal Erosion t-.onird at&tape Sea 3 r5d. 924-New14 26-Nov-1a 05.0.014 00-0.0.14 SPRB I SP erg-Instal Erwhn Cannel P!Bridge See CSPBC5145 SP&p•Cher 4 DIVE l Ramon Teal Ramp Don.to Run, t 05.1 5 24-Nov-14 02-Decl4 0SgeoI4 12-Dec-14 SPRB D SP'&l-Cita,B Grub I Ramon Trees/Ramp° cant-wee SP&g-Excavate d.Send,In At Abutments l 17 1604Deo-14 11-0.014 02-Jan-15 09-he-15 SPRB ❑SP&g-Pam..B Belch NN Ab1nam1 I& CSPP2C P100 SP-SUB Ctene Pad To Orm.N-FW 2 1Sew In 04-Dee-la 05-Dad-14 OS-Jan-IS 09-len-IS SORB I SP-SWB Crane Padre Nye N-P& 05P505110 SP&g-Conattul River Dnaean a Access l0 0 IS-Dec-II Sloe-Ia IS-0aeli dt-Oeo-14 SPRB MO SP&g-Comou0 Rd.,'Oberwn&Acme GSM VI20 SP&g-Inset Temporary Crowns RR&dyes 4 1540 t 20-S.at4 500.0-14 24-0.0.14 51-Ono-ta SFRB O SP&g-load Temporarycrogngs-RR Si &PleUe a erg-AWltnem 1 CaOM1NP100 SPECAlm,-Ord a Sat 21'CMP Cana Sea 2 1541, 1612-Dac-11 IS-Dec-1a 12-Jan-15 t3hn-15 ORBS 2 SP9Seal-DAISSet21'CMP Cara 5-as Rerunny Level or Effort -Actual Laval at Effort Weld County WCR-49 Parkway Project-Revised S.Platte -AoaatWork Diversion O Rena'ehg Wotk genie CruWR4rnaingWad. FLATIRON CONSTRUCTORS,INC • ♦Mrestone Page'.of e 11 2015 451y IC IAal1,7Herne I II Ca1.34v I Taal Flatl Early Sun I EarM Fin.4 l late Mao II I Lam Fie I MR 49 2Q12 411 14 l Aug IS.,ID,Y NwrMc1 in lFabllMr 1/p lMqilun r111-1Nq C519PPMA1 PP SPB a P1116 I.Ore"el-Ple 5a+43 Nat 3 550w 1010-p .- 3 D14 16414 15.44-IS 20-341-IS SPRB . a 530.03/21-DOA H-PS Sees 143 rat C5PA1HP120 SP0Ab1a I-F0 IT CHI.Cans Mb Pea Crew? 2 680 30 22414914 23-DpII 02-Mr-15 03-Mr-15 SPRB I SPIRbut,-FM IT CAP Cans VA.Pea Dr1 0564100100 &PO AbutI-F.R,P Lower Abutment aW.W.'a 6 .Sew 39 24-1)93-14 OSJab15 06Mr-15 12.10.1.15 SPRB O SP0A4/21•F,R,P Lower Ab/21mn18W,V CSPA 100110 SABA./2I-Strip Farmed Batll/Lou.,4614 4 thaw 36 0&49.15 12•,An-15 I3-Mar-15 15-Mer-I5 9+50 a sP64991I-Ship Fares 400WSLwnr CSPA1RR100 SPB Akw,-Fan IT Reerap 005/23.14 3 45dw 9913.0n-15 10-0n-15 20-Mur-15 24-Mor-I5 SPRB I S301000I-Pew 12 Rlpr.p 91/47011114 S.Platte R.BrO-Pier 2(Form1) 0530000100 SPB Pelt-Dr.H-Pie 12-.125leer thaw Ie 22-Dee-14 29-o.c14 21.01.15 26-Jan-I5 SPIRE, O SPB Pier 2•OIIre 11-Pie I2-ea1251..t 050000F100 SPB Per 2-Bow DMeeen,Mu21 Excavate.Dewa001 4 e5494 II 3600.314 06-03-15 27.011-15 02-Fob•15 SPRB 0 SPB Pot-Build DIIarwn.MUAFaaull CSPFRPTIDO 630 Rr2-F,R,P Feeling 6 4500 II 0603-IS 15-93.15 03-Feb-15 12-Feb-15 5350 0 SPB Pert-F.R,P Fooling CSPP2PLN100 SPE,Par 2-FAR Per Wall 5 64w II 11.44,1.15 23-Joe-15 13-Feb-I5 20-Feb-I5 SPRB 0 SPB Pert-F,R,P 01.1501 CSPP2PC100 SPB Per 2-F,R,P1ar Cap 5 464w 10 20-Ja315 02-Feb-15 23-Fob-IS 02-Mee-15 SPRB a 009 P4r2-FA.P Per Cap CSPP2PCI10 SPB Floc 2-Per Cep Cure Step 4 dew 1803-Feb-IS 05-100-15 06-11/141-15 11..001-15 SPRB 0 SPB Pest-plot Cap Care IL Shy 05PP2R0100 EPS Pert-Pew Cee41.xti0&ITR5IpN Per 2 thew 26 10-Feb15 12-Fah-I5 26Mu-IS 27-Mal-15 SPRB I SPB Pee t-Place Gem..6 IT it.Ratan:Bre-wer3 foot 7) C5PP3H3110 SPB MI 3-ChM Sheet P43-32005F 7 c5dw 002-an-I5 13-Jon-IS 52-Jan-I5 I}Ln-IS •SPB Fier 3-01x453.1 Px-35005F CSFFSHP100 SPB R.13.Oren Hitt.12.401251.01 4 th4w 0 ISJae-IS 21-Jon-15 39-01.15 OS-Fob-15 $306 0 SA554,3-2.6. -W.12-.1251.. CSPP3CFI00 SP0 Fear 9-Bud 05.1eon,Murk Exwsr..Dewaur 4 64w 022Ju+-15 27-,WFI5 031-F•12-15 12-046-15 SPRB 0630 RP 3-WY ONrebl.Muck Evu CSPP3P IDO SPB Pao 3-F.R.P Per Nag 5 add. 16 29-44.-IS 02-F40-IS 20-FebIS 02-140.-15 SPRB 0 SPB Pea 3•F,R,P PMMtl 03PP3Fi103 SPB Per 3-FRPFeernp 5 o54W B 29-443,5 O9-Fob15 10•Fb15 20-Fob-IS SRI& 0 SPB Per 3•F.R0 Fooling CSPPJPCI00 SPB Pew 3-F,R.P Piet Cep 5 thaw 11 03-Feb-I5 IbFeb-I5 03-M0.-IS 10-14.1-15 53110 0 BPS Per 3-FA?Peer Cap _.. 10 CSPPdPCI10 830 Par 3-Per Cop Cue 5 59 tha b w 17 12-Fe15 IS-Feb13-1193-1515 t3• -15 17-Mar-IS SPRB Cl SPB 9-w J-PM Cap Cure b5hip CBPFJRR1 OD SPB Per 3-Rat G.r0Hie l IT 9ps.P1 Per 2 05he 25 IS-Feb-15 20-Feb-15 30-M.1-1S 01-.0M-15 SAAB I-SPB Per 3-Pine 001.04/0112 B,Man n.ip-OW 4(Pano1) 03PP300120 SPE,KR4-Ore Shoal Pa 00-35 SF 7 Chew 0 19-0n-15 213-Jan-15 IS-Sn-IS 26-An-15 •SPB Ph,4-Drive&Mel Pk-350031 053P20P100 013B Pat4-DIM H-PM 12•.1251.10 6dw 6 27-03-IS 02-Fob-15 06-Fb15 12-Fob-I5 SPRB Cl BPB Roo-0,100-Pt 12.41251 0390400100 SPB Par 4•31,916OMrsen,Mao,Excavate.Dexvur 4440 7 03-Feb-15 09-Feb-15 17-Fob-IS 20-Fob-15 SPRB 0 SPB RR 4-Buld DNoabn.Mud E 00FF4FT100 530 Per o-F,R.P Foomg 5 2540 710-Febi5 10-Feb-I5 36Fob15 02-Mr-IS SPRB 0 BPS no 4•FAPFoolla CSPI PPW100 511F.11.3B Per 4-F..3 Pe IM r I 5 640 7 19-Feb-IS 29-Fob-15 0-Mr-I5 10-Mer-15 SPRB Cl SPBPIo4-F,R,P Par Well CSPP4FC100 SPB Flt 4-FOR Pb,Cap 5 dew 7 27-Feb-15 09-MM-I5 11-Mr-15 17•Mci-IS SP00 • 0 000 Per 4.3.01.0 Per Cop 35300 0113 535 Par 4-Per Cap Cure A5.P 1S4w 709-Met-IS 12-14er-I6 IS-Mu-IS 24Mer-IS 6308 _ _ 9 SPEW..4-Per Cep Cur.b CSPP4RR100 SPB Fier 4-Raw Geotedi dID Please Al Per 2 15411 0 13-Mae-IS 19-Mr-IS 30-1441-IS 01.051.15 53110 0 SP0 Peer4-Peep Coot.* B.Plane R.erg-Pier 5(Form 2) CSPP3HP130 SPB Fear 5-D,M Sheet Pa-3500 SF 7• 1549, 0 27.en•15 06-Fob-15 27-011-15 06•F.b15 •SPB Ref-Oren 50.01-Pd.-3500 C50P5 HP100 BPBRee5-0150 H-Pa 12-es 1201441 99319, 3 00-Feb-IS 13-Feb-15 13-Feb-IS IS-Feb-1S SPRB 0 SF0Phr5-Oren H-Ply 12.0412 0830509100 SPB 5•Bulk enrliun,Mute Exacta.Dewale? 4 B Per D 954135 4 17-Feb-I5 20-Feb-IS 23-Feb-I5 27-Fob-15 SPRO 0 SPB Per 5-Bud D1.rsbn.Muck CS305FT100 SPB Peas-F,R,P Foaling5 c54w 4 23-Feb-I5 02-Mr-15 02-M.1-15 00-10.1-15 SPRB 0 SPB Peer s-F,R,P Foetal.] CSRe5WY100 SPB Fiery-13.3 Par Wall5 thaw 4 03-Mar-I5 113Mr-IS 16147-15 1SMr-IS SPRB 0 SKIMPS-FRPPeet Well CSPP5FC100 SPB Fa15-F.R.PP.r Cep 5 ddb 4 I1-Mot-IS 17-10.1-t5 I7-MM-15 24-Mr•I5 SPRB 0 SPB Pee$-FRPPea Cep CSPPSPC110 SPB Per 5-Peer Cap Cue 6Sbp 4 thaw 4 10-104,-I5 24-Mw-15 29-10.1-15 m•pnI.15 SR15 0 SPB Par5-Pier Cap Cure CSFPSRRI CO SPB Pars-Place Gere003 I T Rprep At Per 2 dew 4 29-Mr-15 27.54.1-15 32.0w-15 03-PpI-i5 5710 I SP&Rr 5-Pew GealwO S.Pa0e R.Br/-Ph.6 (Fenn 1) -- -- CSPP3HPI40 SPB Ra16-DIM 50441 Pea-3500 SF thaw 0 09-Fa615 IS-Fb-15 09-Feb-15 19-Fob-IS •SPB Ph15•Ore Seal Fee-500 CSPPBHP100 SPB Par 6-DIMH-Ple i2-ea129 feel caw 0 26Fob•IS 24-Fob-IS 20-Feb-I5 24Feb-IS SPRB 1 SKIN,5-Dave el-Pie 1301 CSPPSCO10o SPB Aare-Buie Diu,ten Muck Ea..lp D.n.e, 1 4400 0 26-FebI5 02.90,-15 26Fob-I5 02-Mr-IS SPR5 I SPB Per 6.0/210010103.Mu CSPPSPT100 SPB Per 6-FR3 Fo1le0 1 0500 003-Met-15 161001-15 03-Mr-I5 10-Mav-IS SPRB •SPB Par 6-F,RPFa41nq Reman,level of E3on -alai Level of Ufa Weld County WCR-49 Parkway Project-Revised S.Platte -404417,M Diversion O Rommel4 Work IOll CenulRemunnq Work FLATIRON CONSTRUCTORS,INC • *Wagons Page 2 of 4 • 48.11110 I4 341 Norm 16gnall Calendar I Tonl Float'Ear M Sun I Batty FMB I Late Stan'Late Fatah I WCR 45 x14 ' f I Dec I 2'15 yf Owagon I n hl OP Nov Jan Ftl Mar Ap Ma On 04 Ihq CSPP6PW100 SPS later 6-F.R.PPII Wei thaw 011-Mw-15 I7-84,I5 11-Mar-I5 17-Mar-IS SORB ■SPB Per 6-F.B,P Pier WA CSPP6PC100 3PB Per 6-F,R.P Per Gp thaw 0 16-Mm-I5 36Met•I5 /6Maw-IS 26-Mer-15 SPRB ■ SPB Per 6-FR,P Pies Cap CSPP6PC1,0 SPBPIB-Pier Cap Cwt.6SSS ado 0 27-MM-15 02-44.15 27.544:-15 02.801-15 SORB •SPB Pler 6.PW Cap Cut CSPP6RR'00 SOS Para-Piece Geo16We 612'Rearm,Al Fier 600 0 0341415 66/61-15 03-001.15 06401-15 SPRB I SPB 11.15.Pia Gaoler 6.Plane R.8,4-Rbu111M 7 CSH07MP100 SP8 Abut 7-DPI 6Set 21'CMPCane Sae daw 44 160.0-14 i6Doo-l4 05-54.:-t5 06Mar-IS SPRB 1 3P8 Abut T.•p•68M 21'5540-Cans Ses CSPA7HP110 SP84bw7.DI5e H-PM Sea/46 reel 60w 43 22-0.0-14 23-0.014 06Mar-IS 16540--15 SPRB I SPBASM3-day H•M%Seer 46 eel CSPA7MPII0 SPB4Ut7-Fa I2'COP Cans Wlh Pee Gael thaw 4324-0..-14 260814 11-Mar-15 12-Mar-I5 SPRB ❑SPBOSIR7-FB/2 COP Cans Wan Pea Or CSPA7AB100 SPBAkut 7-F.R.PLBwel*bubneM 6W.W:s c50w 43 360.0-14 0640,1-1S 13•Mu-IS 10-0.1v-IS SORB ❑SFBOSAT-F,R,P Lower Abutment 6WV CSPA7A6110 SPS Abut 7-Snip Fonts 6 Back,'Lowe,Abut. 0540 4306-Jar,-I5 12.4.1-IS 23-Mal-15 26Ma-IS SORB ..B SPBA4M7-Skip Forma 68•Wa Lower FAIRRt00 SPR.4u17-Palm IL'Pismo Al Abutment 154w 43 I3-Jan-I5 21-Jan-15 27-54.1-15 03-Pot-15 SPRR D SPBAbt57-Rua 12.R51.p Al Ab4n1 B.Platte A.Bridge-SU per5ln4elBre CSPAISU10O SPS Peg-Siirl•V.S*,Plc Dade:Bearing Pads E.Bear4Ba Oewces dew 0644.15 0654-IS 060.,-IS 060.:-IS SPRB I SPB&g-Survey..,.( CSPALSU110 SPR&g-BUM Crane Peal For Girder Erection Stlw 0544•I5 13-04.15 0604-I5 130.1-15 SORB •SPB&g-B,N Crane P CSPSI00100 SIB Sg Spin l-Ere4 Olden.4e.5TS4 6dw 1444-IS 14eg-IS 1444-I5 I4-Apt-IS SPRS I SPB&g Span l-Erect 0500303111 SPB&g Span 2•Erect Wgers.4-ea BT54 PSBR 15:44-I5 1544:-15 15-4,:-15 15 4pr-I S SPRB I SPB&S Span 2-Erect 05063410120 5PE,&g Span 3.Erect Gagers.4x 6T54 thaw 18-11.15 1634:-15 15-015 16461-15 SPRB I SPB&g Span 3-940 CBPS4E0130 SPB Bg Span 4.Ergot 0.gers.4 a 6154 6Mr 17-04-15 17-04-IS 17-00-1S 17-Apr-1S SPRB 13PB&g SPn 4-&e0 CSP55410140 SPB Bg Span 5.Erect G.den,4-ea BT54 064 1 20-04.15 2644-I4 20-0p-15 20-0-4-15 SFRB I SPB Beg Span 5•EPIC CSPS4EG150 SPB&g Span 6-Erea Sectors,4-e.BT54 Bee 31.44.15 21.44-15 21.41-15 21-Apr-IS SPRB I SPB&9 5Pn 6.Er et CSP6LSU120 90-8&A'5,1 PIC Dea Panels thaw 23-44.15 2614.15 265443-15 2/•54.3-15 90-00 D 5-0-8814-Sal 0-,G M CSRILOV110 SPB Be•Ramos.River Dryersen.n00Aase Road thaw 23.04.15 24!51-IS 22-01-15 2444-1S SPRB I SPB&g-Remove Rh CSFRLSU130 an Bg-Form s Reber D.4. I .5d* 2644-15 2146,15 26hta915 IS-Jun-I5 SPRB =SPB&5•Form CSPALSU140 SOS&g•Pour&iepe Deck 6dv 22-54.3-15 26-MaY15 22-JuroI5 23-Jun-15 SPRB 0 SPB Fes-Pow CSPALSU1S0 SPBBn•Cute Bridge Deck 7dpw 27-h491S 02-Jun-15 2SLn-15 01-Jul15 SORB B SPB erg•CUP CSPAL38160 SPB erg-SU 10-Abutment 6 W.W Formwork 460.1 01-.Ya-I5 03-J.I-15 291815 01-44.15 SPRB I SPB&p-SOS 05415100170 SPB&g-Instal Alen 167 Dram Pipe 6Bactdi Abutments thaw 04-Ju015 12-Jun-15 02•.4.16 16.LF15 SPRB C SIB&g-Nr 53.6!85110 SKI&g-FAR Sleeper'AP4oed18.0alndbbt thaw II-aar15 ISJUn•15 06!4.15 20.1.15 SORB C SPB&g-F 5506150250 SPB&g-F,R,P Bodge Rad Cana haw 16J4mIS 2944n-IS 17-.b.1S 27.04.IS SPRB 0 SPB&g- CSIALSU2S0 6PB&B-26 Day Cure Bodge 0,40.1, 2 itlp* 30-Jun-15 27-4415 25-0,.15 24-08915 SIRS O SPB 5656155270 SP3 Bra-Instal Tye.1MA Owe.R e4 4341* 264,,1-IS 0644.15 31-.4145 O7-44915 SORB - 0 SIB&A CSPALSU260 SPB&g-SlIp Overhangs 0Sd0 20 36.140.15 16LM5 30-1.15 164415-15 SPRB O V.E.Bi CSPLSU2S0 SOB&0-F.R.P&Ng.Emansbn D.vicv cEdw 2 *.1*-IS 07.1.15 044:4.15 16414915 SORB 0 SPB&B CSPALS11340 SOB&g-Camplta S.Pb*.R.&Mips Work I 4541.1 2 05.4IS 281.15 10444-IS 21-0.915 SPRB O SPB CSPALSU300 SOS&g-tidal W.I.,pI oSrg Membane 06 Der, dive 20 13•.44.15 264.15 11-0.g-I5 17.0.915 SPRB 0 SPB 6 55PALSU310 608&g-PPP Pave&Mg.Deck pear 18 21-Ju.15 21-04315 1641915 164,915 SORB I SOBS CSPALSU350 SPB&g-S Plate R.&klge Gonpbled andw 21 23-88 15 21-Avg-IS SORB •BPS 05PN-511320 508&5-AipM 66n3oral Conaeu Coaing T.&dg. 440 20 26.4.IS 31-33315 25-46915 31-0.915 SP48 I SOB Segment 4-Existing S.Platte R Bridge Rehab 0011001 c105 0.1.5 SP BPI•M.5.25.Dews'A4Plaa.,....y Orr c1410 II 10-Ns,-IS 0+54 ay-'5 y}1n-IS 02-,:4115 6050 0 Rehab SPBy-MI • REMBBRG100 Rehab SP Beg•Sbrl Work ddw 360644-IS 30-Sn-15 5660 •Rehab SP Erg-Start REMBORG110 Rebet5P Peg-ketel4-ea.&ilga Gutters (Saw 7305-May-15 05MayI5 25-46915 31-0.915 SPRB 0 Rehab SP erg-In0 REH5BRG140 Rehab SP erg-Remove Eweeng Exp.Dewows 6 Clean PocketMR.bel 1. 6tlw 38 05•18,IS 16May-IS 061.15 261.15 SPRB - O Rehab SP Big•R 64105400110 Rehab SP&g-FR.P 81nsta1 New Exp.Dances • .040 5216WYIS 02-4:31-IS 08-Aug-IS 1644415 SPRB O ReN5 SPBrp REM0555120 Rehab SP&g-Conc.Patch Pe,Caps 1651144..Locations • 64w 3820-144-15 041815 21.1.15 0.448.15 SPRB O 555.55054 i-Rem.nng Leval or Effort A.3uel Leveler Effort Weld County WCR-49 Parkway Project-Revised S.Platte -Actudvrork Diversion =41,110504 WoWI -Cngi l4.manngWork FLATIRON CONSTRUCTORS,INC • •Maslow Page 3 of 4 Calve?ID Aokity Nam trighel1 Calendar Total Float Early5Mn Early Fbkahl Late Stan Late Fneh WCR40 2014 2015 Dwatbnl I I I ] it Al t Aug I Sep'od Nav'Dec l.Nn IF.bIMnIA4IMay14n INIhg RE11B0R0130 Rehab SP BD-Can..Palen Pieta 1.435 Buchag 1IS-a,.Lantana 10 rche 3e 04-Jun-15 15-Jun-15 03-Aug-15 14-Aug-15 SERB O Rehab SP REHBBRGI70 Rehab SP Brg•Complete EOthg S.Plea R.Srg Rehab Woe 5 6dw 20 20.4415 244415 17-Aug-IS 21-Pug-l5 5PRB 0 Rehm REHBBR6160 Rehab SP Beg-H BP Paw 2'Bridge Dern Overby 2 par IS 22-.04-15 234415 23Aug•IS 21-Aug-l5 SPRR I Rana REH60R6160 Rehab SP Brg•Emong S.Plane R.&g Rehab Work Competed 0 okdw 20 24-4415 21-Aug-IS SPR0 •Reha Segment$•Sta 116.00 To 125+00 Segment 5 Roadway Work Segment 3 Esrsting Bridge Str 6 New P/C 10'a 20'a 140'COO Segment 6-Ste 125.00 To 161.0D 5001 10th St&Holly Ave.Intersect(onsl Segment 6 Roadway Work Segment 6 Irnganon Work Segment 6 Drainage Work — — - — — Segment 7-Poodle River Bridge ' Poudre R.0rg-Start Up Work Poudme R.erg-Abutment 7 Poudre R.Brg-Mar 6 (Form 11 Foodre R.Brg.Peer 5 !Form 11 Poudre R.Brg•Pier 4 (Form II Poudre R.Brg•Pier 3 (Form 21 Poodle R.Brg.Pier 2 (Form fl Poudre R.Brg.Abut PouOre R.Brg-Superslmclure Segment g•Ste 170.50 To 1211000 Roeder ay Work Irrigation Work Drainage Work Segment 9-161000 To 199+00(WCR's dB.60.5.47 Intersecgonl Segment 9.Phase 1 Roadway Work Segment 9 Phase 1 Drainage Work Segment g Phase 2 Roadway Work Segment 9 Phase 2 Drainage Work Project Completion Work IMEN RenaInho Lawlor EOot —64ua1 Leveler&eon Weld County WCR-49 Parkway Project-Revised S.Platte Actual Work Diversion I1 Remhhg Work CrdnlRemnng Work FLATIRON CONSTRUCTORS,INC • •Mleamne Page 4 of 4 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND FLATIRON CONSTRUCTORS WELD COUNTY PARKWAY PROJECT THIS AGREEMENT is made and entered into this 14th day of July ,2014,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 Flatiron Constructors_, [an individual], [a limited liability partnership] [a limited liability company] [a corporation]whose address is 10188 E. 1-25 Frontage Road,Firestone,CO 80504, hereinafter referred to as "Contractor". 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. Exhibit A consists of County's Request for Bid as set forth in "Bid Request No. B1400101". The bid contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. WITNESSETH: WHEREAS, WELD COUNTY PARKWAY PROJECT IS in need of construction services, (hereinafter referred to as the "Project", and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the repair of this road OR bridge, and WHEREAS, County requires an independent contract construction professional to perform the Construction Services required by County and set forth in Exhibit A; and WHEREAS,Contractor is willing to perform and has the specific ability to perform the required Construction Services at the cost specifically set forth in Exhibit B: NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Components of Agreement: 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.Contractor acknowledges that Exhibit A contains highly important forms and/or documents, some of which must be completed subsequent to the execution of this Agreement, and further acknowledges that those forms requiring completion by Contractor shall be completed to the satisfaction of County at the time and in the manner required by County.Contractor further acknowledges that a failure to comply with any of the requirements of Exhibit A and B may result in County's decision to withhold payment. o?O/1-1--Ice 4,9 C a 81400101 / toth(ffe,) E6�70 7-27-aoN 7- gg-i� 2. Work to be Performed. Contractor, under the general direction of, and in coordination with,the Weld County Director of Public Works or other designated supervisory personnel,(the"Project Manager"),agrees to perform the services described on attached Exhibits A and B.Contractor agrees that during the term of this Agreement, it shall fully coordinate its construction services with County and/or any other person or firm under contract with the County doing work or providing services which affect Contractor's services. 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. 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. 4. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project,and County's acceptance of the same, County agrees to pay an amount not to exceed the amount of$20,821,693.16, set forth in Exhibit B. Contractor acknowledges no additional payment 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 in excess of 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. 5. Additional Work. In the event the County shall require changes in the scope,character,or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by Contractor for adjustment hereunder must be made in writing prior to the performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement.Contractor shall perform its duties hereunder 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.Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. 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 BID NO B1400101 agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor shall have the following responsibilities with regard to 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 as set forth in Exhibit A), and (b) provide proof thereof when requested to do so by County. 7. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 8. Termination Provisions. A. 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 Project Manager. B. 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 Manager approves in writing which he 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, C. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement,together with all other items,materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. D. Upon termination of this Agreement by County,Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 9. 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement. Contractor further represents and warrants that: BID NO B1400101 A. All construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards. B. 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. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 10. 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 and incidental material(s) 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. 11. Insurance and Indemnification. Contractor stipulates that it has met the insurance requirements identified in Exhibit A.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 Contractor and shall,without additional compensation,promptly remedy and correct any errors, omissions, or other deficiencies. Contractor shall defend, indemnify and save harmless County,its officers,agents,and employees, from and against injury,loss damage,liability, suits,actions,or claims of any type or character brought because of Contractor's acts,errors or omissions in seeking to perform its construction obligations under this Agreement. 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 Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or through use of unacceptable materials and/or materials not identified in Exhibits A and B; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contractor under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contractor has agreed to secure and maintain the insurance required by the terms of Exhibit A. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 12. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim there-under,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. BID NO B1400101 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Contractor agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five(5)years after the final payment under this Agreement,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. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority,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.The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. 17. 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. 18. 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. 19. Entire Aareement/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. 20. 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. 21. Employee Financial Interest/Conflict of Interest—C.R.S.4424-18-201 et seq.and 424- 50-507. The signatories to this Agreement aver 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. 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 BID NO B1400101 + 4 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. 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. 27. Public Contracts for Services C.R.S. 48-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who shall perform work under this Agreement and shall confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement through participation in the E- Verify Program or the State program established pursuant to CRS §8-17.5-102(5)(c),Contractor shall not knowingly employ or subcontract 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(a) shall not use E-Verify Program or State program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed, (b)shall notify the subcontractor and County within three days if Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien for work under this Agreement,(c)shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three days of receiving the notice,and(d)shall comply with reasonable requests made in the course of an investigation,undertaken pursuant to CRS §8- 17.5-102(5),by the Colorado Department of Labor and Employment. If Contractor participates in the State program, Contractor shall deliver to County, a written, notarized affirmation, affirming that County has examined the legal work status of such employee, and shall comply with all of the other requirements of the State program. If Contractor fails to comply with any requirement of this provision or CRS §8-17.5- 101 et seq., County may terminate this Agreement for breach and, if so terminated, Contractor shall be liable for damages. BID NO B1400101 28. 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 of the Contract Amount. 29. Compliance with Davis-Bacon Wage Rates. N/A. 30. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 201 CONTRACTOR: ;., S1RU To.,, By: ' � QORATF.9� e: 7//'l/0{ Name: T i i S. LL ' =2\ " Title: to WELD COUNTY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: n� irc�1� w vti �i *Z140;64. ; ` _Dougl s Rademac er, Chair �ClroK JUL 282014 Weld County Clerk to the Board k ' 1/42 BY. �: ��q / Deputy Cler to the Board (�colfirr'b BID NO B1400101 O7O1 4/- /297 MEMORANDUM Date: July 1, 2014 ._COUNTY1 To: Trevor Jiricek, Director of General Services From: Michael Bedell, P.E., Senior Engineer RE: • Bid Request No. B1400101 BOCC Approval Date July 14, 2014 Bids were received and opened on June 26, 2014 for contracted construction of the Weld County Parkway Project. Eight bids were received ranging from $20,821,693.16 to $28,131,000.00 with the lowest bid submitted by Flatiron Constructors, Inc. from Firestone, Colorado. My Engineer's Estimate for this work was $23,700,000.00. Weld County will be receiving grants from DOLA in the amount of$3,000,000.00 associated with this construction project. The submitted bids have been reviewed for errors and completeness. Some minor math errors were identified, but these errors did not affect the bidding outcome. The bid tabulation has been submitted for your information. It is my recommendation to award the construction contract to Flatiron Constructors, Inc. for a total amount of $20,821,693.16. Flatiron is a large heavy-highway and bridge general contractor which has completed multiple transportation projects in Northern Colorado, and they are well qualified for this project. Weld County has worked successfully with Flatiron on past projects including Bridge 13/54A Replacement and Bridge 9.5/24.5A Flood Repairs. If this bid is approved by the BOCC on July 14th, construction will commence in August, 2014. Construction of this project will take at least one year to complete. -7//'v cavq_ (yea gaoa 70 WELD COUNTY PURCHASING ' __ 1150 O Street Room #107, Greeley CO 80631 1 _ �^ _ E-mail: mwalters@co.weld.co.us E-mail: reverett(c�co.weld.co.us L' ' Phone: (970) 356-4000, Ext 4222 or 4223 o_ N?Y Fax: (970) 336-7226 DATE OF BID: JULY 26TH, 2014 REQUEST FOR: WELD COUNTY PARKWAY PROJECT (WCR 49 EXTENSION) DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1400101 PRESENT DATE: JUNE 30TH, 2014 APPROVAL DATE: JULY 14TH, 2014 VENDORS TOTAL BID AMOUNT FLATIRON CONSTRUCTORS INC $20,821,693.16 10188 E. 1-25 Frontage Road Firestone CO 80504 SCOTT CONTRACTING $22,687,510.42 9600 E 104th Avenue Henderson CO 80640 HAMILTON CONSTRUCTION CO $23,762,694.10 607 10TH Street, Suite 200 Golden CO 80401 SEMA CONSTRUCTION $23,780,154.69 7353 South Eagle Street Centennial CO 80112-4233 CASTLE ROCK CONSTRUCTION CO OF COLO. $24,398,635.10 6374 S. Racine Circle Centennial CO 80111 LAWSON CONSTRUCTION $24,841,079.14 20 South Sunset Street PO Box 1318 Longmont CO 80502 AMES CONSTRUCTION $24,966,705.46 18450 E 28th Avenue Aurora CO 80011 LAWRENCE CONSTRUCTION $28,131,000.00 9002 N Moore Road Littleton CO 80125 2014-1948 ** THE BIDS HAVE BEEN REVIEWED BY THE PUBLIC WORKS DEPT. THE ENGINEERING ESTIMATE AMOUNT IS $23,700,000.00 EaCC"lo BID TABULATION 6-26-14 WELD COUNTY PARKWAY(B1400101) II EM ESTIMATED UNIT PRICE 101AL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAI. NUMBER CONTRACT ITEM UNIT QUANTITY Engineer's Engineer's Flatiron Flatiron Scott Scott Hamilton Hamilton 201 Clearing and Grubbing LS I $100,000110 5100.000 00 5100.000 00 $100,000 00 $135,57000 $135,57000 $150.00000 $150.00000 202 Removal of Asphalt Mat SY 22848 5350 579,968 00 $1 90 543,411 20 $2 10 $47.98080 $230 $52,55040 202 Removal of Asphalt Mat(Planing) SY 2599 $2.00 55.198 W $1 00 $2,599 W $1 35 $3,508 65 5200 $5.198.00 202 Removal of Expansion Device LE 74 815000 511.10000 810500 $7.77000 $8580 $6,34920 $2500 $1.85000 202 Removal of Ground Sign EACH 17 550(III $85000 $55 593500 $85.80 $1,458 60 $7500 $1,27500 202 Removal of Fence I.P 8945 SI 00 $8.945 W $11111 $0945,101 $090 88,050 50 50.10 $7,156 00 2012 Removal of Heeadoall EACH 3 $450.00 $1,35000 580000 5240000 548350 $1,45050 $1,00000 $3,00000 202 Removal of Manhole EACH 1 890010 $90000 $90000 $90000 $931 50 $931 50 $83000 $83000 202 Removal of Pipe EACH X $1,20000 9460000 YYW 00 81,20000 5683.50 55.46800 $3.00000 $24.32000 202 Removal(*Concrete Ditch LF 2011 $3.00 56.033 00 $350 57.038 50 $360 57,23960 $2500 550,275 00 2112 Removal of Slmeture(Concrete lleadoall) EACH 2 55.00000 $10.00000 $1,500011 53,00000 51,86100 53.12200 $300000 56.00000 202 Removal of Guardrail Tv pc 3 LP 743 $3 00 52.22900 5500 $3,71500 5530 53,93790 $4.65 53,45495 202 Removal of Bridge(58/47A) EACH I 5400100,00 84000000 $2400000 52400000 81084000 510.84000 5480011110 540(9)000 202 Removal of Thu"(Greater than 24"DBH) EACH 38 $60000 $22,8(9100 $7110011 $266011110 51.565 00 $59.47000 5180000 568.40000 202 Abandon Water Well EACH I 81,80000 SIjW 0)) 41111101111 $17111000 55.205)10 S5.20500 55,00000 88,00000 2)13 Muck Excavation(Contingency) CY 10000 $12011 $12110.011111 $5.40 5541100 00 5295 $29,50000 $4 50 $4500000 203 Subgrado Reconditioning and Compaction SY 182567 SI 50 $273.8511 SO 50 75 5136,925 25 5090 $164.310.30 $025 $45.641 15 203 Embankment(Coitiplete in Place) CY 295806 5900 52.662,25400 55.81 51.718,632 86 56.80 52,011,48080 5900 52,839,73760 203 Unclassified Excavation(Complete in Place) CY 11098 5800 588,784 00 53.88 5'43.06024 52.15 $23.86070 $10 70 $118.748 60 203 Proolbollmg HOUR 200 $10000 520,00000 $105 00 $21,00000 59820 $19640110 5135011 $27.01(91001 203 Utility Potholing HOUR 40 $220110 $8.80000 821000 $0.401)181 $24300 $9,7200)1 525000 $10,00000 2116 Structure Excavation CV 4516 $151111 567,740 00 $111110 545,16111111 54.110 518,064 30 51100 $49,67600 206 Structure BackOll(F10,-Fill) CY 12112 $901111 51118.18000 $101100 51211,200 00 $167511 $201,33500 $12500 $150,25000 206 Structure Racal(Class II) CY 2441 52000 548.82000 $17.50 $42.71750 S325 5193325 52500 86102500 206 Shoring(Area H LS 820,00000 520.00000 SI 00 5100 $17,160.00 $1716000 51.500 00 SI,SW 00 206 Shoring(Area 2) LSI $2111100110 520010 00 $11111 $1110 $17,16000 517.16000 $1500110 51.500 00 2117 Topsoil(Stockpile and Redistribute) CY 15013 $1000 $'150.13030 $475 $7131175 $4.50 567,55850 $1001 $15013000 208 Erosion Bales(Weed-Free Hay) EACH 62 $1500 $93000 $1200 874400 $2290 $1,419111 51,500 $93000 2(10 Silt Fence LE 4500 $1.25 5562500 $1 80 58.10000 $1301 $5-145111111 5200 $9,00000 209 Sediment Control Logs(12 inch) LF 3000 $6.00 518.001100 $3611 5101.811000 $4 35 513.05000 5400 $1200000 208 Cluck Dam EACH 7 $10011,00 57.000.00 5325 110 52.275 00 5372 00 92,60400 $250100 $1,150011 2118 Concrete Washout Area EACH 8 $801100 56,400.00 51,000.00 58,0100 00 $772 00 $611600 $775,110 $6,200011 208 Inlet Protection EACH 10 528500 82.85000 $155.00 51.35000 $18900 $1890.00 $15000 $1,500 00 208 Vehicle Tracking Pad EACH II 81.50000 $16,50000 51.90000 820,90000 5509110 85.59900 $1,50000 $16,500.00 209 Stabilized Staging Area EACH 1 $10.00000 810,00000 54.00000 $4000100 81.6111 OU $1,601 W $250000 $2.50000 208 Rentesal/Disposal of Sediment(Labor) HOUR I30 $4500 $_85000 53400 54,42000 $13750 S1787500 54500 55.85000 21(8 Removal/Disposal of Sediment(Equipment) HOUR 130 $12010111 515.600.00 $1181110 813.00000 $28500 537,050 00 575 W 59.75000 210 Rent Fence(Chain Link) LF 1711 51$00 $255000 $20 $3,40000 $19 53.298 00 51660 $2,82200 210 Reset Gate. EACH 81000 00 $1.00000 $38000 $38000 'dlROll $31200 $50000 ESIIOIHI 210 Adjust Manhole EACH 9 130000 $2,40000 $53000 $4,24000 $631150 $5,04400 51.13500 591180001 210 Adjust Value Box EACH 18 520000 $3,60000 $40000 87,2110100 $463 W $8.334 00 I21000 53,78000 211 Temp(mn Crossing(South Platte Riser) LS I $50.01H 00 $511,00000 $1011,0(9100 $100.00000 $114,40000 $114,41111010 $12000000 $120,00000 211 Tvmp(mn Crossing(Foudre River) LS I $50.19X100 $511,0100110 $1000 01100 $100.00000 $12012000 $1201.1211,011 $150,00000 $00,00000 211 Tcmp(rvn Crossing(Ogilvy Ditch) LS 1 525.00000 52.00000 $5011001101 $50,00(100 55.12000 88,720001 817.00000 51'7,00000 212 Seeding(Native) ACRE 279 590000 522320110 $3381111 $9,43020 $50900 $14.201.Pe 5'49000 $13.67100 213 Mulching(Weed-I.rocStax) ACRE 279 $Mg1.11b 522,320 00 533800 $9,43020 5555001 $15,484.50 539500 51102050 Ill MulchlarLdier LB 5,583 5200 811.16600 $245 81367835 $285 515,91155 $200 511.166V) 216 Soil Retention Blanket SY 20000 $250 $5000000 $240 548.1991110 $245 549,00000 $200 $'40,00000 304 Aggregate Base Course.(Class 6) TON 81870 51600 51,309,92000 $1941 $1,599,09670 $11 80 596fi0661111 $1265 51035.65550 304 Aggregate Base Course(Class 6)(RAP) TON 969 52000 519.381100 $2048 $19,845.12 $4 00 53.876(91 54.40 $426360 Hot Mix Asphalt(Grading SX)(100)(P664- 403 28) TON 3188 585.00 5270.9(l0 00 $93 $296,484 00 $107.501 83427)000 $10200 $325,17600 4113 Hot.Mu Asphalt)Gradmg 5)(100)(PG64-22) TON 3435 $80(91 5274,80000 $88 5302,29000 510150 5348,65250 57475 $26766.25 • 412 Concrete Pavement(I I Inch) SY 136361 542.00 55.727,16200 $3546 $4835,36106 53900 55,318.07900 $3500 54,772.63500 420 Geotemile(Separator)(Class l) SY 17892 S3 00 $51,67600 $1 75 531,311 W $345 $61,727 40 $180 $32,20560 502 Pile lip EACH 208 $135 00 52X.080011 $131100 $27.04000 $20600 542,848 00 $125 W $26,00000 502 Steel Piling(HP 14,89) LF 15292 57500 51.14690000 554 MI 5938,15452 $68 51.049.031 20 56500 $993,98000 506 Ripmp(9 Inch) CY 598 59000 553,820 0(1 57)1.00 $41,86000 $81 50 $48,737 00 $9500 $56.81000 506 Riprap(12 Inch) CY 2347 59500 $222965110 551100 $117,35000 58150 $191.780.50 $84.00 $197.14800 506 Grouted Riptap CY 19 518000 $34201101 590 IX) $1,710.00 5321511 56,108 50 529000 55.51000 507 Bituminous Slope and Ditch Paving TON 8 $15000 ¶1,20101111 575 W $60000 $343(9I 52,744 00 $70000 81,600 00 512 Concrete Slops and Ditch Paving CY 201 536000 $72,36000 $450 590451100 $301 W $60501 00 5951100 $170,15000 509 Structural SW(Galvanized) LB 1144 $600 $6.964.00 54,010 $4,57600 $630 57.2117.20 $250 82,86000 512 Bearing Device(I)pe l) EACII 46 SI,20000 $55,20000 $X011.00 $36,90000 5108700 550.00200 $82500 53195000 512 Bridge Gutter EACH 4 825000 $IOW 00 51500 830000 5343 00 51.372 $15000 $f-0000 515 Waterproofing(Membrane) SY 9371 $1500 $140.56501 51100 $103,081 W $1490 $139,627.90 $1265 $118.543.15 518 Bridge Expansion Joint(0-4Inch) IF 287 $25000 $71,75000 $15000 $43,05000 $217 50 562.422 50 $20000 557,400 01) 518 Bridge Expansion Joint(O'6 Inch) LF 67 560000 $4)1.2(9100 575030 550.250.00 5101800 560,20600 81,100 01) $7.3,701100 601 Concrete Class B CY 166 550000 58300000 559500 $98,77000 $1,29700 $215,302 00 $650 $107,90000 601 Concrete Class D(Bridge) CV 4554 $50000 52.277.110000 541000 $1,867,14000 $480.511 52,188,19700 $435 00 $1,980,99000 601 Grout(Bridge)(Special) CF 21 $50 $1050.00 573500 $15,435 W $52600 51104600 $65000 $13,65000 601 Cut Shwa:Venter(Poudre Bridge) SF 420 $4000 516,800.00 $25011 $10,50000 $57.20 52402400 55000 82100000 EIII Metal Panel(CIP))Poudm Bridge) EACH 4 $12,00000 546.011100 $10,00000 540,000.00 $2,140011 5102960.00 $15.00000 $fi1LOW)10 601 Swctuml Concrete Coating SY 5761 81000 557.61000 87.90 545.511!90 51490 $85,838.90 5765 $44,071.65 60_ Reinforcing$tml I 011 11323 $I W $11323141 5073 $826579 1110 $117199{1 8071) 57.92610 602 Rclntcrsin3$toil(Eposs Coaad) LR 1194087 $110 $1.31349570 80 XI $96721047 5095 $1.134.38265 1060 $95326960 001 In Inch Reinforced Concrete Pip:ICIP) II- 1062 $7500 17965000 99900 $5841000 $4440 547.15280 5511X1 $54.16200 607 24 hid,Reinirted Concrete Pipe(C1P) It 928 $85 00 $7648000 169110 $6032000 156 90 552.803 20 16101 158.464 00 601 Iii loch Rnnfou'd Concrete Pipe(CIP) I.F 361 $85(11 $311,68500 598110 $3176800 96960 $25,12560 989(X) $32,129 00 00,1 18924 loch RCP Elliptical(CIPI LF 293 5130110 $439511 00 $110 W $32,23000 $88 21 $25.842 60 1114 161 833,4(12 00 nil 49929 Inch RCP Elliptical WWI LF 278 $201111(1 $55.601)00 $1601X1 $44,480 W 5114181 $31,6924X) $163(Iii 5454701X1 603 6894;Inch RCP Elliptical(CIP) II- 132 5300(XI 539,600 00 928(1 IX) 936.960 W $212 90 $280511 W 5311(X) 541.316 00 60. 76948 Inch RCP Elliptical I(IP) LF 239 1350 011 583.650 0 1315 0 $75,285 0 $249 Al 959.630 50 5167 W 597,713 01 603 18924 Inch RE P End Section Elliptical FACII 4 11.200 00 14.800 00 51.900 101 56.1100 011 51.416 00 55.664 00 SI 900 IXI 57.600 0 603 49929 Inch RCP End Section Elliptical LAdII 2 $1300110 $2.600 00 $1401110 $3,60000 Si 79900 $351100 12,100 00 846001 603 6494(Inch RCP Find Section Elliptical EACH 6 812011/10 $220000 92,7001)0 11fi20000 12,489 00 914.9340E 93011(100 $181110110 6113 70s48 Inch RCP End Section Elliptical IA('II 2 $1300181 52.611000 $3,21111161 $6,4000 $289111111 15,78000 53.911000 8100001 611 I8 loch Renforcedd Concrete End Section IiACII 27 91,20(100 $32.40000 91.101(Xi 129.70110 SIW 90 $2107150 SI 311100 535.101(X) oiR 24 Inch Reinforced Concrete End Sm1on EACH I8 $130000 $23.4000 SI.22500 122.05000 596400 5173520 914011 925.21X101 hilt it)Inch Ranforccd(ancruc End Sscvm, I.ACII 4 11.2001 59.60000 817131(81 $1360.00 61,189161 $94800 5161191(SE 512.800 601 5,5 Fiat(oncreic los Coked(Precast) EE 79 580000 $63.200 W 5434110 133.970 00 546150 $36.45850 560100 547,400 00 6111 20910 Finn(aWrylcllo,Cohen(Precast) (F 86 5291111011 1219.110IX) 51.15)1(X1 S116_111000 81,901161 5135.05896 $1.730(X) 51505110 00 603 12,8 Pool(one rule Bo,Culvert(Precast) LF 140 51,10000 9154011111 582500 9115.900 00 5(172161 5164,08000 SI 290011 917300000 6111 n Inch(ast Iron Pipe LP 75 11311 00 59.730 00 $3011(0 52.2311110 1126 00 $9.4511011 112111 991001110 601 Inlet IMm((25 Fast)(With Ditch Pacing) LA(II 2 $221100 $4401100 52.700(10 $3,4(11100 51161011 5832600 $4.100110 $8200(1 003 Inlet 1 sp( (4 Foot I(WW Ditch Pasing) 1.1011 1 52.21X1100 92.2000 52.81X)00 52.9000 54„14900 943690 9<W016, 95.5000 60; Inld!sp.1)(4 5 F cur)OA h46 Ditch Paving) I:.9(11 I 52 MX)00 92.800 33.916101 535000 $9,922 w1 55,9220 $n 0X10 $60000 603 Inlet lop,R I.15(6 5 Foot) IiA('ll 1 57.5010 $7,50000 56900!81 563000 ¶10.3300 510,3300 5111.0010 $106000 603 I kmlcall for W'Pipe IA01 2 5200000 $4110000 5132000 52.640 00 51,0400 52.14800 93016100 564X1(10 613 Concrete Irrigation Ditch I.P 100 550011 $51111110(( $53110 55300(10 12910 52431100 5391111 53.51)0(X) 6114 Vaid(iralc Inlet EACH 5 $4,0011(111 520.0110 011 $4.00111(0 $201100110 56.464(1) 534.320 011 92.9011(1) 51411111100 604 Inlet Special(Bridge Drain) EACH I $4000 161 141X1000 $2000 110 $200000 $11129996 610.295 W $60161011 $6.000(ILI M1114 Manhole Slab Base Id Fool) EACH 1 $11011 $0 00 _ 911101 5000 fo(II $0 00 $3.19X101 $3)X81.00 606 (ivardrad M1p 1(W.,"Post Spacing) LP 2356 516(X) 53169600 52016, $47.12000 51991 546.88440 51750 541,23000 606 Innvtion lye 16 EACH 6 91.25000 $750000 113(X000 518000 51.2991X) 57,55400 51.1(8101 56,6000 Dun I ranaman Isles 311 LACE! 6 $7501X1 $4,50000 97400 84,44000 572550 54.353 W 16311161 53!9X10 606 IAN AmM1nraµc(Non-Flared) tA(11 10 $2,00001 520,0000 92,000 00 $20.000 00 $2.023(89 520,231100 11.X(11100 918000 00 I 606 lied Anchorage 1 spe 3D EACH 10 9700 51000 00 5675 01 16.750 00 9671(911 56.71)0X1 9600 00 96,000 00 606 Mu0wh-I criminal EACH 2 54.129(111 58,250 00 57,901011 5151X1001 $3749111 57,4911.00 13,300 00 $56000 616 Bridge Rail IApc IOM 1.4 3227 $12500 540117100 5120110 5317.2411 00 516111X) 951632000 $150011 5484,05000 • 6117 Fcnce(Plmuc)(l emporan l I.F 400(0 520 88(8X196 5250 510.1610011 5349 1138000 5350 514,1X000 67 Fence 1300Wt Wire With Metal Posts II 2100 54 011 58400 W 5,325 569.25000 53 05 $61,05000 5210 544.100 607 Fcnec Chain Lnk(72")(With Barbed Wire) LP 1106 519110 816.590.00 92900 527,65000 $2310 52554960 $16010 ¶17,696(8) 607 16 Soot Metal(tale EA(II 11 9900110 $350000 5373(1(1 $4,125 00 $398511 53.943 50 5790(X) 18590 IX) 694 16 Pest Metal(ate-Tom EACH I 91,501111 91,500.00 1550 00 $510 W ¶531110 $531 00 19)1(11X1 1911101 600 Curb 6pe 4(Scu,on M) LP 372 $1800 56,69600 $3240 51190400 51020 53,79440 $3000 911,16000 619 Curb and Gutter Top:2(Section 6M) LF 721 $13100 99,373 00 $27 00 $194670 51091 97459 WI $3011 $21,6300 604 Curb aid(inner I ripe 2(Section II-B) II 448 $1611 57,8080 $2101 $111248110 5725 93,538 00 53011 514.6400 612 Ikhnumr(I spell EACH 410 $190 $7.79000 524(XI 558400 127 90 51127500 52411 $9.84001 612 Ikiineuwr(Isp.III EACII 140 S22(X) 83.090 00 825(XI 935000 $2861) $41041111 $2900 $3,50000 612 Delineator(IApc III) (ACII 54 523 W 1124200 526 110 51.404 00 62470 $1,603 80 $2601 $140400 613 2 Inch Electrical Conduit(Bridge) 1.1: 3239 5100 $32,39000 $1 25 54.1148 75 111)30 133,361 70 $n 110 $15434(10 614 Sign Pond(Class D SF 1092 $17.9)) 5(91100 51500 ¶163800 $1720 91.87924 $1900 ¶163800 014 Sign Panel ldlassII) SF 5178 919511 9557930 52225 51152105 52920 51314856 122 00 $1139161 614 Stccl Sign Posi(2"9 2"Tubing) I.E 7)5 913 W 51007500 59 85 57.633 75 111 20 58680 00 54 79 67.356 25 015 Im,banlnnt Protector EACH 7 51.50001 510.300 51.08911 57.59500 997201 54(334 00 129011 $175000 018 Prestressed(oneric I(B154) II 2376 $17500 9415,80000 117610 5418,17600 $24181 5970,2400 522900 5534,60000 618 Prestressed Concrete I(BL84) I.F 6427 1243(10 91,574.615 W 121(1)1(1 $1,349,670 00 $263(X) 5/69330100 527500 $1,767.425 00 619 12 Inch Ductile Iron Pipe((''P1 I.P 204 5119110 523,46000 $76191 $15,50400 990 00 51020000 510110 520,400,181 020 Fold(Mies(C lase 2) IrACll 1 5301100 530.00000 127.0X101 127.000.00 142955 nn 94755500 $20.0100 120.00000 621 Similars!100!)0 EA(II 2 11.0000 5200000 $40110 5180000 92,099 00 84.118 00 52 SIX)01 $50000 621 IlWur Pascnwm SY 203 5500 $10,2500 550(A) 51025001 554 Al $11.172 50 147 011 99.6350 0_ (bmlmaion Sunc+mg 1,5 1 $20,0110 5200.00 W 1196.0110 510001.0 5288.7400 1288,740 00 1101010 610000 626 M4hihmtion LS 1 $516,69190 5516.691 30 SI.512.(52 00 51.532.9520 5935,270 22 5935.276 22 11.300 016)00 52.300 000 00 627 LWss Pa,ement Marking ((Al. 320 5111110 532,00000 167 IX) 521,440 00 194 40 $30,204 0 184(X) 526840 00 427 Preformed Plastic Marking(f)pell)(Inlaid) SI 9L(1 51216) 5111,60000 510 511 $97,65000 812 40 $119,97000 $11 511 5106.950 00 627 Pn46nned Plastic Mahmg(Word'S9mholl IF 6110 $121111 97,20000 $1513 9421000 111830 910,98000 $1629 85750110 417 Pniumid Plastic Marking(Xssalk-Slop Line) SP 700 91200 18.400 00 $11511 98.050 00 $11 40 5798000 91001 57.000 00 077 (oliwcvm,l faille(onnol 1.5 1 917500100 5175.00000 524.000(Xi 12400000 $71.21500 571.21500 910/0101 91010000 627 DaOpne 11018 900 52500 $125960 82011 51000{100 $2460 5123/111 $210X1 SI1,5000 627 Ponahlc 9lcssa(c Sign Pancl DAY 300 160 00 1184100 0 825 00 ¶7.50 0 $171 50 $51,450 00 500 110 $1X00 00 7110 I/A Minor 0onlmct Pmaisians FA 1 114101910(X) 51.000.000 00 $1.00131010 ml 51 1100.1610 011 $141111101111011 61,008,09600 51.1(111010(X) $13381.11011110 7011 PA I.11914n(onlrol FBA 1 9190111011 915,001.00 $15001(10 $1500000 115,000 00 515,011(1.00 915.000 00 515.000 00 700 HA Partnering PA 1 5500940 85,01(000 $5.1100 110 $500000 55,000(X) 55,011(100 $9411111 00 53.1111111X1 700 1,A(Lhmrete Pm:mem Incenme FA 1 $32311000 832(00000 $32500000 9325.00000 532300000 5325.000 00 $125610000 S323nn0 nn TOTAL $23,700,000.00 TOTAL $20,821,693.16 $22,687,510.42 TOTAL $23,762,694.10 Bidding Errors or Discrepancies $000 Error SO08 Error $148.26048 Error $0.00 Error Engineers Estimate Flatiron Scott Hamilton Hello