Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20142094.tiff
IIIMII ,t; MEMORANDUM --- gL! rP ? cou'NTY TO: Clerk to the Board DATE: July 23, 2014 FROM: Richard White, Public Works Department SUBJECT: BOCC Agenda Item Award Construction Agreement to Dry Creek Flood Recovery Project to Aisa Civil, Inc. in the amount of $270,340.00 to return nine bridges along the Dry Creek Corridor to pre-flood conditions. Enclosures M:\Francle\AGENDA memos\Richard White.docx /J 4im& 041O111- ,:20q N 7-28-Q0iy CL': Pe ape. R, lV) EG co 10� WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & AISA CIVIL. INC. FLOOD REPAIRS: BRIDGES 15/2A,4/15A, 17/4A,19/4B,21/6A,23/6C,8/21A,23/8A,23/14A 71 THIS AGREEMENT is made and entered into this a0 day of emu./ , 2014, by and between the County of Weld, a body corporate and politic of the State of 1 olorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and _AISA Civil, Inc. , a corporation whose address is PO Box 567, Brighton Co. 80601 , 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 Package No. B1400118"which 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, Bridge No.s 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A are in need of repair as a result of _Flood Damage_, hereinafter referred to as the "Project",and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the permanent repair of this road and/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 or below the cost 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 AGREEMENT FOR CONSTRUCTION SERVICES Page 1 70/ /- ao9Y 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. 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 "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. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 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 no greater than $ 270,340.00_, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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 he 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. AGREEMENT FOR CONSTRUCTION SERVICES Page 2 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 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 ail 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 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 AGRFF,,MENT FOR CONSTRUCTION SERVICES Page 3 expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." 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: 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 he 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 AGREEMENT FOR CONSTRUCTION SERVICES Page 4 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 thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 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, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. AGREEMENT FOR CONSTRUCTION SERVICES Page 5 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 Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 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. $$24-18-201 et See. and.§24-50-507. 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. During the term of this Agreement. Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations,or authorizes funding to Contractor. 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 FOR CONSTRUCTION SERVICES Page 6 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 or its designee. 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. &8-17.5-101. 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-IO2(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. 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. AGREEMENT FOR CONSTRUCTION SERVICES Page 7 29. Compliance with Davis-Bacon Wage Rates. Contractor understands and agrees that, if required by the provisions of Exhibit A, the work shall be in compliance with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement, a copy of the information is contained in Exhibit A, County's Request for Proposal, and is a part this Agreement.) 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 . 2014. - - CONTRACTOR: AISA Civil, inc. By: / 7 _v.Z-- Date 1.11, — - - isle: te4t WELD COUNTY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO A ll'EST: .- ..) igN4cjak.t.1/4NAo-Lbr- d `S JO;tok Dougl• Rademacher, Chair Weld County Clerk to the Bo d 4 &.a • JUL 2 8 2014 XJ•• BY: �_ � Deputy Cler o the Board past ;'0 \ kiqb 1111: AGREEMENT FOR CONSTRUCTION SERVICES Page 8 eve t aogy 1 PAGE OF DOCUMENT BID REQUEST NO. B1400118 INCLUDED IN PAPER FILE. REMAINDER RETAINED ELECTRONICALLY IN TYLER. WELD COUNTY DEPARTMENT OF PUBLIC W CONTRACT BID DOCUMENT: AND SPECIFICATIONS FOR FLOOD REPAIRS : BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21 /6A, 23/6C, 8/21A, 23/8A, 23/14A. " S4'� 1861/ e - 11/3/4 \!1,n 86� At U -- Y JUNE, 2014 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 TABLE OF CONTENTS The following checked forms and provisions take precedence over plan drawings and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications)which is to be used to administer the construction of this project. BIDDING REQUIREMENTS: *All Bidders must submit these forms with their Bid. Invitation for Bids 3-4 Instructions to Bidders 4-9 *Bid Proposal 10-11 *Bid Schedule 12-20 *Bid Bond 22-23 *IRS Form W-9 24 *Statement of Qualifications and Subcontractors 25-28 Anti-Collusion Affidavit(CDOT Form#606) N/A Underutilized DBE Bid Conditions Assurances (CDOT Form#714) N/A WELD COUNTY CONTRACT FORMS: *Low Bidder must submit these forms prior to Contract Award. *Notice of Award 29 *Agreement 30-36 *Performance Bond 37-38 *Labor and Materials Payment Bond 39-40 Notice to Proceed 41 Change Order 42 Certificate of Substantial Completion 43 Lien Waiver 44 Final Lien Waiver 45 Notice of Acceptance 46 WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions Index 1P Standard Special Provisions Index 2P Project Special Provisions 3P-15P DRAWINGS Bridge 15/2A Construction Drawings (x pages) Bridge 4/15A Construction Drawings (x pages) Bridge 17/4A Construction Drawings (x pages) Bridge 19/4A Construction Drawings (x pages) Bridge 21/6A Construction Drawings (x pages) Bridge 23/6C Construction Drawings (x pages) Bridge 8/21A Construction Drawings (x pages) Bridge 23/8A Construction Drawings (x pages) Bridge 23/14A Construction Drawings (x pages) BID N0 B1400118 Page 2 ****************** REQUEST NO No. B1400084 ****************** BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF GENERAL SERVICES DATE: 3/28/2014 (Advertisement Date) PAGES 3 - 10 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 3-10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 10. 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: "FLOOD REPAIRS: 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A" The project in general consists of construction of flood repairs for three (3) existing bridges. Specific work items include: excavation/embankment, structural fill, riprap, mobilization, and traffic control.This project is subject to Federal and State contract requirements. A mandatory pre-bid conference will be held on Thursday, June 12th, 2014 at 2:00 PM, at the Weld County Public Works Building. The Public Works Building is located at 1111 H Street in Greeley. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Bids for the above stated services will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room#107 Greeley CO 80631 until: Thursday, June 27th, 2014, 10:00 AM. (Weld County Purchasing Time Clock). 2. INVITATION TO BID: Weld County requests bids for the purchase of the above-listed services. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinq/index.html located under Current Request for Bids. Weld County Government has joined the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County—3 methods: 1. E-mail. E-mailed bids are preferred. Bids may be e-mailed to: mwalters@co.weld.co.us or reverettco.weld.co.us. E-mailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An e-mail confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. BID NO B1400118 Page 3 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submitlmail hard copies of the bid proposal. 3. Mail. Mailed bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room#107,Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Terms Defined: Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions,CDOT, Standard Specifications for Road and Bridge Construction, Section 101. Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. Failure to submit qualifications may be cause for rejection of Bids. The Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. Familiarization With the Work: Before submitting a Bid, each prospective Bidder shall familiarize himself with the Work,the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Because of the time required to publish and deliver, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. 4. THE BID Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. BID NO B1400118 Page 4 Experience Statements: The Contractor shall complete the Statement of Qualifications contained herein. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Owner may at his sole discretion, release any Bid at any time. 5. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. The Owner intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The Owner reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the Owner may reject all Bids or call for other Bids. The Owner, within ten (10) days of receipt of acceptable Performance Bid, Labor&Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. 6. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there-under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to the Owner. Accompanying each bond form shall be"Power of Attorney"authorizing the attorney in fact to fund the surety company and certified to include the date of the bond. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. BID NO B1400118 Page 5 7. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work,which are applicable at the time Bids are opened and which are not specified to be obtained by the Owner, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Tests and Inspections: Tests, inspections and related activities called for throughout the Bid Documents are a responsibility of the Contractor unless specified otherwise. The Bid prices shall include all costs arising from such responsibility. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical,water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 8. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 9. CONTRACTOR HIRING PRACTICES - ILLEGAL ALIENS Contractor certifies that it shall comply with the provisions of Colorado Revised Statutes (C.R.S.) 8- 17.5-101, et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b) otherwise will comply with the requirements of C.R.S. 8-17.5-102(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under C.R.S. 8-17.5-102 by the Colorado Department of Labor and Employment. If Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et seq., Weld County may terminate this Contract for breach and Contractor shall be liable for actual and consequential damages to Contractor. Except where exempted by federal law and except as provided in C.R.S. 24-76.5-103(3), if Contractor receives federal or state funds under this Contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. 24-76.5-103(4) if such individual applies for public benefits provided under this Contract. If Contractor BID NO B1400118 Page 6 operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it(a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. 24-76.5-103 prior to the effective date of this Contract. 10. Insurance Requirements General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above- described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty(30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. Contractor/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's Contract Professional's employees acting within the course and scope of their employment. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury,and advertising liability with minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $50,000 any one fire; and $500,000 errors and omissions. Automobile Liability: Contractor/Contract Professional shall maintain limits of$1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and$1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere. BID NO B1400118 Page 7 Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims-made policy,the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by the County, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County. Additional Insured: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent contractors, sub-vendors suppliers or other entities as insured under its policies or shall ensure that all subcontractors maintain the required coverages. A provider of Professional Services (as defined in the Bid or RFP)shall provide the following coverage: N/A BID NO B1400118 Page 8 Additional flood related Provisions: 1. INSURANCE: Weld County and the State must be named as additional insured on the Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). 2. SPECIAL BID SPEC AND CONTRACT PROVISIONS: The following language needs to be added to all flood related bid docs: Language to be added to CDOT/FHWA project docs and contracts: SPECIAL FLOOD PROVISION: The successful bidder agrees that it is a"Contractor"as that term is used and/or referred to in the State of Colorado, Department of Transportation, Master Intergovernmental Agreement with Weld County, Colorado, Routing# 14 HA4 64551, ID 331001024 ("the State Contract"), approved by the Board of County Commissioners of Weld County on March 26, 2014. The successful bidder shall comply with all requirements of the Contractor as stated in the State Contract, including, without limitation, the requirements set forth in Sections 6 D iii b) (2) (a), 15 B and C, and 22 (which includes compliance with the requirements detailed in Exhibit I, Exhibit J, Exhibit K, and Exhibit N), and Subsections 11 and 12 of Section 26 of the State Contract. Furthermore, the successful bidder shall comply with the requirements of Section 14 A I and iii of the State Contract as if it were considered to be the "Local Agency" for the purposes of that Section. Finally, the successful bidder shall assist Weld County in complying with the reporting requirements detailed in Exhibit J Section T iv of the State Contract. Language to be added to non-CDOT/FHWA project docs and contracts: SPECIAL FLOOD PROVISION: The successful bidder agrees that it is a "Subgrantee" as that term is used and/or referred to in the Grant Agreement Between the State of Colorado, Department of Public Safety, Division of Homeland Security and Emergency Management and Weld County, Public Assistance FEMA-DR-4145-CO: 14-D4145-011, Routing/CMS Number 63343("the State Contract"), approved by the Board of County Commissioners of Weld County on December 16, 2013. The successful bidder shall comply with all requirements of the Subgrantee as stated in the State Contract. The successful bidder also shall comply with the terms, requirements, and conditions as they apply to the "Grantee,"which are set forth in Sections 12 A and C, 13 B and C, and Exhibit A, Exhibit B and Exhibit C of the State Contract. Furthermore, the successful bidder shall assist Weld County in complying with the reporting requirements detailed in Section 8 of the State Contract. 3. OTHER: FHWA projects _ Non-FHWA projects Davis-Bacon Wages YES NO* DBE YES NO BID NO B1400118 Page 9 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Attention: Trevor Jiricek, Director of General Services Bid Proposal for: FLOOD REPAIR: BRIDGES 15/2A,4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A,23/8A, 23/14A PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications,for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub-Bidders shall include in their bid all Sales and Use Tax if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub-Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-114,CRS, and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor& Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. BID NO B1400118 Page 10 EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, he must execute the required Agreement and furnish the required Performance Bond, Labor&Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder whom the Owner deems is unfit or unqualified to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds,the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. For any discrepancy between words and figures;the words will control. All mathematics will be checked and the correct total used for determining the low bidder. BID NO B1400118 Page 11 w U e K K a J J r- 0 CI F 63 69 69 63 69 63 69 69 W ed fA to 69 69 69 63 W - 2ga a) J ES) co a D .-- 69 69 (n (» (n (n 69 69 69 69 64 E4 69 64 69 69 z d+ w I- re K J 30 0 iii re 0 U0 0 Z m F J Z 7 I- 0 l- < H N mZQ N Or co o 0 6O O r N co `- N- o M 0 N W 7 0 O 2 co Z J U I 0 J J Q Q (1) 0 W J 2 ❑ W W a 0 a N W 0 N N rn J 65. W Z oo p a 2 � Q ro 7J vf ~ 0 Z U N w Z 7 - a _ 0 - C co N J J I 5 U U f7w W 0 < 0 ? 0 O N0p C7 K w Q 0 z p ❑ 0 O U O op z E ❑ m m W w J = 7 Z O > rC C m — z w J O 0cc O w ce Q O V- O H p cc 0 > ❑ J ZZH 0 W O W a O F 2 0 J C7 Z Z Q 2 0 Q 0 Z z z w 0 w a U w ? O J a_ } H O 00 0 00 CC X z 0 Z cc >- a _z (n W O o O w Z = W 2 Q J U' w H LL 2 Y 0 N O LL ❑ 0 H H (n w m 0 LL 2 LL w J D W 0 ❑ S OD 0 < H w (0 w 5 0 H co 2 w F 0 cc , LL') O O N N O r g m O O O N O rL O (h O c)3 N r O O N NO M Ol g g � O, El pO O, g pc 00 W O 000r OLD ON OOOO rO rO NOON NO F;, O MO MO MM MM HZ N 0 N O N O N 0 N 0 N 0 N 0 N o 0 0 0 0 0 0 0 0 0 0 0 O 0 O N F ELU § k I- 69 69 69 69 69 69 1:9 69 69 69 69 69 69 69 69 69 } \ r co 0 _ 7§ / k \ ) ® ; ! ,_ , co , , _ : © , ,_ r 00 :es! m 2 § co >- I >- 5 5 0 y ( 0 ± e I a W ± I } CO W § a � 03 0 = Z El 0 ; 2 N » \ ° Z z § § § ) \ } \ § \ \ Z 0 = 2 S / / \ / ; } 2 ` k O \ f ) \ o \ / ( ) e \ } LU E \ / \ } o \ •} / ! \ ) \ \ 0 \ f w z ± \ ( \ ITC ( 2 - \ / H ow j § ) \ ( / \ \ \ H O C ( # % 8 § 05 ) 0 § ) § \ § ) § ) § k § \ § \ $ ) ) \ $\ § 0 00 W U y ce IL aQ J J Q O 0 ° H a a a a a 69 a 69 (A (A (A 69 (9 (H 69 (A w y U CC a a j J ZO a Do 69 69 a a a a a a (9 69 u, 69 ea 69 (ft (n z w Co I- cc K ,.-, g WEt 00 U O 23 0 a. m H J Z F 7 O r F a r E• Z - N O- - W a a CO M - - (n co N N W Q (9 7 0 a -a m Z 0 0 x 0 -J J < Q CO 0 W J = 0 W w 7 a I o N w 0 N N CO J C W Z al _ Z 0 IL S `- CO Q ro iii a t= 0U _ z a o 7 1- a ? U CO Ill Z 7 O F R' CO N J J x 2 a ww0 CO F D 0 U W I'D-3 UAW W Z 0 U O (1) r...— 0 0 O 0 U co Z L 0 Om � TO J = J Q II 2 Q m m ~ Q O Q x 0 W W z 0 J 0 it 0 Q 0 U Z H Y 0 d U Z H 00 W O > (7 Z O Q = W Q O Z p Z Kal U W NI- U U Z O J a } H 0 0 U 0 X O J Z Z O Z X K Z i0 �_ O W 2 x w x a J O U_ I- li i Y 0 CO (n LL E U H H U U J O w m U w Z w Ill M F- o w ) (Wn r CO H < 2 5 I- 0 H f ' O O N O O N O N N O O N V 0 M M I� N r O O RE are; O (D O O 0 O O W 0 o O O O ( O N p O p O CJ O O N O p N N O N O M O M O M O M O HZ N ON O N O N 0 N ON O N ON O Tr 0 0 (O 0 (D 0 (D 0 (D 0 (O W OW W a• ¢ J J Q J r0 O ° r (A 68 (A fA (A 69 69 (9 (A (9 69 69 69 (A (A (A 69 (A w y agto a N zJco 0 CL > O H) 9) 69 (9 69 69 69 (A (A (A (A (A fA IA 69 (9 69 69 Z W (7)F Q Ce J cn 0 -J0 0 K 0 a m I- J Z a O I- >- a r a, _ _ Co m l= r M O O o r O O r co V N r r co M O N Ill a a 2 . m = 0 I 0 J Q Q (1) (n 0 W co J J J 0 W I QQ O 2 I U o H Q N o 0 N Z (n `- J cco N ^ W Z 00Z a Jm0 0 U O z a m a (0 5 U Z w z a O r 0: U _ U 2 2 C7 (7 up 0 0 0 w m U cc w w _m Z 0 z 0 0 0 U (7 W W 0 o m 2 K) U 2 L Q K ii cG Q m m ~ J O O 0 W el Q Z 0 J C0 > 0 a' 0 J cK z O !.7. C7 Z K C7 ~ > 0 U Q U Z I— O W 2 ¢ w v 0¢ w Z Z _i o a LL O O U OLLIZ ce X 0 J CO z W o z r a a Z N Z 0 W 0 ( W O w W F Z 2 w O I Q N 0 K U CO I Q 0 CC -I W W Z) WW w a Z 00 Q Z O Ct 0 M H 0 r C0 (n 0 co 2 O X H (¢n 2 U- H 0 H LL') O L() LL') 7 O �[) 1� r N O o] O O O N O C 0 23 O_ M N 8 O q�' M t' N O N O r.j r a' r aa M (p r ( 0 8 C D p O p r p a O N W O O O O O O O N O O O O r O O r O a O 0 g O N N O N O CO 0 M O co CO CO CO r Z N O N O N r N 0 N O N O N M N O N O 0 0 L() O (D O (p O (0 O (p O (p O co O O O O O O O O O O O O O O O O N of W U e CL re a J J F 0 O CI H 69 69 69 99 69 69 69 69 t9 t9 69 e 69 69 69 69 W 0 C Q to a J J N co E a 69 69 69 69 t9 69 69 69 to 69 69 69 0 69 69 69 0 O 0 O z W y F d' a 3 J 0 Ls.' o U_ 2 m a H J 2 F D 0 I- . >- cao r CO Crl • Q r N 0 COO " O O co W r r 3 CO N N W 0 0 a 2 m ~ to >- cc >- w w 0 0 >- >- a u) It } < < j J 0 I 0 J J Q Q U) 0 W J I 0 W w a` I N w 0 N N 55 J 93 w z in z m - o a E) 7 � a O a u) W H a 0 N 2 0) J J 2 z R U W W 2 Q U Z co 0 N D▪ O o 0 O w rn m Z 0 z ci m W °� Y 2 7 Z CI) 0 2 Q m ~ J 0 0 cC O W C 0 F o H L..— CC 0 F ≥ o a �J—) H 0 w w 0 w v 0 0 Z 0 a `_ v >- 0 0 D 0 CO W O J W W 0 2 W E Q N ? U I- 0 LI R 0 O > w 0 0 H w H J 0 LL u) LL 2 J d Z 0 2 H HH 0 c) to 2 0 a) g Q Q H 0 H O ca) o cal N Pa' O CD M W N N O M 5- O E t0 ' O N (0 0 0 0 t r O ' O8 W 0 O O O r 1O O N O O O O r O r O RI O O N ry O N O M O M O M M M M Hz N o N o N O N 0 ry 0 N 0 N 0 N 0 0 Ln 0 O 0 O 0 O 0 O 0 0202 W Uc CC CC a ¢ J J Q J H 00 O � F fA ( EA fA (4 U) V3 fA fA ES EA 4 S (A EH (H W CO U re N K Q a J J m Zo Cucn e4 vi E» EA v, (n (4 E» (» 63 E» E» S En as (4 Co 0 NY O Z W y HH NY 2 J J 0 W 0 U 0 Z m I- J Z I- 7 0 H ((0 C In _ _ Cl m a r N O CCO Or c O a ON co r r co °DN W 7 U o O 2 m ~ U) >- K >- W W 0 0 >- >- Q 0) cc } a a J 0 = 0 -J J a Q (/) U W J I 0 W W a I o a N w 0 N N N r, r N w Z a r a m O r � � � CO I-- a 0 7 ;T., 0- 0 U w z 0 O N 2 (/) J a I 2 CD Lu U CW'J W W Y Q U_' Z U N 0 CO Ci 0 p ❑ U_ W _m Z 0 Z c m w sc v J Z N0 M Q m m w Z W U = Z L }} J K Q O a 2 U > 0 c ❑ J W' z > R NY U cc P r D a U H 0 W 0 Q O Q W Q W Z J d u_ O U O K W 0 J m z 0 2 X K NY N_ z U ec 0 co mX 0 d > H ❑ 0 ~O w ~ J 0 LWi co ± U J d z m Q Q z Q 0 2 HLUDCt 0H CC 0 (/) IW/) 2 0 D al H 00)) 2 U- H 0 H ([) 0 (!l ([) 0 n r N m O O O N r O O vi 0 01N ^ 0 05 M al) N N0 CS Or (O r ON (DO 00 Or O 00 W O 'p0 p r p � c) CV 00 p0 r O O NO pN NO N O F5 c) co O co CO C') co HZ N0 0N0 O N ON D N ON D 70 Lo 0 co 0 co 0 co p co o 00 coD § E j ) j E 69 69 69 69 e 69 69 69 69 69 69 69 69 69 69 69 0- k co kk CD 69 69 _ 69 69 69 _ _ 69 _ _ 69 _ 69 69 _ in- z w k cii C r ! 2 § ! 2 I- 0 -• Z r N CO 4r N , , : , N _ r r r = , < 8 2 \ g 0 + 0 % K 2 2 % 0 ± a \ \ < w M NI o o w § « S 6 N co \ / B § re ` z C) Co\ ° ) z \ / § ) Co } j \ \ \ O \ 2 , � a e - D } f ; \ B - } § L.0 _ cC O \ j CO ( O f 0 > 2 z \ } { ® ) ) 6 `cC k Z > j ) } ° z & k r tt 2 g \ E \ \ ! ! _ + [ = C S e O F g \ \ H H j ( ) 0 ) H \ \ } H OO H - k ) ) \ ) ) § ) ( ) ) ) § ) § k ) ) ) ) $ ( §) $ 0 0 cc 0 W o N 2 et a ¢ J J Q J a ❑ r (» (» (» (» (» (s (» w 9 (» (s (s (n (s (s (» W y 2 <• 12 m 2 J J N za w 7 O w v, (n (A v, as (n (n 49 (g u, (s (n (n (» (A w CC re g ❑ J 2' o o ❑ z m W IH- Q K H O w 4 U_ Fo- O_ N a w H 0 Z ❑ 7 K m >- r- 0 Qr C4 r O O co 0 0 r0 r0 N n r r co co co N 7 a Z J 0 I 0 J J a C (o 0 W co S 0 W W 7 a I o Q N W 0 N N `.. J CD W Z m p a ¢ r J ccooH 8 O z d 0 ❑ N2' coen - J 3 S 2 0 al U fw'„ W (I) Y a U' 0 0 0 0 0D ❑ 0 00 ❑ U w CO Z LL z mmW Z W U ez 2 C z 0 2 ro C Ea Q O 0 = O W ❑ O H > Q 2 Oix a Q U Z F- OZ W O > C7 Z O Q = W 2 ¢ O Z - z w 0 W a m o Z O J CI- } H=Q O O ? O K x 0 in = J J z U` Z X CC K Z o 2 0 CC (...) (/)O > LL ❑ 0 H Lu H .4 C7 U IL w o EL 2 w 7 2' O 2 —I w D W >- < 0 Q K O K ❑ H H (.7 (1) (I) m 0 H (0 M LL H 0 H L() O 2() )() e O n r N W O O O `,11 O w 0 c)) 0 c) N 1 0 a p c a p N (V O (J) El O' r (p r O' N (p 0 0' O p r O' V O N W• O o 0 O r p O O N 0 0 0 0 O O N O O N N O N O (h O (v) O (v) C] (+) C) H Z N O N O N `- N O (V O N O (V O ry 0 0 co O (p O (p O (p O (p O cos (p O O O O O O O O O O O O O O O N N w U F Ka ag J J FO O a H (A 69 S (p Y) (A H) (A (A (A (A U) (A e9 (A (A wN U K a _ 0 J N X00 0 69 69 69 69 (A (ft (A (A (A 69 fA 69 (A (A (9 f9 49 60 . m co o 0 m a 3 0 Z C71 W J H H CC 0 H Q w co U co 2 N a W H O z 2 m T I- O Za — N O� N O N 0• dO N N r r 7, Co OO N 0 O j Co 0 I 0 J J 0 0 CO 0 W co = 0 W W d 0 Q N w 0 N N J fil W Z Z m O � v � m z a o • a U) U u) W Z a M Ill O a J 2 UC7 W W Y a 0 0 Z (.7 0 W Z (n 0 0 UO p 0 0 m z LL 0 II • m H Q O 0 = U a g Q 0 0 H m >0 Q Et U w H _} O •a cc U H 0 Z W 2 ¢ w 1-j- ¢ W z a LL O z o o K X O _..5 m z Z a ~ Z 0 0 0 WK Z_ V) = in W Z 2 W 2 Q C7 W H a 2 Y U Oo > W O U H W ~ C7 a a 4 J a Z Q Q < O M < H lJ v) coW 2 CCDD F- ai 0 LL H 0 CC O O `(•)i O V O N- 7 N OO O O O N O O MO M rO cpM ON NO M O (q ON (qO p0 p ,, p V pOO W• O O O O r c) 0 O N O O O O O r O N O O •N N O N O co O co O co CO M CO ✓ Z N O N O N O N 8 N 8 N 8 N 8 N 8 8 to 0 0 8 0 8 0 8 0 8 0 W Occs NOTE: The following are items of work to be completed by Weld County: • Materials Quality Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings,Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. SIGNATURES: Dated this day of , 2014. FIRM NAME: BY: TITLE: BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION: ADDRESS: TELEPHONE NO: FAX NO: ATTEST: BID NO B1400118 Page 21 BID BOND FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A KNOW ALL MEN BY THESE PRESENTS, that as Principal, and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Dollars ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally,firmly to these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that whereas the Principal has submitted the accompanying Bid dated , 2014 for the FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A as set out in the accompanying Bid. WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. NOW THEREFORE, if the principal shall, within the period specified therefore: A. On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or B. Withdraw said Bid within the time specified, or C. Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of , 2014 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal Address ATTEST: By: By: Surety ATTEST: Address By: BID NO B1400118 Page 22 INSTRUCTIONS The full firm name and residence of each individual party to the bond must be inserted in the first paragraph. If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership(to be named), and all partners must execute the bond as individuals. The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer. Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form. BID NO 81400118 Page 23 Form W'9 Request for Taxpayer Give form to the IRev.October 2007) Identification Number and Certification requester. Do not [Opal-Wpm or crier moony send to the IRS. Interne]Revenue Service Name(as shown on your income tax return) N 0 _ Business name,d different from above a 0 op fr Check appropriate box: ❑ Individual/Sole proprietor ❑ corporation ❑ Partnership Exemptp— ❑ Limited liability company.Enter the tax classification(D=disregarded entity,C=corporation.P-0mtnership)► ❑ payee rj G-er,-tie Isenuoirne) le- .„ '• ^ Address(number,street,and apt or&kite no) Requester's name and address(optional e 0 City,state,and ZIP code a N List account menber(s)here(optional Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box The TIN provided must match the name given on Line 1 to avoid social secinity number backup withholding.For individuals,this is your social security number(SSN) However,for a resident alien,sole proprietor.or disregarded entity, see the Part I instructions on page 3 For other entities,it is your employer identification number(EIN) If you do not have a number,see How to get a TIN on page 3. a' Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Employer identification manner number to enter. Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting tor a number to be issued to me),and 2 I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3 I am a U.S.citizen or other U.S.person(defined below). Certification Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions,item 2 does not apply For mortgage interest paid,aoquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the Certification,but you must provide your correct TIN.See the instructions on page 4 Sign sign•mre of Here u.s.person► Date► General Instructions Definition of a U.S. person. For federal tax purposes, you are considered a U S.person if you are: Section references are to the Internal Revenue Code unless • An individual who is a US.citizen or U.S. resident alien, otherwise noted. • A partnership, corporation,company,or association created or Purpose of Form organized in the United States or under the laws of the United A person who is required to file an information return with the States, IRS must obtain your correct taxpayer identification number(TIN) • An estate(other than a foreign estate), or to report,for example. income paid to you,real estate • A domestic trust(as defined in Regulations section transactions,mortgage interest you paid, acquisition or 301.7701-7) abandonment of secured property,cancellation of debt, or Special rules for partnerships.Partnerships that conduct a contributions you made to an IRA. trade or business in the United States are generally required to Use Form W-9 only if you are a U.S. person(including a pay a withholding tax on any foreign partners' share of income resident alien),to provide your correct TIN to the person from such business Further,in certain cases where a Form W-9 requesting it(the requester)and, when applicable,to: has not been received. a partnership is required to presume that 1 Certify that the TIN you are giving is correct(or you are a partner is a foreign person, and pay the withholding tax wailing for a number to be issued), Therefore, if you are a U.S. person that is a partner in a 2 Certify that you are not subject to backup withholding,or partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U S 3.Claim exemption from backup withholding if you are a U.S. status and avoid withholding on your share of partnership exempt payee If applicable, you are also certifying that as a income U S person,your allocable share of any partnership income from The person who gives Form W-9 to the partnership for a U S. trade or business is not subject to the withholding tax on purposes of establishing its U S status and avoiding withholding foreign partners'share of effectively connected income on its allocable share of net income from the partnership Note. If a requester gives you a form other than Form W-9 to conducting a trade or business in the United States is in the request your TIN,you must use the requester's form if it is following cases: substantially similar to this Form W-9. •The U.S.owner of a disregarded entity and not the entity, Cat No 10231X Form W-9 (Rev 10-2007) BID NO B1400118 Page 24 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible,clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): 2. Permanent main office address: Phone Number: Fax Number: 3. Year Company was organized: 4. Number of years this Company has been engaged similar construction: Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? 5. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: 6. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 7. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. BID NO 61400118 Page 25 9. List all contracts within the last 3 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. 10. Has any owner, as party to any of the Company's contracts within the last 3 years,contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. 11. Describe all contracts that the Company failed to complete. 12. Describe all contracts on which the Company defaulted or from which the Company was terminated. 13. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Representative: Phone. Completion Date: Contract Amount: BID NO B1400118 Page 26 Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 14. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15%OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK 15. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. YRS. PERTINENT NAME TITLE EXPERIENCE 16. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. BID NO B1400118 Page 27 The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 2014. Bidder: Company By: Signature Name: (Please Type) Title: NOTARY County of ) ss. State of being duly sworn,deposes and says that he is of , and (Title) (Company Name) that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of , 2014. (SEAL) Commission Expires Notary Public BID NO B1400118 Page 28 NOTICE OF AWARD FLOOD REPAIRS: Bridges 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A To: Project Description: The project in general consists of construction of flood repairs for three (9) existing bridges. Specific work items include: excavation/embankment, structural fill, riprap, mobilization, and traffic control. This project is subject to Federal and State contract requirements. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $ or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within ten (3)calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (3)days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2014 Weld County, Colorado, Owner By Richard White, P.E., Project Manager ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2014 By: Title: BID NO B1400118 Page 29 WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A,23/14A PROJECT NAME THIS AGREEMENT is made and entered into this day of . 2013, 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 , [an individual], [a limited liability partnership] [a limited liability company] [a corporation]whose address is , 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 Package No. B1400118". The Bid Package 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, Flood Repairs: Bridges 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A , are 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. BID NO 61400118 Page 30 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 "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. Contract 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. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 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 the amount of $ 287,711 , 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 BID NO B1400118 Page 31 applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 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. I Iowever, 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 Manager. B. If this Agreement is terminated by County, Contractor shall be compensated for,and such compensation shall be limited to,(1)the sum o f 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. Copies of work product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." 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. BID NO B1400118 Page 32 Contractor further represents and warrants that: 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 thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. BID NO B1400118 Page 33 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, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. 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 Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 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. $$24-18-20l et seq.and 824- 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. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in BID NO B1400118 Page 34 County's sole discretion,in immediate termination of this Agreement.No employee of Contractor nor any member of Contractor's family shall serve on a County Board,committee or hold any such position which either by rule,practice or action nominates,recommends,supervises Contractor's operations,or authorizes funding to Contractor. 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 or its designee. 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. §8-17.5-101. 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 ofjob 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 BID NO 81400118 Page 35 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. 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. The latest version of the Davis-Bacon wage decision is applicable to the work and is included in these bid documents. 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 , 2014. CONTRACTOR: By: Date Name: Title: WELD COUNTY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: Douglas Rademacher, Chair Weld County Clerk to the Board BY: Deputy Clerk to the Board BID NO B1400118 Page 36 PERFORMANCE BOND FLOOD REPAIRS: BRIDGES 15/2A,4/15A, 17/4A, 1914B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A KNOW ALL MEN BY THE PRESENTS; that (Name and Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns,jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2014, a copy of which is hereto attached and made a part hereof for the construction of: FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. BID NO 61400118 Page 37 PERFORMANCE BOND FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of , 2014. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney-in-Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. BID NO 61400118 Page 38 LABOR & MATERIALS PAYMENT BOND FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19148, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A KNOW ALL MEN BY THE PRESENTS; that (Name and Address) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) Hereinafter called Owner, in the penal sum of Dollars, ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2014, a copy of which is hereto attached and made a part hereof for the construction of: FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/46, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void,; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time,alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED, FURTHER,that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. BID NO B1400118 Page 39 LABOR & MATERIALS PAYMENT BOND FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A IN WITNESS WHEREOF, this instrument is executed in two (2)counterparts, each one of which shall be deemed an original, this day of , 2014. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney-in-Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. BID NO B1400118 Page 40 NOTICE TO PROCEED FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A To: Date: Name of Project: FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A. You are hereby notified to commence Work in accordance with the Agreement dated The date of completion of all Work is therefore Weld County, Colorado, Owner By Richard White, P.E., Project Manger ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2014. By Title BID NO B1400118 Page 41 CHANGE ORDER NO. (EXAMPLE) FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A Date: Project: FLOOD REPAIRS: BRIDGES 15/2A,4/15A, 17/4A, 19/4B,2116A,23/6C,8/21A,23/8A,23/14A. Owner: Weld County, Colorado Contractor: The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The new Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased by calendar days. The date for completion of all Work will be RECOMMENDED: Owner Representative: Date: Douglas Rademacher(Chair) Engineer: Date: APPROVALS: Contractor: Date: Owner: Date: BID NO B1400118 Page 42 CERTIFICATE OF SUBSTANTIAL COMPLETION FLOOD REPAIRS: BRIDGE Owner's Project No: B1400118 Engineer's Project No: EM-BR 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A Project: FLOOD REPAIRS: BRIDGES 15/2A,4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A. 23/8A, 23/14A. Contractor: Contract For: CONSTRUCTION Contract Dated: This Certificate of Substantial Completion applies to all Work under the Contract Documents except for the following specified parts thereof: BRIDGES The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: BID NO B1400118 Page 43 LIEN WAIVER (GENERAL CONTRACTOR) FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 2316C, 8/21A, 23/8A, 23/14A. TO: Weld County Public Works Attn: Richard White, P.E., Project Manager P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuable consideration paid by the Board of County Commissioners of Weld County,the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: Project: FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A. Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all claims on the part of our material suppliers, laborers,employees, servants and agents or subcontractors arising from our Work on the Project, and we further agree to reimburse the Board of County Commissioners of Weld County for any and all costs, including reasonable attorney fees, which they may incur as a result of such claims. Contractor By: Title: Date: STATE OF ss. COUNTY OF The foregoing instrument was acknowledged before me this day of , 2014, by My commission expires: Notary Public BID NO B1400118 Page 44 FINAL LIEN WAIVER (SUBCONTRACTORS) FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A. To All Whom It may Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of , State of of which is the Owner. NOW, THEREFORE, this day of , 2014, for and in consideration of the sum of(E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix Corporate seal here) (SEAL) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. (B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted. (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. BID NO B1400118 Page 45 NOTICE OF FINAL ACCEPTANCE FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19/4B, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A. TO: Date: RE: FLOOD REPAIRS: BRIDGES 15/2A, 4/15A, 17/4A, 19148, 21/6A, 23/6C, 8/21A, 23/8A, 23/14A. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about Final acceptance does not relieve the Contractor of the minimum one(1)year guarantee on all work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. Weld County, Colorado, Owner By: Richard White, P.E., Project Manager ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2014. By Title BID NO B1400118 Page 46 Weld County Post Flood Emergency Repair June 6, 2014 Project No.EM-BR15/2A, EM-BR4/15A,EM-BR17/4A, EM-BR19/4B,EM-BR21/6A, EM-BR23/6C, EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. SPECIAL PROVISIONS WELD COUNTY POST FLOOD EMERGENCY REPAIR The 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Date Page Index for Project Special Provisions (June 6, 2014) 1P Index for Standard Special Provisions (June 6, 2014) 2P Notice to Bidders (June 6, 2014) 3P Commencement and Completion of Work (June 6, 2014) 4P Revision of Section 101 -Definitons of Terms (June 6, 2014) 5P Revision of Section 104—Scope of Work (June 6, 2014) 6P Revision of Section 105 —Claims for Contract Adjustment (June 6, 2014) 7P Revision of Section 107 -Legal Relations and Responsibility to Public (June 6, 2014) 8P Revision of Section 109 -Measurement and Payment (June 6, 2014) 9P Revision of Section 208—Erosion Control (June 6, 2014) 10P Revision of Section 630—Construction Zone Traffic Control (June 6, 2014) 11P Revision of Section 630—Signs and Barricades (Jan. 31,2013 ) 12P Revision of Section 712—Geotextilcs (Nov. 10, 2012 ) 13P Utilities (June 6, 2014) 14P 1P Weld County Post Flood Emergency Repair June 6, 2014 Project No. EM-BR15/2A,EM-BR4/15A, EM-BR17/4A,EM-BR19/4B, EM-BR21/6A, EM-BR23/6C, EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. STANDARD SPECIAL PROVISIONS Date Pages Revision of Section 106—Certificates of Compliance and Certified Test Reports (February 3, 2011) 1 Revision of Section 106—Material Sources (October 31,2013) 1 Revision of Section 106—Supplier List (January 30, 2014) 1 Revision of Section 108— Liquidated Damages (May 2,2013) 1 Revision of Section 108—Subletting of Contract (January 21, 2013) 1 Revision of Section 109—Compensation for Compensable Delays (May 5,2011) 1 Revision of Section 109—Measurement of Quantities (February 3,2011) 2 Revision of Section 630—Construction Zone Traffic Control (February 17,2012) 1 Revision of Section 630—Retroreflective Sheeting (February 3,2011) 1 Minimum Wages Colorado, General Decision No. CO100024 (Jan. 24,2014) 7 2P Weld County Post Flood Emergency Repair June 6, 2014 Project No. EM-BR15/2A,EM-BR4/15A,EM-BR17/4A,EM-BR19/4B, EM-BR21/6A, EM-BR23/6C,EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of five (5%) percent of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details. Information regarding the project may be obtained from the following listed representatives. Richard White, P.E. Weld County Public Works Dept. 1111 H Street P.O. Box 758 Greeley, CO 80632 970-304-6496, Ext. 3742 Clayton Kimmi,P.E., C.F.M. Weld County Public Works Dept. 1111 H Street P.O. Box 758 Greeley, CO 80632 970-304-6496, Ext. 3741 The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. 3P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A,EM-BR4/15A,EM-BR17/4A, EM-BR19/4B, EM-BR21/6A, EM-BR23/6C,EM- BR8/21A,EM-BR23/8A, and EM-BR23/14A. COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 20th day following the date of contract award unless such time for beginning the work is changed by the County in the "Notice to Proceed." The Contractor shall complete all work within 30 calendar days in accordance with the "Notice to Proceed." Salient features to be shown on the Contractor's Progress Schedule are: (1) Mobilization (2) Traffic Control Setup and Removal (3) Earthwork (4) Rip Rap (5) Seeding (6) Site Cleanup and Punch List Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule. 4P Weld County Post Flood Emergency Repair June 6, 2014 Project No.EM-BR15/2A,EM-BR4/15A, EM-BR17/4A,EM-BRl9/4B, EM-BR21/6A, EM-BR23/6C, EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 101 DEFINITION OF TERMS Section 101 of the Standard Specifications is hereby revised for this project as follows: In this section the following general terms shall be redefined as follows. Department: Shall be defined as the Weld County Public Works Department. Engineer: Shall be defined as the Weld County Public Works Department Engineer. State: Shall be defined as Weld County, Colorado. 5P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A,EM-BR4/15A,EM-BR17/4A, EM-BR19/4B, EM-BR21/6A, EM-BR23/6C,EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.03 shall be revised to include the following: Any groundwater pumping activities or rerouting of the river to facilitate construction must be prior approved by the Construction Inspector. Construction of a temporary access road into the work areas, and removal of the access road after construction is completed, shall be included in the Mobilization bid item. Subsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall be hauled out of the river channel and disposed of away from the site. Spoils removed from the site will be paid for utilizing the "Sediment Removal and Disposal" bid item. Backfill areas in the river channel shall be graded such that the final grades are similar to the final grades as described in the Contract Drawings, unless otherwise directed by the Engineer. The Contractor shall be responsible for removing all construction debris and trash from the river channel on a daily basis. Any construction debris and trash which may be washed away downstream shall be located, removed, and disposed of away from the site. Any debris hauled off must be disposed of as approved by the Engineer. Any petroleum products accidentally spilled or leaked within the river channel shall be cleaned up and disposed of immediately. The Contractor shall be held liable for any damages resulting from the spillage or leakage of any hazardous materials within the river channel. 6P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A,EM-BR4/15A,EM-BR17/4A, EM-BR19/4B,EM-BR21/6A, EM-BR23/6C,EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 105 CLAIMS FOR CONTRACT ADJUSTMENT Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.21 shall be revised as follows: The Colorado Department of Transportation (CDOT) will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. 7P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A, EM-BR4/15A, EM-BR17/4A, EM-BR19/4B, EM-BR21/6A, EM-BR23/6C, EM- BR8/21A, EM-BR23/8A, and EM-BR23/I4A. REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards(Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with Colorado and local Health Department Regulations and with OSHA requirements. Subsection 107.17 - Delete the fourth paragraph beginning with "Loss, injury, or damage to the contract work..." and replace with the following: Loss, injury or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon of nature shall be restored by the Contractor at no cost to the County. Subsection 107.17 shall be revised to include the following: The Contractor shall assess and understand the risk of working within a waterway. Such risks include but are not limited to: floods, high groundwater, and fluctuation in flows. The Contractor shall be responsible for constructing and maintaining all temporary facilities within the waterway such as cofferdams and diversion of channel flows. In no case will the cost of construction, maintenance, and removal of these facilities be paid for separately, such work shall be subsidiary to the cost of the bid items. Subsection 107.18 shall be revised to include the following: For this project the insurance certificates shall name Weld County(Weld) as additionally insured parties. Subsection 107.19 shall be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property private property, approval must in the form of a right of entry as supplied by the Engineer. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. aP Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR 15/2A, EM-BR4/15A, EM-BR 17/4A,EM-BR19/4B, EM-BR21/6A, EM-BR23/6C, EM- BR8/2IA, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.06 — Partial Payments, paragraph (a), (Standard Amount Retained). Delete the second sentence beginning with"The amount to be retained " and replace with the following: The amount to be retained will be 10% of the value of the completed work, to a maximum of 5% of the original contract amount. Subsection 109.07 — Payment for Materials on Hand (Stockpiled Material). Delete and replace with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the Work. 9P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A,EM-BR4/15A, EM-BRl7/4A,EM-BRl9/4B,EM-BR21/6A, EM-BR23/6C, EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Subsection 208.01 —Add the following language to this paragraph: This project will disturb less than one acre of ground and therefore a Colorado Stormwater Discharge Permit will not be obtained by the County. However, if pumping water is required during the construction, the Contractor will be required to obtain a Construction Dewatering Permit from the State. All costs associated with obtaining this permit, as well as the costs of the actual dewatering, shall be considered to be subsidiary to the Mobilization bid item. 'oP Weld County Post Flood Emergency Repair June 6,2014 Project No.EM-BR15/2A,EM-BR4/15A, EM-BR17/4A, EM-BR1914B,EM-BR21/6A, EM-BR23/6C,EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL The key elements of the Contractor's method of handling traffic(MHT) are outlined in subsection 630.09. The components of the Traffic Control Plan for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications. (2) Revised Standard Plans S-630-1 and S-630-2 Traffic Controls for Highway Construction. (3) Traffic Control Layout and Quantities Estimate as shown in the Contract Drawings. 11P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A, EM-BR4/15A, EM-BR17/4A,EM-BR19/4B, EM-BR21/6A, EM-BR23/6C, EM- BR8/21A, EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 630 SIGNS AND BARRICADES Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.02, delete the second paragraph, and replace with the following: Temporary sign support assembly shall be timber, perforated square metal tubing inserted into a larger base post or slip base or perforated metal U-channel with a slip base. The temporary sign support assembly shall conform to NCHRP and AASHTO requirements regarding temporary sign supports during construction. Subsection 630.02 shall include the following: If a timber post is selected, it shall conform to the requirements of subsection 614.02. 12P Weld County Post Flood Emergency Repair June 6,2014 Project No. EM-BR15/2A,EM-BR4/15A, EM-BR17/4A, EM-BR19/4B, EM-BR21/6A, EM-BR23/6C, EM- BR8/21A,EM-BR23/8A, and EM-BR23/14A. REVISION OF SECTION 712 GEOTEXTILES 13P Section 712 of the Standard Specifications is hereby revised for this project as follows: In subsection 712.08, delete the third and fourth paragraphs and replace with the following: Physical requirements for all geotextiles shall conform to the requirements of AASHTO M-288. Materials shall be selected from the New York - Particle Effect Department of Transportation's Size Range ive Permeabili Approved Products List of Millimeters Size ty Geosynthetic materials that meet (inches) Turbulent Flow Coefficien the National Transportation Product D 20 t k Evaluation Program (NTPEP)and mm D max D min cm/s AASHTO M-288 testing (inche requirements. The current list of 5) products that meet these Derrick STONE 3000 900 1200 100 requirements is located at: (12 0) (3 6) (4 8) ) One-man STCNE 300 (12) 100 �6) 30 www.dot.ny.gov Clean, tine to 80 (3) 10 (A) 13 O 10 'Ile Geotextile Approved Products coarse GRAVEL List may be accessed by clicking on Fine, uniform 8 ( ) 1. 5 3 ( ) 5 the following tabs once on the GRAVEL (7,41 Very coarse, NYDOT site to: 0. 2 1.5 c (1) A To Z Site Index uniform SAND 3 ( /,2) (_/ ) 3 (2) Approved List Laminar Flow (3) Approved Products Uniform, coarse 0 .5 (4) Materials and Equipment SAND 2 ( ) (1/, ) 0 .6 0 .4 (5) GeosyntheticsforHighway Uniform, medium 0 .5 0 .25 0 .3 0 . 1 Construction , SAND well- (6) Gcotcxtiles Clean, graded 10 0.05 0.1 0.01 SAND & GRAVEL , Uniform, fine In subsection 712.08, delete Table ' Spy 0 .25 0 . 05 0 . 06 40 x 104 i 712-2 and replace with the well-graded, following silty 5 0. 01 0.02 4 x 10-4 Table 712-2 SAND & GRAVEL TYPICAL VALUES OF Silty SAND 2 0 .005 0. 01 1 . 0 x _0"' PERMEABILITY Uniform SILT 0. 05 0 .005 0.006 0 . 5 x 10-' COEFFICIENTS1 ( Sandy CLAY I 1. 0 0 . 001 0.002 0. 05 x iC- I 0. 01 x 10 Silty CLAY 0.05 0 .001 0 .0015 CLAY (30t 0 . 001 x 0 . 05 0 . 0005 0 . 0008 502 clay sizes) l0-' Collodal CLAY 0 .01 10 40 10 -� (-2 m 50%) Weld County Post Flood - Basic Soils Engineering, R.K. Hough, 2nd Edition, Emergency Repair Ronald Bess Co. ; 1969, Page 76 . Project No. EM-BR15/2A, EM- Note: Since the permeability coefficient of the soil BR4/15A, EM-BR17/4A, EM- will be unknown in most non-critical, non-severe BR19/4B,EM-BR21/6A, EM- I applications for erosion control and drainage, the soil-permeability coefficients 1_- sted in Table 712-2 may be used as a guide for comparing toe permeability coefficient of the fabric with that of the in-place soil F BR23/6C,EM-BR8/21A, EM-BR23/8A, and EM-BR23/14A. UTILITIES The known utilities are shown on the Contract Drawings. However, additional unknown utilities may exist within the project limits, and the location of known utilities is estimated and the accurracy of shown utility locations is not guaranteed. Utilities Locating The Contractor shall comply with Article 1.5 of Title 9 CRS ("Excavation Requirements")when excavating or grading is planned in the area of underground facilities. The Contractor shall notify all affected utilities at least two (2)business days,not including the actual day of notice,prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado(UNCC)at 1-800-922-1987 or 811,to have locations of UNCC registered utilities marked by member companies. All other underground facilities shall be located by contacting the respective owner. Utility service laterals shall also be located prior to beginning excavation or grading. 15P Oversight/NHS ,, t 1 "_ FHWA FULL OVERSIGHT? •NO O YES • wg6y-� \ rim NATIONAL HIGHWAY SYSTEM? •NO O YES �II / i G O U N T Y STRUCTURE TABLE SITE BRIDGE NO. BRIDGE NO. 1 EM-BR15/2A WEL015.0-002.0A PROJECT NO. RFP#1300201 2 EM-BR4/15A WEL004.0-015.0A 3 EM-BR17/4A WEL017.0-004.0A BRIDGE REPAIRS 4 EM-BR19/4B WEL0 .0-004.0 WELD COUNTY FLOOD RECOVERY - 5 EM-BR21/6A WEL02121.0-006.0A C EM DR_' WEL023.0-006.0O/6 WELo23.0 00 .0 7 EM-BR23/6C BIG AND LITTLE DRY CREEK CORRIDORS 8 EM-BR8/21A WEL008.0-021.0A WELD COUNTY, COLORADO 9 EM-BR23/8A WEL023.0-008.0A 10 EM-BR23/14A WEL023.0-014.0A LEGEND INDEX OF SHEETS CABLE TV BOX \ NORTH { / SHEET NO. SUBSET SHEETS DESCRIPTION GROUND SHOT tY 1 T-1 TITLE SHEET INVERT WCR 14 1/2 / 5-13 GR 1 TO GR-9 GRADING PLANS DETAILS ❑w METER-WATER �) SIGN \G� 4G TREE e,evO<' WCR 14 ADO INTERMEDIATE CONTOUR JTE 10 �/ INDEX CONTOUR HWY 52/MINERAL RD CORRUGATED METAL PIPE c EDGE-ASPHALT ROAD WCR 12 3 EIcsE -O ELECTRICAL TRANSFORMER � `o re, w FENCE (.761 >>2 FLOWLINE OF ARROYO,CULVER,DITCH • U a GUARDRAIL 3 3 CO G LINE-GAS LINE ' WCR 10 z TV - LINE-UNDERGROUND CABLE TV -6:;E LINE-UNDERGROUND ELECTRIC f° r' r LINE-UNKNOWN CO U U ` SITE p w -`/ - LINE-WATER 3 3 3 SITE 8 44---(GE POWER POLE WCR 8 WCR 8 REINFORCED CONCRETE PIPE ' * SI I E 5 ' RIPRAP • UNKNOWN-PIPE SITF�4 SITE 7 UNKNOWN-POINT SITE 6 WINGWALL WCR 6 (ci.) SECTION CORNER SECTION LINE C.-) RIGHT-OF-WAY SITE 3 yi 0 C �no EASEMENT . 3 c ASPHALT ROADWAY arr �CR 4 /\(t, GRAVEL ROADWAY SITE 2 v-P,k , .91.144.21 PROPOSED RIPRAP Uhl I r F SF X-X-x-X-X-X-X-X-X-X-• PROPOSED SILT FENCE WCF 2/E BASELINE RD , / ® PROPOSED SEDIMENT CONTROL LOG SOUTH ' \ RS ® PROPOSED ROCK SOCK Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 2014032oTtle.dwg _ <_1861..<::: BIG AND LITTLE DRY CREEK CORRIDORS z Date Comments Initials `-' '5/ 1 � No Revisions: TITLE SHEET 20140320 Horizontal Scale: N.A. Vertical Scale: N.A. 0 1 ,I ®� �j:`J i�l Jil �� Revised: Designer: MAW Structure ��¢� � Huston O - c o u N T Y Detailer: BDW Numbers is Void: Subset: TITLE Sheets: T-1 of 1 Sheet Number 1 SC-5 Rock Sock (RS) Rock Sock (RS) SC-5 SS ROCK SOCK MAINTENANCE NOTES 1 " (MINUS) CRUSHED ROCK ENCLOSED IN WIRE MESH 1)4' (MINUS) CRUSHED ROCK 1. INSPECT BMPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION. ENCLOSED IN WIRE MESH MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPs AS SOON AS WIRE TIE ENDS POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE EROSION, AND PERFORM NECESSARY MAINTENANCE. 2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN BMPs IN EFFECTIVE OPERATING CONDITION. INSPECTIONS AND CORRECTIVE MEASURES SHOULD BE DOCUMENTED THOROUGHLY. 4 TO 6" MAX AT 3. WHERE BMPs HAVE FAILED, REPAIR OR REPLACEMENT SHOULD BE INITIATED UPON GROUND SURFACE CURBS, OTHERWISE 0 ON BEDROCK OR DISCOVERY OF THE FAILURE. 111 HARD SURFACE, 2" 6 10" DEPENDING IN SOIL ON EXPECTED 4. ROCK SOCKS SHALL BE REPLACED IF THEY BECOME HEAVILY SOILED, OR DAMAGED SEDIMENT LOADS BEYOND REPAIR. ROCK SOCK SECTION ROCK SOCK PLAN 5. SEDIMENT ACCUMULATED UPSTREAM OF ROCK SOCKS SHALL BE REMOVED AS NEEDED TO MAINTAIN FUNCTIONALITY OF THE BMP, TYPICALLY WHEN DEPTH OF ACCUMULATED SEDIMENTS IS APPROXIMATELY ) OF THE HEIGHT OF THE ROCK SOCK. ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE 6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS AMOUNT OF iY" (MINUS) CRUSHED ROCK AND WRAPPED STABILIZED AND APPROVED BY THE LOCAL JURISDICTION. WITH ADDITIONAL WIRE MESH SECURED TO ENDS OF ROCK ROCK SOCK, REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS TYP 1 BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND T. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL DE COVERED WITH 12" 12" ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE TOPSOIL, SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL JURISDICTION. OVERLAPPED (TYPICALLY 12-INCH OVERLAP) TO AVOID GAPS. (DETAIL ADAPTED FROM TOWN OF PARKER, COLORADO AND CITY OF AURORA, COLORADO, NOT AVAUeIC Iry AUTOCAD) l GRADATION TABLE NOTE: MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS. CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN SIEVE SIZE MASS PERCENT PASSING DIFFERENCES ARE NOTED. SQUARE MESH SIEVES ROCK SOCK JOINTING NO. 4 NOTE: THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NDORSES 2 100 NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS; HOWEVER. IN THE EVENT th' 90 - 100 PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST 1" 20 - 55 BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN 0 - 15 IN THE MANUFACTURER'S DETAILS. 0 - 5 ROCK SOCK INSTALLATION NOTES MATCHES SPECIFICATIONS FOR NO, 4 COARSE AGGREGATE FOR CONCRETE 1. SEE PLAN VIEW FOR: PER AASHTO M43 ALL ROCK SHALL BE -LOCATION(S) OF ROCK SOCKS. FRACTURED FACE, ALL SIDES. 2. CRUSHED ROCK SHALL BE lY" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES) AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (1)¢" MINUS). 3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A MAXIMUM OPENING OF Y/2", RECOMMENDED MINIMUM ROLL WIDTH OF 4B" 4. WIRE MESH SHALL BE SECURED USING "HOG RINGS" OR WIRE TIES AT 6" CENTERS ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS. 5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE MESH FOR THE ROCK ENCLOSURE. RS-1 . ROCK SOCK PERIMETER CONTROL „ Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 2014D32ODetailOTdwg <_.[861.,::: BIG AND LITTLE DRY CREEK CORRIDORS w Date Comments Initials s .. k.,,\, No Revisions: CONSTRUCTION DETAILS 1 OF 3 20140320 0 Horizontal Scale: NA Vertical Scale: NA �p 1�)1�� Hi � ®®®��� //'`J i�i Jil ti Revised: Designer: MAW Structure Bohannan s Huston 0 COUNTY Detailer: AJL Numbers Void: Subset: GRADING DETAILS Sheets: GD-1 of 3 Sheet Number 2 A A • ..\,, . .„(\ /. . „: \ti 6', / SEDIMENTATION LOG-12'MIN.DIAMETER Y \ MUM) `�\i; 'i \ �Ir USE A STAKE EVERY 24"AT ALTERNATE 90 DEGREE �\ ' ORIENTATION THROUGHOUT THE SEDIMENTATION LOG. i') %Vii3 � SILT FENCE i\\ ' 01/4 USE TWO STAKES it2'xi 1@"x SUFFCIENT LENGHT TOr.�i/0///44 i.rig?� %r! 7/\ d EMBET AT LEAST 12"INTO SOIL AT EACH END OF LOG it �$, �4,, TAKE AT 90 DEG. F�. TO EACH OTHER 'J" Z / WETLANDS OR FEATURESc�°.. r` P REQUIRING PROTECTION /II y \N //////' ,, \ \\ ° \A`" SILT FENCE INSTALLATION -NTS- SECTION A-A SEDIMENT CONTROL LOG INSTALLATION NOTES FABRIC R 1.SEE PLAN VIEW FOR: POST ANCHORED TO FABRIC ED IN TRENCH) (ANCHORED IN TRENCH) -LOCATION AND LENGTH OF SEDIMENT CONTROL LOG. 2.SEDIMENT CONTROL LOGS INDICATED ON INITIAL SWMP PLAN SHALL BE INSTALLED PRIOR TO ANY LAND-DISTURBING ACTIVITIES. 4"x4"TRENCH 3.SEDIMENT CONTROL LOGS SHALL CONSIST OF STRAW,COMPOST,EXCELSIOR,OR COCONUT FIBER. 4.NOT FOR USE IN CONCENTRATED FLOW AREAS. COMPACTED BACKFILL 5.THE SEDIMENT CONTROL LOG SHALL BE TRENCHED INTO THE GROUND A MINIMUM OF 2". NOTE: EROSION CONTROL MEASURES FLOW SEDIMENT CONTROL LOG MAINTENANCE NOTES SHALL BE MAINTAINED UNTIL LANDSCAPING IS COMPLETED, 1.THE SWMP MANAGER SHALL INSPECT SEDIMENT CONTROL LOGS DAILY,DURING AND AFTER ANY STORM EVENT AND OR AS DIRECTED BY LOCAL 1/2H MAKE REPAIRS OR CLEAN OUT UPSTREAM SEDIMENT AS NECESSARY. JURISDICTION (12" MIN) 2.SEDIMENT ACCUMULATED UPSTREAM OF SEDIMENT CONTROL LOGS SHALL BE REMOVED WHEN THE UPSTREAM SEDIMENT DEPTH IS WITHIN THE HEIGHT OF THE CREST OF LOG. SECTION 3.SEDIMENT CONTROL LOG SHALL BE REMOVED AT THE END OF CONSTRUCTION.IF ANY DISTURBED AREA EXISTS AFTER -NTS- REMOVAL,IT SHALL BE COVERED WITH TOP SOIL DRILL SEEDED AND CRIMP MULCHED OR OTHERWISE STABILIZED IN A MANNER APPROVED BY THE LOCAL JURISDICTION. DETAILS PROVIDED TO DISTRICT BY THE CITY OF BROOMFIELD,COLORADO DETAIL BASED ON DETAILS PROVIDED BY DOUGLAS COUNTY AND CDOT UdN1n Drainage and Figure C5-8 Figure DRAINAGE AND Figure C5-10 Flood Control District SEDIMENT CONTROL LOG FLOOD CONTROL DISTRICT SILT FENCE EROSION BARRIER Drainage Criteria Manual (V.3) DRAINAGE CRITERIA MANUAL(V.3) Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 2o14O32ODetailo2.dwg 'ae_r `= BIG AND LITTLE DRY CREEK CORRIDORS z al Date Comments Initials s No Revisions: CONSTRUCTION DETAILS 2 OF 3 20140320 ' Horizontal Scale: NA Vertical Scale: NA ,�11�iI.!.0I I ®®®��� / `J �� Revised: Designer: MAW Structure Boh n s H® s ® 0 00 u N T v Detailer: AJL Numbers Void: Subset: GRADING DETAILS Sheets: GD-2 of 3 Sheet Number 3 1. PLACE TYPE H (d50=18") SOIL RIPRAP PER DETAIL WITHIN THE RIGHT-OF-WAY (R.O.W.) AS SPECIFIED IN THE PLAN FOR EACH SITE. IF SITE CONTAINS PREVIOUSLY DUMPED CONCRETE RUBBLE IN AREAS SPECIFIED FOR RIPRAP PLACEMENT, REMOVE RUBBLE- LAY GEOTEXTILE - AND MIX RUBBLE INTO COMPACTED, SOIL RIPRAP PLACEMENT. VEGETATED FILL NOTES: 2. CHANNEL EMBANKMENT SLOPES SHALL WALL THICKNESS BE GRADED TO TIE INTO EX ABUTMENTS FROM TABLE"A" Horizontal bars may be tack welded to AND DRESSED PER GENERAL NOTE #1 ON Varies piling to support reinforcing steel. 3 THE PLAN FOR EACH SITE. r e" '0' A a" to 1 " A Concrete must be thoroughly vibrated I_-_-_-_-. a" I to flow against sheet piling and around piling. dS�S - - - Reinforcing steel may be field bent and Bridge Decking cut for fabrication. r " ILJI •_ ^ «° , I f-1 All reinforcing steel shall be 3" clear L. O E of concrete faces. MATCH EX SLOPE NOT ' -, e '1being Bridge Stringer Face of Conc. Pile CapPiers encased shall have rounded STEEPER THAN 2.5H:1V �•I terminations to decrease flow resistance. 3" Clearance (typ.) g• 1 / o Encasement Sheet Piling Pile Cap SOIL RIPRAP v ri 6 OZ.NON-WOVEN � ,I LJ Driven Piling GEOTEXTILE PER E •i IJr7I ! Sheet Piling o 1 (Backwoll) .. : PASHTO M-288 .' . ¢ #4 0 1B" 1 3.0'MIN. < 18" Lap (typ.) .,..< e Each Way \� 1 EX OR PROP eve" v' l i a Driven Piling CHANNEL BED o mk, /. ' E Face of Conc I� 1 -11� X11-1r . I `\ 3 P Encasement 1 r, ) Low Point v_ • \\.,�\ Under Bridge x o • ( J. Original Grade / /> d1 i Finished Grade h q 1 3.0'MIN. Io • #4 O 18" Each Way � • ` ;\• \..,\X'i N. 24"+ j 1 back` Excavation and ketch l vary. u I WALL THICKNESS o�i \ 3' Clearance (typ.) See Inspection sketch for e ar ]a Y� each bridge. FROM TABLE"A" RIPRAP CHANNEL BANK LINING INCL. TOE PROTECTION DETAIL s: Varies NOT TO SCALE 4� 8" to 10" SECTION A-A PLAN VIEW SOIL RIPRAP INSTALLATION NOTES (ADAPTED FROM UDFCD ) `I\ Excluding bridge stringers and decking,(shown from pile cap down) 1.ADJACENT STOCKPILES OF RIPRAP AND SOIL SHALL BE CREATED AND MIXING DONE AT THE STOCKPILE LOCATION,NOT AT THE LOCATION WHERE SOIL RIPRAP IS TO BE PLACED. 2.MIX THIRTY-FIVE PERCENT(35%)SOIL BY VOLUME WITH STOCKPILED RIPRAP,USING ADDITIONAL MOISTURE AND CONTROL PROCEDURES THAT ENSURE A HOMOGENOUS MIXTURE;WHERE THE SOIL FILLS THE INHERENT VOIDS IN THE RIPRAP WITHOUT TABLE "A" DISPLACING RIPRAP. SITE BRIDGE NO. BRIDGE NO. ABUT.LENGTH NE WINGWALL SE WINGWALL NW WINGWALL SW WINGWALL WALL HEIGHT WALL 3.PLACE A FIRST LAYER OF SMALLER SOIL RIPRAP OF APPROXIMATE d50 THICKNESS.THEN (FT) (FT) (FT) (FT) (FT) (FT) THICKNESS(IN) PLACE THE TOP LAYER WITH SURFACE ROCKS THAT ARE LARGELY d50 OR GREATER, FILLING VOIDS AS NECESSARY WITH SMALLER PLANTED RIPRAP. 4 EM-BR19/4B WEL019.0-004.08 35.00 10.09 10.92 14.50 9.84 12.00 17.50 4.THE MIXTURE SHALL BE CONSOLIDATED BY LARGE VIBRATORY EQUIPMENT OR BACKHOE BUCKET TO CREATE A TIGHT,DENSE INTERLOCKING MASS. 5.THE SOIL SHALL BE FURTHER WETTED TO ENCOURAGE VOID FILLING WITH SOIL. TYPICAL FACING DETAILS NOT TO SCALE 6,ANY LARGE VOIDS SHALL BE FILLED WITH ROCK AND SMALL VOIDS FILLED WITH SOIL. 7.EXCESSIVELY THICK ZONES OF SOIL PRONE TO WASHING AWAY SHALL NOT BE CREATED (FOR EXAMPLE,NO THICKNESSES GREATER THAN SIX(6)INCHES). 8.FOR BURIED SOIL RIPRAP,THE TOP SURFACE SHALL BE COVERED WITH FOUR(4)INCHES OF TOPSOIL SUCH THAT NO ROCK POINTS ARE PROTRUDING. 9.THE FINAL SURFACE SHALL BE THOROUGHLY WETTED FOR GOOD COMPACTION, SMOOTHED AND COMPACTED BY VIBRATING EQUIPMENT;THE SURFACE SHALL THEN BE HAND RAKED TO RECEIVE PLANTING OR SEEDING. „ Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320Detail03.dwg ,:..1861.::: BIG AND LITTLE DRY CREEK CORRIDORS w Date Comments Initials sNo Revisions: CONSTRUCTION DETAILS 3 OF 3 20140320 0Horizontal Scale: NA Vertical Scale: NA ��11�/��� �l ®®®��� (j `J �l •/ Revised: Designer: MAW Structure Boh n s H® s ® 0 c O u N T v Detailer: AJL Numbers Void: Subset: GRADING DETAILS Sheets: GD-3 of 3 Sheet Number 4 • • wELDGOUNTY^ Ys- alL•`ra - ROAD Ar 10+00 5040 504010+00OFFSET0.00 -- .- 7.-- I; I/ VICINITY MAP 5030 5030 GENERAL NOTES N.T.S. 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC / MULCHING. 5020 5020 • 60.00' I EX PRESCRIPTIVE CHANNEL 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. R.O.W. 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE REMOVE&REPLACE 5010 5010 TRAFFIC CONTROL. 1 EX TEMP.RIPRAP; -40 -30 -20 -10 0 10 20 30 40 I �p O I DRESS SLOPE 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND VI y O \ 10+31 DISPOSAL FROM THE PROJECT SITE. I C. w Z �I ) 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND 4441 \ 5040 5040 DISPOSAL FROM THE PROJECT SITE. STA.10+31 I I EX BRIDGE SF o (I *6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD N=246942.25 \ o COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED E=162198.49 STA.10+62 *EX CHANNEL MEETS 5030 - 5030 MAY 21,2012. / i� " N=246956.68 c \ PRE-FLOOD GEOMETRY; r E=162225.22 I 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING CHANNEL GRADING REMOVE&REPLACE �`. 1t NOT REQUIRED r EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME EX TEMP.RIPRAP; t BIG DRY CREEK 5020 J 5020 STRUCTURE IN CREEK. DRESS SLOPE w�i.,. �� t CENTERLINE 10+31 EX t / � ALIGNMENT OFFSET=0.00 CHANNEL 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE STA.10+00 r1 rr I: (I REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. N=246927.15 r1 t, TEMP.CONSTRUCTION 5010 5010 BENCHMARK �($F E=162171.49 t t EASEMENT -40 -30 -20 -10 0 10 20 30 40 NGS STATION R 260(PID LL0168) I - Ili `,{\ PROP RIPRAP 10+62 A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK B/G BANK PROTECTION 67$03(' 35 ' 67$7,21 0$5. ,6 21 6287+ 6,'( 2) '4 ��1'C \ I! 5040 5040 WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, G .."1‘ HEED o \ 10+62 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET o I SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A in OFFSET=o.00 • 25.00• (; (/ WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST 5030 5030 WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. ELEVATION=4952.19(NAVD 88 DATUM) REMOVE&REPLACE \ EX TEMP.RIPRAP; 5020 \-- EX• • 5020 DRESS SLOPE • s(d1C). •• CHANNEL • TEMP.CONSTRUCTION 5010 5010 EASEMENT -40 -30 -20 -10 0 10 20 30 40 40 20 0 40 ` z5.oa• BIG DRY CREEK CROSS SECTIONS � CHORZ.SCALE:1"=40' 1"=40' VERT.EXAG.:2 VERT.SCALE:1"=20' 811 IP Know what's below. Call before you dig. Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP01.dwg <_1861..<::: BIG AND LITTLE DRY CREEK CORRIDORS z Date Comments Initials � No Revisions: 20140320 ' Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN O ) 1�/1�/�/1 'I SITE 1 -GRADING PLAN Designer: MAW Structure EM-BR15/2A ®- SSS,,, �%\ _��� Revised: 001-01 Boh n an _ uston o o o U N T Y Detailer: AJL Numbers WEL015.0-002.0A i Ba Void: Subset: GRADING Sheets: GR-1 of 9 Sheet Number 5 20+00 1 5030 5030 WEL-D-COUNTY 1a� .. A!}c'' `ROAD - .,.'M-. 20+00 j� i OFFSET=0.00 SJv -� =�7� ( (I 5020 YEli p /i- . -)LIMITS PROJECT 0< 5020 TEMP.CONSTRUCTION PROP RIPRAP2. EASEMENT BANK PROTECTION 3 n (TYP) 4- •::. d- solo Lsolo VICINITY MAP EX GENERAL NOTES N.T.S. CHANNEL 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH 150.00' 0 5000 5000 TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC STA.20+60 -- - —___ -40 -30 -20 -10 0 10 20 30 40 MULCHING. N=249165.33 E=165831.31 \ a 20+30 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. N 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE \ 5030 5030 TRAFFIC CONTROL. S s SF _ Ni c EX BRIDGE 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND u-. c f ,) ,.e-r---- '\ —o\ (I DISPOSAL FROM THE PROJECT SITE. STA.20+30 - N. N=249135.18 1, r \ c 5020 5020 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND E=165830.28 �`\ I o a 'EX CHANNEL MEETS — _I WELD COUNTY o m • \ PRE-FLOOD GEOMETRY; DISPOSAL FROM THE PROJECT SITE. BIG DRY CREE� i ROAD 4 e y rc O N CHANNEL GRADING CENTERLINE !� — NOT REQUIRED —! '6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD ��I $(; a 5010 I 5010 COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED ALIGNMENT \ 20+30/ L OFFSET=0.00 EX MAY 21,2012. AL- ° " CHANNEL SF S u --a\ \ (' (/ 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING 5000 5000 EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME -40 -30 -20 -10 0 10 20 30 40 STRUCTURE IN CREEK. STA.20+00 ,R N=249105.36 r 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE E=165833.61 20+60 REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. BENCHMARK 150.00' 5030 5030 �1" / 20+60 NGS STATION R 260(PID LL0168) V4- TEMP.CONSTRUCTION OFFSET=0.00 A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK A. EASEMENT (' (/ 67$03(' 35 ' 67$7,21 0$5. ,6 21 6287+ 6,'( 2) OQ� 5020 5020 WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, O 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET 47 SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST 5010 5010 WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. EX CHANNEL ELEVATION=4952.19(NAVD 88 DATUM) 5000 5000 N -40 -30 -20 -10 0 10 20 30 40 BIG DRY CREEK CROSS SECTIONSd(ell't'ill;). HORZ.SCALE:1"=40' VERT.EXAG.:2 40 20 0 40 VERT.SCALE:1"=20' 1"=40' 811 . ir Know what's below. Call before you dig. Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP02.dwg <_1861..<::: BIG AND LITTLE DRY CREEK CORRIDORS z al Date Comments Initials 5 r"� No Revisions: 20140320 O z Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN ) 1�' ti 'I I SITE 2 -GRADING PLAN Designer: MAW Structure EM-BR4/15A )/ J� Revised: 002-01 Bohannan — Hustont o C O U N T Y Retailer: AA_ Numbers WEL004.0-015.0A a Void: Subset: GRADING Sheets: GR-2 of 9 Sheet Number 6 STA.30+30 I I Z ,, r.- N=249747.85 30+00 0 0 - _*,t E=167537.21 0 5020 5020 - w f )y 30+00 3 60.00' l OFFSET=0.00 ! i PRESCRIPTIVE ( (/ �� REMOVE&REPLACE R.O.W. Z REMOVE&REPLACE 5010 5010 PROJECT .; EX TEMP.RIPRAP; EX TEMP.RIPRAP; +_._„• LIMITS DRESS SLOPE DRESS SLOPE ` -- -ROAD-4 .}4. STA.30+00 STA.30+60 5000 I 5000 - -7,/, loofa N=249745.84 L MATCH EX N=249753.59 SF E=167567.87 CHANNEL ELEV. GENERAL NOTES N=249753.59 VICINITY E=167507.77 SF N.T.S. 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH • 4990 4990 TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC CREEK MATCH EX CHANNEL �0 -30 -20 -10 0 10 20 30 40 MULCHING. BIG DRY o - o ELEV.AT R.O.W. �. oj _..1n LINE 30+30 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. MATCH EX CHANNEL - L 5020 5020 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE ELEV.AT R.O.W. EX BRIDGE TRAFFIC CONTROL. LINESC �-- *PROP DEPTH (/ OFROM BOTTOM' SF 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND 'CON IMENT TO TO REMOVE D SF REMOVE&REPLACE OF GIRDER=6.5'SEDIMENT TO PRE-FLOOD IEX TEMP.RIPRAP; 5010 5010 DISPOSAL FROM THE PROJECT SITE. CONDITIONS(SEE SECTIONS I DRESS SLOPETHIS SHEET) 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND • =,-\_, BIG D Y CREEK TEMP.CONSTRUCTION DISPOSAL FROM THE PROJECT SITE. O v CENT RLINE �(�PROP REMOVE&REPLACE O 4 EASEMENT 5000 JJ 5000 '6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD EX TEMP.RIPRAP; ALIGN ENT EX CHANNEL DRESS SLOPE w CHANNEL 30+30 EL=5002.47 COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED OFFSET=0.01 MAY 21,2012. TEMP.CONSTRUCTION 1 4990 (' (/ 4990 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING EASEMENT - -40 -30 -20 -10 0 10 20 30 40 EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME 25.00 -{ 25.00 -1 STRUCTURE IN CREEK. 30+60 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. I I 5020 5020 BENCHMARK 30+60 OFFSET=0.00 NGS STATION R 260(PID LL0168) (; (/ 5010 5010 A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK 67$03(' 35 ' 67$7,21 0$5. ,6 21 6287+ 6,'( 2) WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, 0 3,47. 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET o + + 5000 5000 SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A m n WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST n n MATCH EX WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. H y CHANNEL ELEV. a r a co v 4990 4990 ELEVATION=4952.19(NAVD 88 DATUM) w• H < oi PROFILE VIEW:BIG DRY CREEK CENTERLINE -40 -30 -20 -10 0 10 20 30 40 m vo ro oi F) ALG:SITE 3-CHANNEL N w n w ii HORZ.SCALE:1"=40' G > 0 w VERT.EXAG.:8 re m cc _, VERT.SCALE:1"=5' BIG DRY CREEK CROSS SECTIONS (9 w (9 w s(d1C). 5005 5005 HORZ.SCALE:1"=40' _ r PROP CHANNEL VERT.EXAG.:2 m / FLOWLINE VERT.SCALE:1"=20' 40 20 0 40 cri 3 BIG DRY CREEK CENTERLINE J \- EX CHANNEL 1"=40' 30+30 JJ FLOWLINE 5000 5002.47 5000 N. o 811 . a v M 0 0 0 c, IP N N N N 29+50 30+00 31+00 31+50 Station Know what's below. Call before you dig. „ Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP03.dwg iae_r = BIG AND LITTLE DRY CREEK CORRIDORS z I Date Comments Initials 5 �.� No Revisions: 20140320 'pi', Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN 0 ) 1�1 tj 'I I SITE 3 -GRADING PLAN Designer: MAW Structure EM-BR17/4A B ®� SSS,,, �jA! J� Revised: 003-01 oh n ston ° c O U^'T Y Detailer: AJL Numbers WEL017.0-004.OA Ba Void: Subset: GRADING Sheets: GR-3 of 9 Sheet Number 7 ° 4 : vatic 40+00 "• �r .. 4990 4990 ' •WELDCODNTY^ Ya alL `r ROAD4 40+00 I • OFFSET=0.00 u, (; (/ 4980 49801 �0 " "•-y -:F., G w� •\ - a cC 4970 4970 - - ,yis MATCH EX VICINITY MAP U I CHANNEL GENERAL NOTES N.T.S. ELEV. 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH REMOVE 8 REPLACE 4960 4960 TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC EX TEMP.RIPRAP; I \ I -40 -30 -20 -10 0 10 20 30 40 MULCHING. DRESS SLOPE 'CONTRACTOR TO REMOVE 40+31 63.00' 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. STA.40+31 -- PRESCRIPTIVE n - I SEDIMENT TO PRE-FLOOD N=254274.28 I R.O.W. CONDITIONS(SEE SECTIONS THIS SHEET) 4990 4990 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE E=172759.72 I EX BRIDGE-\ TRAFFIC CONTROL. 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND STA.40+00 a $F I SF I 4980 4980 DISPOSAL FROM THE PROJECT SITE. N=254268.30 I STA.40+61 X c #-�'1 'PROP DEPTH HANNEL E=172729.79 1 N=254272.34 FROM RESPONSIBLE PROJECT FOR DEBRIS REMOVAL AND RS FROM BOTTOM - MATCH EX CHANNEL r` ' ' - E=172789.74 ri ROP DISPOSAL FROM THE PROJECT SITE. OF GIRDER=7.8' EDIMENT ELEV.AT R.O.W. 4970 REMOVAL 4970 '6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD • MATCH EX CHANNEL LINE 40+31� J COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED __� _ a ELEV.AT R.O.W. OFFSET=0.00 PROP TEMP.CONSTRUCTION F.REEK - ! n LINE (: (/ CHANNEL MAY 21,2012. EASEMENT BIG DRY r n 4960 EL=4973.09 4960 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING �, -40 -30 -20 -10 0 10 20 30 40 EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME a �'RS - BIG DRY CREEK STRUCTURE IN CREEK. !l CENTERLINE 40+61 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE PROP RIPRAP I I SF �4 REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. >BANK PROTECTION - (TYP) j m I ALIGNMENT a 4990 40+61 4990 BENCHMARK O Q OFFSET=0.00 NGS STATION R 260(PID LL0168) O O / TEMP.CONSTRUCTION (I (/ w re 4980 4880 A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK a n EASEMENT67$03(' 35 67$7,21 0$5. ,6 21 6287+ 6,'( 2) c WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, +0 n m 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET ao c + SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A n a v 4970 4970 WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST F H II n N MATCH EX WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. - CHANNEL C ' >: m Y CI ELEV. ELEVATION=4952.19(NAVD 88 DATUM) WINGWALL NOTE m w ca 4960 4960 W a m a m e PROFILE VIEW:BIG DRY CREEK CENTERLINE -00 -30 -20 -10 0 10 20 30 40 N ALL WINGWALLS AND ABUTMENTS TO BE 0 > w ii w n ALG:SITE 4-CHANNEL REPLACED PER"TYPICAL FACING DETAILS"ON < 4 > 0 > HORZ.SCALE:1"=40• SHEET GD-3. 0 Ill Ce w re w VERT.EXAG.:8 EX CHANNELs( VERT.SCALE:1••=s• BIG DRY CREEK CROSS SECTIONS d1C). 4975 FLOWLINE 4975 HORZ.SCALE:1"=40' VERT.EXAG.:2 VERT.SCALE:1"=20' 40 20 0 40 n S''•2.62 S=0.0U% _070 d+ _ PROP CHANNEL _ 1"=40' O FLOWLINE 7 4970 4970 811 v e v o n .n n CI a, I- I.- F- n a a a ntIP 39+50 40+00 41+00 41+50 Know what's below. Station Call before you dig. Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP04.dwg <l861..<:::` BIG AND LITTLE DRY CREEK CORRIDORS w Date Comments Initials 5 �.� No Revisions: 20140320 z Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN 0 ) 1�1 tj 'I I SITE 4 -GRADING PLAN Designer: MAW Structure EM-BR19/4B -V! J� Revised: 004-01 Bohannan Hustont O COUNTY Detailer: AJL Numbers WEL019.0-004.0B Ba Void: Subset: GRADING Sheets: GR-4 of 9 Sheet Number 8 a y STA.50+45 • N=257210.73 PRESCRIPTIVE - -.-7 777-----E= .t E=178019.05 R.O.W. TEMP.CONSTRUCTION 50+00 . EASEMENT - i 4970 4970 =cm 11 xSF 50+00 COO '"s zrT REMOVE&REPLACE i OFFSET=0.00 w re ;.15-RQJECT • STA.50+76 EX TEMP.RIPRAP; '� N=257220.28 (' (/ DRESS SLOPE E=178048.97 4960 4960 LIMI �3 f 1 "''•fa' Off MATCH EX CHANNEL A. *^~h,^�d•s. ---- 14..."1‘ *CONTRACTOR TO REMOVE SF ELEV.AT R.O.W.SEDIMENTTOPRE-FLOOD - ;� Rs � o LINE 4950 4950 VICINITY MAP CONDITIONS(SEE SECTIONS MATCH EX GENERAL NOTES NSS. THIS SHEET) CHANNEL 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH 32.7 i - \ ELEV. TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC BIG DRY CREEK 4940 4940 MULCHING. / CENTERLINE -40 -30 -20 -10 0 10 20 30 40 STA. 89.31 ALIGNMENT 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. �+ 50+45 N=257180.24 / 3; 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE E=177989.31 RS •I TRAFFIC CONTROL. PROP RIPRAP 4970 4970 v y- ; F " BANK PROTECTION EX BRIDGE PROP MATCH EX CHANNEL +0 * z, , F (TYP) P 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND MENT ELEV.AT R.O.W. a AGQ SF I iT U o d REMOVAL SEDI DISPOSAL FROM THE PROJECT SITE. L �OO� p 4960 4960 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND P i_y� (LN - *PROP DEPTH EX DISPOSAL FROM THE PROJECT SITE. $ 25.00' — FROM BOTTOM ni mC:. CHANNEL Stamped FS 24672 OF GIRDER=9.4• '6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD P25Eisrssis // 4950 CHANNEL 4950 COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED f 1 'r'- 50+45 MAY 21,2012. OFFSET=0.00 EL=4953.22 (; (I 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING 4940 4940 EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME a -40 -30 -20 -10 0 10 20 30 40 STRUCTURE IN CREEK. N Co 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE TEMP.CONSTRUCTION 50+76 REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. EASEMENT BENCHMARK 4970 4970 50+76 NGS STATION R 260(PID LL0168) OFFSET=0.00 (; (/ A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK 67$03(' 35 ' 67$7,21 0$5. ,6 21 6287+ 6,'( 2) 4960 4960 - WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, (-25.00• -i 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A oo e03 tol I WITNESS POST,DISK IS SET IN THE TOP OF A CONCRETE POST n n O 4950 L 4950 WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. n n n MATCH EX I- I- r CHANNEL ELEVATION=4952.19(NAVD 88 DATUM) Co Co to ELEV. G co G N R N PROFILE VIEW:BIG DRY CREEK CENTERLINE 4940 4940 N w n w n w r- ALG:SITE 5-CHANNEL -40 -30 -20 -10 0 10 20 30 40 m e m y m y HORZ.SCALE:1••=40• w n w n w n VERT.EXAG.:8 a w 0 a o w a w VERT.scALE:1••=s•( BIG DRY CREEK CROSS SECTIONSs(d1C). t9 w (t9 w c9 w 4955 4955 HORZ.SCALE:1"=40' VERT.EXAG.:2 40 20 0 40 IT 5=-0.14% S=0.00% VERT.SCALE: 1"=20'ri iv -. _ I ` PROP CHANNEL 1"=40' 0 L EX CHANNEL FLOWLINE FLOWLINE 811 . 4950 4950 Co N M N N N M N M 01 a in 01 a invIP 49+50 50+00 51+00 51+50 Know what's below. Station Cali before you dig. „ Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP05.dwg <_1861.::: BIG AND LITTLE DRY CREEK CORRIDORS z al Date Comments Initials 5 �.� No Revisions: 20140320 O z Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN ) 1�' ti t♦I SITE 5 -GRADING PLAN Designer: MAW Structure EM-BR21/6A B ®� ® � SSS,,, �jA! J� Revised: 005-01 oh a s us ® o - c o u N T Y Detwiler: AA_ Numbers WEL021.0-006.0A Ba Void: Subset: GRADING Sheets: GR-5 of 9 Sheet Number 9 IVillitt .LUEINTY / w;.. .;‘,;ROAD 8 _ 70+00 PROJECT £r. . LIMITS 4950 4950 w 70+00 tF vj • , =.. OFFSET=0.00 .j6 i ( (I 4940 4940 / n .} O i V` STA.70+30 N=258860.33 4930 4930 r'i."..i-vi• - E=183280.35 \- EX VICINITY MAP 60.00 CHANNEL GENERAL NOTES N.T.S. F'RESCRiV1 NE REMOVE&REPLACE 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH R.O.W. 4920 4920 TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC EX TEMP.RIPRAP; -40 -30 -20 -10 0 10 20 30 40 DRESS SLOPE MULCHING. 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. 70+30 REMOVE&REPLACE I BIG DRY CREEK 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE EX TEMP.RIPRAP; \ SF CENTERLINE 4950 EX BRIDGE 4950 TRAFFIC CONTROL. DRESS SLOPE SF - r X ALIGNMENT STA.70+00 \ II i (I 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND STA.70+61 N=258856.62 P \ 1" DISPOSAL FROM THE PROJECT SITE. N=258866.61 I E=183250.40 4940 4940 \ RS E=183310.27 —_ 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND \� o *CHANNEL GRADING _ _ o DISPOSAL FROM THE PROJECT SITE. NOT REQUIRED. BIG D -nEI K n -' 4930 / \� 4930 *6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD __ J COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED I RS OFFSET=0.00 CHANNEL MAY 21,2012. � - _ REMOVE&REPLACE REMOVE&REPLACE / II >- III-- EX TEMP.RIPRAP; (; (/ 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING EX TEMP.RIPRAP; I i SF I DRESS SLOPE 4920 4920 EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME DRESS SLOPE I SF ' -40 -30 -20 -10 0 10 20 30 40 o fl p STRUCTURE IN CREEK. I 1 I o o 0: 70+61 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. 3 4950 4950 BENCHMARK 1 I 70+61 NGS STATION R 260(PID LL0168) TEMP.CONSTRUCTION TEMP.CONSTRUCTION 11 / EASEMENT OFFSET=0.00 EASEMENT (; II A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK 25.00' 4940 4940 67$03(' 35 67$7,21 0$5. ,6 21 6287+ 6,'( 2) WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A r 25.00' -1 4930 4930 WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. EX I ' CHANNEL ELEVATION=4952.19(NAVD 88 DATUM) 4920 4920 N -40 -30 -20 -10 0 10 20 30 40 BIG DRY CREEK CROSS SECTIONSs(d1C). HORZ.SCALE:1"=40' VERT.EXAG.:2 40 20 0 40 VERT.SCALE:1"=20' 1"=40' 811 . IP Know what's below. Call before you dig. Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP07.dwg <_1861..<::: BIG AND LITTLE DRY CREEK CORRIDORS z al Date Comments Initials 5 �.� No Revisions: 20140320 'pi', Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN 0 11�11�IF 'II SITE 7 -GRADING PLAN Designer: MAW Structure EM-BR23/6C B ®� ® � SSS,,, / A! � Revised: 007-01 oh a s us ® o - CO u N 1 Y Retailer: AJL Numbers WEL023.0-006.0C Ba Void: Subset: GRADING Sheets: GR-6 of 9 Sheet Number 10 ets++ PF{LJECIR 11. LIB TS a 1< WELOCOUNT_Y �� 'b.-..__ # lj 80+00 ' -e 4950 4950 e80+00 p. OFFSET=0.00 : y CC, (; (/ ' e 4940 4940 sE ` .. STA.80+74 VICINITY MAP N=259777.06 GENERAL NOTES N.T.S. REMOVE&REPLACE E=183081.60 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH EX TEMP.RIPRAP; REMOVE&REPLACE 4930 4930 TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC DRESS SLOPE EX TEMP.RIPRAP; EX MULCHING. DRESS SLOPE CHANNEL STA.80+38 4920 4940 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. N=259747.27 -40 -30 -20 -10 0 10 20 30 40 E=183062.15 150.00' 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE TRAFFIC CONTROL. T- 80+38 0 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND 0 TEMP.CONSTRUCTION a 4950 4950 DISPOSAL FROM THE PROJECT SITE. EASEMENT -_ J_ EX BRIDGE 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND SF} ► ' + o (I DISPOSAL FROM THE PROJECT SITE. / ;4' L S 4940 — 4940 36.PRE—FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD ui *CHANNEL GRADING t COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED P_ ) NOT REQUIRED. MAY 21,2012. 3 WELD COUNTY a z 4930 J 4930 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING mN ROADB - BIG DRY CREEK Ls( g0+38 EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME cc 0 CENTERLINE EX a- OFFSET=0.00 STRUCTURE IN CREEK. _ ALIGNMENT CHANNEL - + -� (; (/ OSF 4920 492p 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE .:: SF -40 -30 -20 -10 0 10 20 30 40 REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. STA.80+00 r/ w BENCHMARK N=259717.52 / o 80+74 NGS STATION R 260(PID LL0168) E=183038.02 g '^ CV orA U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK I 4950 80+74 4950 67$03(' 35 67$7,21 0$5. ,6 21 6287+ 6,'( 2) °1 J- OFFSET=0.00 WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, 150.00' (. (I 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A PROP RIPRAP 4940 4940 WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST BANK PROTECTION WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. (TYP) TEMP.CONSTRUCTION ELEVATION=4952.19(NAVD 88 DATUM) EASEMENT 4930 4930 EX N CHANNEL 4920 4920 s(d1C). -40 -30 -20 -10 0 10 20 30 40 BIG DRY CREEK CROSS SECTIONS 40 20 0 40 HORZ.SCALE:1"=40' --- VERT.EXAG.:2 1"=40' VERT.SCALE:1"=20' 811 . IP Know what's below. Call before you dig. Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP08.dwg <_1861..<:::` BIG AND LITTLE DRY CREEK CORRIDORS z tt I Date Comments Initials 5 �.� No Revisions: 20140320 'pi', Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN 0 ) 1�1 tj 'I SITE 8 -GRADING PLAN Designer: MAW Structure EM-BR8/21A B ®� SSS,,, / )/ J� Revised: 008-01 oh n ston ° o o U N T Y Detailer: AJL Numbers WEL0o8.0-021.0A Ba Void: Subset: GRADING Sheets: GR-7 of 09 Sheet Number 1'I ,_ yy F�OJEL�' I4 RS �* WELOCOUNTY _ kip--ylkt- _ � f '' 90+00 _Are, ':.---_,,4, e . 4950 4950 90+00 VICINITY MAP OFFSET=0.00 GENERAL NOTES NTS. (' (/ 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH 4940 4940 TOPSOIL(WEED-FREE),HYDRAULIC SEEDING AND HYDRAULIC MULCHING. 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. 4930 1 4930 L EX 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE CHANNEL TRAFFIC CONTROL. 4920 4920 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND - -40 -30 -20 -10 0 10 20 30 40 DISPOSAL FROM THE PROJECT SITE. 60.00' - I'RESORIP;AVE 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND STA.90+30 R.O.W. 90+30 DISPOSAL FROM THE PROJECT SITE. N=259919.05 E=183266.45 REMOVE&REPLACE '6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD EX TEMP.RIPRAP; 4950 4950 COUNTY INSPECTION REPORTS COMPLETED BY SEH,DATED DRESS SLOPE EX BRIDGE MAY 21,2012. SF T I SF v I fr SEA.90+61 =83296.40 4940 -I 4940 7.EXISTING STRUCTURE CONTRACTOR CREEK. FLOW MEASUREMENIT FLUME NG AND AVOIDING *EX CHANNEL MEETS REMOVE&REPLACE PRE-FLOOD GEOMETRY; EX TEMP.RIPRAP; RS I ' CHANNEL GRADING DRESS SLOPE BIG DRY CREEK 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE NOT REQUIRED __ _ -- CENTERLINE 4930 / 1 4930 REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. STA.90+00 I - I c ALIGNMENT 90+30J L EX N=259913.63 c K n OFFSET=0.00 CHANNEL BENCHMARK E=183236.51 n CR _ (: (/ NGS STATION R 260(PID LL0168) V°ORH t, 4920 4920 9 etaORSO � -40 -30 -20 -10 0 10 20 30 40 A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK REMOVE&REPLACE 67$03(' 35 67$7,21 0$5. ,6 21 6287+ 6,'( 2) SF r S� EX TEMP.RIPRAP; 90+61 WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, REMOVE&REPLACE Z co I DRESS SLOPE 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET EX TEMP.RIPRAP; p o SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A DRESS SLOPE L' ¢ 4950 4950 WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST TEMP.CONSTRUCTION 90+61 WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. ' o-et EASEMENT ;u OFFSET=0.00 TEMP.CONSTRUCTION (; (/ ELEVATION=4952.19(NAVD 88 DATUM) EASEMENT 4940 4940 N 25.00' -I 4930 1 4930 I— 25.00' I L EX CHANNEL s(d1C). 154 4920 4920 40 20 0 40 I 21I*Imi.im c+ I -40 -30 -20 -10 0 10 20 30 40 23 15155 5147/11051 1454 73 1"=40' BIG DRY CREEK CROSS SECTIONS VERT.SCALE:1"=40' 811 VERT.SCALE: A2 VERT.SCALE:1"=20' IP Know what's below. Call before you dig. Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP09.dwg <_1861..<::: BIG AND LITTLE DRY CREEK CORRIDORS w Date Comments Initials 5 �.� No Revisions: 20140320 O z Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN ) 1� tj 'I I SITE 9 -GRADING PLAN Designer: MAW Structure EM-BR23/8A � ®� / )/ J� Revised:OO9-O1 o¢� aHustonso - 0 0 0 N T Y Detailer: AJL Numbers WEL023.0-008.0A B Void: Subset: GRADING Sheets: GR-8 of 9 Sheet Number 12 >- _ 100+30 =N N=278315.02 155 100+00 +r4 •w�i-. 0.0 E=183025.69 5 -..m�0 N=27577.781 275e:r�i ,--"--._,1 P Icy. :. ..em 75,-t4'1152 4920 4920 �_� _r_\ o 100+00 'r REMOVE&REPLA OFFSET=0.00 WBIk1.�oLINT k EX TEMP.RIPRAP; 4910 4910Ati ' DRESS SLOi�E 60.J7 ' 'RESCRIPTiVE 1 Ca PRICLIB 9' 1 R.O.V.' Jx c ` ieNIITS_4.",7;f,, 100+00 REMOVE&REPLACE 4900 4900 VICINITY MAP S'N=278313.36 1 SF i EX TEMP.RIPRAP; GENERAL NOTES N.T.S. E=182995.70 RS 1.-' DRESS SLOPE MATCH EX CHANNEL 1.CONTRACTOR SHALL REPAIR ALL DISTURBED AREAS WITH MATCH EX CHANNEL \1OO+6O ELEV.TOPSOIL(WEED-FREE).HYDRAULIC SEEDING AND HYDRAULIC ELEV.AT R.O.W. \ N=278316.76 4890 4890 MULCHING. LINE �_ -, E=183055.67 -40 -30 -20 -10 0 10 20 30 40 to ITTLE DRY CREE' o 2.RIPRAP PLACEMENT PER DETAIL ON SHEET GD-3. c ... III. MATCH EX CHANNEL 1 'If ii., ELEV.AT R.O.W. 100+30 3.CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTION ZONE TEMP.CONSTRUCTION :' _ w LINE EX BRIDGE TRAFFIC CONTROL. EASEMENT ' S. ` RS 0. °i Q.. 7 LJJ�\ ca LITTLE DRY CREEK 4920 4920 4.CONTRACTOR IS RESPONSIBLE FOR SEDIMENT REMOVAL AND *CONTRACTOR TO REMOVE /// 7 `��I CENTERLINE *PROP DEPTH PROP DISPOSAL FROM THE PROJECT SITE. SEDIMENT TO PRE-FLOOD >� ALIGNMENT FROM BOTTOM SEDIMENT CONDITIONS(SEE SECTIONS o o REMOVE&REPLACE OF GIRDER=8.2' ��\ ' REMOVAL 5.CONTRACTOR IS RESPONSIBLE FOR DEBRIS REMOVAL AND THIS SHEET) a EX TEMP.RIPRAP; 4910 EX 4910 DISPOSAL FROM THE PROJECT SITE. -ce DRESS SLOPE REMOVE&REPLACE ; I -- CHANNEL *6.PRE-FLOOD CHANNEL GEOMETRY DETERMINED FROM WELD EX TEMP.RIPRAP; PROP COUNT INSECTION REPORTS COMPLETED BY SEH,DATED - DRESS SLOPE 7 4900 CHANNEL 4900 MAY 21,Y 2012P. t� 100+30 EL=4906.16 - -45.80' I I 50.00' OFFSET=0.00 7.CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING 1I TEMP.CONSTRUCTION C EASEMENT EXISTING UTILITIES,AND FLOW MEASUREMENT FLUME 4890 4890 STRUCTURE IN CREEK. -40 -30 -20 -10 0 10 20 30 40 8.ALL FENCING DISTURBED DURING CONSTRUCTION SHALL BE 100+60 REPLACED OR REPAIRED TO PRE-PROJECT CONDITIONS. BENCHMARK 4920 4920 NGS STATION R 260(PID LL0168) 100+60 OFFSET=0.00 A U.S.COAST AND GEODETIC SURVEY BENCH MARK DISK ( (/ 67$03(' 35 ' 67$7,21 0$5. ,6 21 6287+ 6,'( 2) 4910 4910 WELD COUNTY ROAD 6,0.55 MILES EAST OF U.S.HIGHWAY 85, 48.5 FEET EAST OF THE EAST RAIL OF THE MAIN LINE,15.0 FEET o to Co SOUTH OF THE EDGE OF CONCRETE,1.0 FOOT NORTH OF A o + + WITNESS POST.DISK IS SET IN THE TOP OF A CONCRETE POST o 0 .— ii u n WHICH IS 1.5 FEET BELOW THE EXISTING GRADE. 4900 4900 ai~ C C MATCH EX ELEVATION=4952.19(NAVD 88 DATUM) • o N co CHANNEL w , < co R e PROFILE VIEW:LITTLE DRY CREEK CENTERLINE ELEV. N • m CO C o ALG:SITE 10-CHANNEL 4890 4890 m v m a f0 4' HORZ.SCALE:1"=40' -40 -30 -20 -10 0 10 20 30 40 w n w n s(d1C). p > p w np VERT.EXAG.:8 CC _I - j C J VERT.SCALE:1"=5' O w 9 w c0 w 4910 4910 LITTLE DRY CREEK CROSS SECTIONS EX HORZ.SCALE:1"=40' 40 20 0 40 M CHANNEL VERT.SCALE:1"=40' D FLOWLINE - VERT.SCALE:1"=20' __ ' - - 1"=40' o =-1.471, T=0.00% M PROP CHANNEL - 4905 FLOWLINE 4905 811 ,„ 0 m o u a e Co Co Co O o a o 0IP 99+50 100+00 101+00 101+50 Know what's below. Station Call before you dig. „ Printed By: Andrea Lowery Sheet Revisions As Constructed WELD COUNTY FLOOD RECOVERY- Project No./Code File Name: 20140320GP10.dwg <_1861..<:::` BIG AND LITTLE DRY CREEK CORRIDORS z al Date Comments Initials 5 �.� No Revisions: 20140320 z Horizontal Scale: 1"=40' Vertical Scale: AS SHOWN O ) 1 1�pj` 'I SITE 10 - GRADING PLAN Designer: MAW Structure EM-BR23/14A B ®� ® � SSS,,, �/ 1 J� Revised: 010-01 oh n us ® O C O U N T Y Detailer: AJL Numbers WEL023.0-014.0A Ba Void: Subset: GRADING Sheets: GR-9 of 9 Sheet Number 13 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 "O"Street Greeley, Colorado 80632 Attention: Trevor Jiricek, Director of General Services Bid Proposal for: FLOOD REPAIR: BRIDGES 15/2A,4/15A,17/4A, 1914B,21/6A,23/6C,8/21A,23/8A, 23/14A PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications,for the Work above indicated for the monies indicated below which includes ail State,County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub-Bidders shall include in their bid all Sales and Use Tax if applicable. State of Colorado and Weld County tax shall not be included. Upon application,the State of Colorado Department of Revenue shall issue to a Bidder or Sub-Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-114,CRS,and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty(60)days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor& Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. BID NO 81400118 Page 10 EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, he must execute the required Agreement and furnish the required Performance Bond,Labor&Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder whom the Owner deems is unfit or unqualified to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds,the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. For any discrepancy between words and figures;the words will control. All mathematics will be checked and the correct total used for determining the low bidder. BID NO B1400118 Page 11 OD rf 61 W o 0 o m o 0 o 0 o 0 0 01 o.6 O N o 0 0 0 0 0 0 CG 'O Aa NO OO9 03 GI p(O 09 NO >00) -O -W oN0000N30010 -...0,00N o( zpm 0 0 a N) V o N 0) U1 O N A p OO D -c m C CD N m H H 0 p m 0) -n O W 1Z 13 m ,O n O O m D n W 0 A 0 2 yN A a z C)) Z p `rO i m co CD O 7 XI Z O O O Oz ➢ PI m O z m O a m0 D m v x y m O O O r p " m D r 2r- m Z Li W Z 2 m O v 0 p 0 3 CO O O O > JD O A Opw CO k« m n o r cn m ti - n a " G7 2 r r n> con m m o z m D O o z m C� Z r v �' C m . z O � pDm m Frim z 0) m o a o i X D D { 23 m -OC w n 0 m m n 2 -< r z C 7J < Co 5 1 4 w hi a G G) PI N N W W A O O O O N N D W m 0 o '' -- O N -4 6 r� g 'r W y y 'R ?° n � Z � l2 73 .k 1 t (litt 7:: -e r. A is % 14.,4 t i 0 le � � � � � A tl y ? � � en N ....r ak, t ,frt. 4„.... ' 4‘ 't \ AS a ; T e 1 ea n e EA Eft EA v, s, EA EA v, E„ 6, rA EA En Es, EA E„ (II Zz Rcp I 1e Q �� Q Q • 6� ci ` C o p r ; N �` C DA F c ° B F c t p@ e° C y � m Fd Fl -69 E9 TA {A fi3 {p 69 EA 69 69 69 EA {p EA 69 di tI {I \\ � 1 N p4 N C --0 cV V �! i Q`, C i ® o 9 tt e C P O X r Q 4' `-1e N 0 C (R A m O m 0 0 0 0 0 0 0 O O O O O O O O O O O 00 ,Wp o 0O 00OO W NO NOi om o W ON oc OO NOCBO -s000 Zm O ' ' N ' O ' O ' O ' CO ' N ' -a ' - ' 0I N) CO OV OW OOW C ... O3 A H O t r o D m-I 0 c m F m H Hu c m > 2 > > co z m m r In :l AO t DA c m m 1 T ,-±..) r -1 H 0 O m m m 0 ° A n A (' N 2 X I Z m 5 O T. m m O c O O 1 { lo Z 0 Z Z r O x A O 1 0 'n -a r O 2 m O .. m c� m m O 1 z n m z D O D '� Z A r U AO < -I 2 O --I O r ;� H 0 n -a o z m Or m Oz D w -< ri m '� m D71 �i > r 2 r mom Z 4 O 2 CO m n 0 0 0 a A m n c� z m m co _ x co m n 0- c n m 0m = off' z m n N co Co � .�,. m0 o0 Z o H m �- Z �- 'arc wa z ,. x m ® Dm en M z r m a. ti m O 0 y O O 2 fi 4 i'. O c 0 D > j A Cr) D < { 0 0 m r -OG A 0 r W A of O O D C F A N 0 co a N m O •O N 0 W 6.) o o ~D O 0 cn D < y P r \''1 \IN 1 't N t 5, r ;3 I, r,9,, g V -4 4 0 .I' I \,\I , ‘) k tX L i. 0 CO -1-.1 g' t M te ii ,. 1 Nals. „( is') I i ...t. 0 1 ot i:, .t...... y om fil -., ...:e ° t Q o c 2 o C � rn 13 c in N m fA Ce ell fA EA C to i.v_r. Hi fA 45 &d fA Ce fA 63 LI 4 •._ N (..- t4,1 N N & 4 GI ea' 4.4 il ',14 ca slt�� q. 0 �� O °c. C k . XncC M 0 m O o O O O O O O O O O O O O 9 0 W W W N W 0 9 0 9) p Q -T N O - o N O O 0 p 0 O N 01 N O O W o Q g m O w O O O 0 O v W 01 3 to cn m H H KO i Z D 0 DJ z 13 O r m -ri Z t m H T ° N- D 2 m = Z n 5 m C) m A O C n E D A A X Z oz Z OZ F z m to 0 -i O O m v m G7 Z m n t mm y m m 0 H Z n 1-_,- < H Z z O D O I Z '� F A 0 < -i 2 �7 -I DG W D HO o Z-Sc m I � 0Zr - w `vie 'a o O nm Z S m z r a m D o > N O O I S l 0 ; D D { A N > 0 { > > r Ti C) X < W _` n9 � W L. A p O A '#. A N m W 0 CO 0 FP : O a O O 1 ED 0 V O fl › -< O p T3 \c,a, \ j t \ r k\ ki .k. >,%\ 0 0 fl 0 % k i d y> N t k k' UUt, t .N. SSN N ti i 1 .b,..,,Q k Z R. COM :..I?A Q e e Q `� `I c T Ca C r m e a a 0 a o• e C C a 0 N � 1 o m - rfl &s En -e Co t» to f» <» 60 69 ES e» m y.> y3 a hi I k \ N f- i (4 td4 N" \ N GI iv ` 1 c O rD 1 ti 0 �C nv 00 0 m W W O 0 O 0 O N O N N O a 0 0 N 0 N O N O N 0 N 0 N O N .-N O N O N Z 1 I= O O p O N O 00 O 00 T N 9 —T w f N O -a W 0 rp 0 O O O O N O rQ O 0 0 0 0 m 3 OyN [T ' 0 'O AO thJ (Nn W 0 m . O3 7X.1 0 M r 0 > < m m c m o m 'n 0 -i c m > m m m 0 r ? m m FriO 0 O D m < n z 2 w n xi n z 74 D { 7J A q 2 0 m Z r r 0 X co O O A m m O z 0 m D a D m ri m O H Z v n o { = O O O z < rl Z �1 r O Ti ;A01 < O 0 A "— < A O < NO Z ➢ D m O > O W D > 0 n Z C 2 m Z fiii m co 93 m ! o - tn c.r O ? 0 71 CD r r e n Cn m m c Z Z Z w r V A C D • L7 O — mm m z m O m Z El m m m n J D 7 x ii m m 0 = r m 0 CO CO > > r r r 0 I 0 r c p4� D > A N > -< m .< 0 n CO m m .< m --c CO I m a A 2 _ _ _ _ a fl m N 0 W a — — N V •o • 0 -' a O O 0 N - Z W w �I O Oi 0 r. ri H m -< t' O 74 - .1 ; et....2-- c s � N 3 m �j, r m rd D 4 ti \ ia.,t‘ I 1 T 4 rn4 N 'a �! ` C `-'1 r m z ili NA ND 0 Li n ernel re E re el ell rern a -GS yf a fn b3 e e re GI ll P ,c oI L`G S\ N N. N e c e ,, ra .0 c ti oz CD c o D a 0 e , t �1 o -I 01f ° a ° a c e o e e g e e ° C � � ° e Q e ° e,14 c. ° ° ° C •No �- m ea rn rn En in a ell va to a v> rn rn eD e rn rn rfl S o 'U K� il o \ 4 � ��, � 0 0 c � c �C `� p o0 o d g o c ]n � �C �c D V: C� V n 9 Li @ A e m e e g p @ e C _a n Q m CO m m m 0 000000000 0 O 0 0 00 00 00 0 W ON ON OO OA O N O-. cc ON ON ON N ON ON Z -i �y, m O Co WA O O O O N O O N O O O O O O N O (11 O O O O m f30 O m N O C m N O j W O N N m W m O V N W0(d O O O ' N) O 0 ' 0 ' OD N J ' 0 A CA ' N 0 ' N EI > Z > > K Co m 0 r m Co O�] -u D c m a C n Z D 73 �i ni Z 0 z m 0 2 m m x i Z 1 O y X ' = D m GWni a. m y K z P z O < O m z A F P- T O O < n 1 A 0 < p > D m 2 i 0 O I- - OCO , m g o D { 4o Z W - p n D °' m n AO co On 0 mom W , N m n n Czi cn n m x it- Z v r r m ANa or v —zi m n r � " � co Z .� -o On17i m m z rcn ti N N li m q N n o h m it K , m m 2 r m O cn D n r r 0=0r C -< 11 0 W XI v 0 4. W C i1 m N) m c, to _, _, Co N 0 0 -'' m --� N) D W N a co CO 0 N0 OA '� 1 G 1 D t n t et r.7‘ \ t k k‘ i 9 4 5 ar‘ ...r. i k '1k \i m iv a > k)i.\ !'• z 0 73 03 ii �. vs o co 1 :! to es en en to EA CO V, EA to co EA EA eel fA If4 v I Q Ni U Nl N k N Ni C p c On a coo •° C° `, a oWo + G, c G c ® 1 ° o ° e ° e o c., O c r m e e et e c ° Q a ° ° Q C WA ii e e atEA EA Ef, ti, to to EA CO ft) to to Co <A to to to N.C Q ^'' � G� �0 ^l Q e �' c �' c ® o Q �N ` • 1 `V {_ C rD b Q t o 4 0 o a • e 9 c Dii h o e a e a, p n m p0 00 OOO OO) OOO) 000000A OON OON OON ON OON ON ON OON z -C wwww00 aO O'O 0000) NO >O -0 -W ON N00 {0,>W NOONOW OOOO Om E O N O O O Co N "' V O a cn GI O (Oh G IH C) -I M X H 0 3 Co X G) -4 HKo D > Z P > m 2 t 0 r O -1 D t C) W 0 21 H n z D A 7, X I GZi -Ti mm p m m o ° O p T ��7 m z m a A m y m z 0 1 z 0 -Dp -Di '� 2 G) y O z A 0 1 D j O 2 c 2 T` m z M W O TiH D .i r < Co Q 3 % 0 W 2Rt .. D na c D r N mN0 Em m , D m m m Z r I1 Cn N M o D N O O 4 O D D < 0 Co D < Co 0 0 m m { Xi { r Z j ri W 0 0 A _ _ c ij m N 0 W 2 - - 0 0 O W O W 0 2 W ` W u, o O O m KI k \lc i\i (_ri p rno o O En ER oX X ER X En ER fA rl \C a} � tic U � O o 0 • I (A G' g Z q p_ Q O0 C y m En tR ER to ER En to ER X to X ER ER G9 X fR CI 1 ! \ 0 `-tom � O � VU W \ � � S\ ti NC � c P, `t (1O C\ CI O 4 e .t Q b c o Q e ° $ :Q O Q. O Da o � c e ' Q o q C Q wM m CO p) 00 W 00 W 0 W 0 0 0 0 0 0 0 0 0 0 0 0 nn WW O O Wl`i O W O W O A O_N O N_ O N N ONO N qcc '0 .. O N O 0000)) O0 -m N O .. W 00N NCO 00 NO NO p0 00-0 z m v ' O ' N '' V N N)CO 0(' (B ' •® � H o C) (/) H c) K CD COM --I H K 0 2 D O D M C m r ,o 0 c m Z W z U m m m O r 1 m 0 n O m O_ co 0 9 % (> z n z N A = X ? z m O O z m c5 A C D A -I Z O z z r x o n o m U r 0 z m n a m n m rj m 0 -zl Z Q D m { —D_I 2 z O < O �{ -i 0 "i o > 73 m O a O � W r m : g { o z r m z 0 m D i1 > r < r Sk 3 73 0 W W O . n D CO m - ,107 O 770 m r, cn n W (n m n ≤� D co m caw i c n m 'o i Z m = I> mr r iv cn m.° m0 r- 0 z Cn 0 2 r- .p N C i n O —{ Dm my M Z — 2 m 2 r N 0 E m D a f s a ri A D D j A m D -< -< 0 0 m r -< 2 n r z 74 II 14-m C C P D N co W A W N P P N -. N D W fr O W N 0 0 a O Oyl '' -11 0 r _ j,i 0 r \ v® v ::,,b ? . , , , , , , ,, h 7 xr z li, ). zg- i i _it t ) 4 Itt k, Ll CA N .4.: o k „tit aN N‘.\ ,... i I ij hq rri Pi c 45 45 45 40 4 69 e 69 69 49 49 e e e ms. c e �� o ° o Q 6� • Cl ,� e r- 10 e o o p az i9 o m f» rn rn el sa to E» rn e to cn rn [n rfl t» t»CP n \ 6\ c o N. - Q Q '� �1NG, ci o O c € o c o % '1 N3 e c in OD O O CO O O O O O O O O O O O O-N pO N O N O N 0 N o N -s N p N p N Z - W W W CO Op CO O W a N O N N O p N p p-' p 0 0 0 N O Q1 O 0 0 0 m IN coO a O O O O p N O —W -O �W p N N co W co O V N co W O O ' N ' a O O co ' N ' v ' p ' p ' O ' m ' 00 , a kg DO A r oo D < m c CO to m --I c o r> MIMI mz m > O T CO m 0 - _ZI m O o O m < C O X x O C O Z D A A_ x Z Z r a z rn m n O O _1 j H n m O x zl z z O m m m m' z m > a m n m r., m O HZ Z O _ O Z ,---, C O o a < D ��77 O ri p y m m O ? D i D O E2D 3 -< o z C 2 m z r Pc m co ZN z m O o CD 07 m O Z m D 0 .Zm7 Nan a n x rO- r- mn nmm O � z m D r0No o z m n r 1 � � OD €: z -0 0 D m ii r CD { RI m o IV II D o µl = O D a { I v b < < > n < < Z ri El o ri C N)il CO CO ? -. a A O O N !O N a N) D co r1 O O O O O y 0 N\ ‘\ k AI c }1 t Q \ \\ !bk\ t r tt 11 ia II o iii -I --1% p O o cs IL t t kl \\I \ .6_, •e, i- t 1 0 tz...b. m y I NA 1` i vry cn P 73 id m 0 c b` fl ; uflflu m Pi C mma Pi ,P E9 to e e el En En 6v -GO di fA in 49 E9 es ea PHil iJ v Urn Q e %` a -� Q e c� o Q Q mo Q. o 0 O c " m Om Om 00 0 W ON ON O 00N 0—N` 0—N` 0O OON OON O N OON OO N Z -i in: OW AO � O O O 00 NO OHO O N r O O s t n -O �W O N O taco Oil N W O CI') p 0 o m i O O ' O ' CO ' N ' V O A (n (l1 ' O N l H O M r 0 CO < m c CO m G)tA -I -t g O T T G7 m m O mo -I D m § grcroi x A o :0 O Z N > 2 m 2 Z inn m O m Co O o O T T r O Z T >co a 0 (7 fn 0 —i z O 0 O -SG -t O Z AOA � O 0 m O - Z r o O < O b = D W z ,� H 0 r { o Z D m O m o r -� O � O -n D Ji D r_C- 2 T` to mpl W Ap :{ n D �_ m L Z 00 A ODtn m CO O Z D m m ei n o O Z m 2 D rC- N A N m w .. c z v m zy' m (o m o o O t p 2 g CD 0 y. 150 r D D { A Cn D < CO a a m r < z < co Z (-2. 1 P r, n L7 H A N co co a _a O P O N p W O O "' Z W 1 O ri A \\t k k\--\ j 2 W 0 1 o \ :1) t l'.6 Nit.' k ,i ' 7 ' -r, \ 70 \) 4.3\ t t kt \,., P t Q dziz \` ,. t r1". t m oo (i D y !r A V) En to en to to to £o to to En 4n En En En b9 j h{ 1 ;Q p ` y ';•0 Q �` `.'1 1 C H Qeo • C C C� ° e e O C R e ° g Nm Fl Pe'lci -CO En 4n En En 4n 4n 40 En to En E9 En En 4i Eo rA ,l ri c a g ca o c tA c , b N I{ Q o Q q e Nm C NOTE: The following are items of work to be completed by Weld County: • Materials Quality Acceptance Testing • Construction Inspection RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids,Drawings,Specifications and other Contract Documents. Addendum No. 101 A Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished,installed or constructed. SIGNATURES: rim Dated this /O day of Juy , 2014. FIRM NAME: /9/5/9 C/(�/i' c. BY: c../ -ip4ti Tree TP6 TITLE: ,5r'4--, BIDDER'S LEGAL SIGNATURE: /�� STATE OF INCORPORATION:O CGYG /e+r ADDRESS: 1/.2e.) '3c}x S^(v 7 /3/72-/A.4-1.7 r-c-, 6?0 „,,,7 TELEPHONE NO: 63 3 - 6 51- 26 6 FAX NO: 3 V 3 6 5-q- ,e(9,/ r 4)2ATTEST: I- - _ ..Z .lirit-7....G--"---_ BID NO B1400118 Page 21 BID BOND FLOOD REPAIRS: BRIDGES 15/2A,4/15A, 17/4A, 19/4B,21/6A,23/6C, 8/21A,23/8A,23/14A KNOW ALL MEN BY THESE PRESENTS,that Aisa Civil, Inca P.O. Box 567, Brighton, CO 80601* as Principal,and State Automobile Mutual Insurance Company** as Surety,are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Five Percent of Amount Bid Dollars ($ 5% ), lawful money of the United States of America,for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly to these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that whereas the Principal has submitted the accompanying Bid dated July 10 ,2014 for the FLOOD REPAIRS: BRIDGES 1512A, 4/15A, 17/4A, 19/4B, 21/6A,23/6C, 8/21A,2318A,23/14A as set out in the accompanying Bid. WHEREAS,the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent(5%)of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform_ NOW THEREFORE,if the principal shall,within the period specified therefore: A_ On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties,as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract,or B. Withdraw said Bid within the time specified,or C. Pay to the Owner the sum determined upon herein as liquidated damages,and not as a penalty,then this obligation shall be void and of no effect,otherwise to remain in full force and effect_ IN WITNESS WHEREOF,the above parties have executed this instrument under their several seals this 10th day of July ,2014 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board_ Principal Aisa Civil, Inc, Address P.O. Box 567 ATTEST:. Rrighfnn C:O 806.01 By: By= Su ty State Automobile Mutual Insurance Company AT TES7n ) /1 Ad 18 Eas Br Street. Columbus, OH 43215 } Cee AnTte eaux. urety Witness 7 prl row , m V-m- ac BID NO B1400118 Page 22 `Incorporated in the State of Colorado **518 East Broad Street.Columbus,OH 43215, Incorporated in the State of Ohio INSTRUCTIONS The full firm name and residence of each individual party to the bond must be inserted in the first paragraph. If the principal is a partnership,the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership(to be named),and ail partners must execute the bond as individuals. The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate-seal of said party attested by its secretary or other authorized officer. Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form. • BID NO 81400118 Page 23 STATE AUTOMOBILE MUTUAL INSURANCE COMPANY 074615 COLUMBUS,OHIO CERTIFIED COPY THIS DOCUMENT MAY NOT BE REPRODUCED ORIGINAL PRINTED ON YELLOW PATTERN PAPER POWER OF ATTORNEY Know All Men By These Presents, That STATE AUTOMOBILE MUTUAL INSURANCE COMPANY, a corporation, duly organized and existing under the laws of the State of Ohio, and having its principal offices in the City of Columbus, Ohio, does hereby by these presents make, constitute and appoint J.R. Trojan, Susan J. Lattarulo, DiLynn Guern, Mark Sweigart, Florietta Acosta, Donald E. Appleby, Sarah Brown, Todd Bengford, Lindsey Knickerbocker of Denver and State of Colorado EACH its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds or undertakings described below, to wit: any and all bonds, undertakings, or other written obligations in the nature thereof, subject to the limitation that the penalty of any one bond shall not exceed Four Million ($4,000,000.00) Dollars in amount and to bind the Company thereby as fully and to the same extent as if bonds were signed by the duly authorized officers of the Company, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of Attorney is made and executed pursuant to and by authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 8th day of May 1970: BE IT RESOLVED,by the Board of Directors of State Automobile Mutual Insurance Company,that any two(2)of the following officers of the Company,viz:the President,any Vice President,any Assistant Vice President,Secretary,any Assistant Secretary,Treasurer,and any assistant Treasurer,shall have the power and authority to appoint agents and attorneys-in-fact and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds,undertakings,recognizances,consents of surety or other written obligations in the nature thereof;and any such bond,undertaking,recognizance,consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed,if a seal is required,by such attorney-in-fact or agent pursuant to and within the limits of the authority granted by his power of attorney. BE IT FURTHER RESOLVED,that any two(2)officers may remove any such Attorney-in-Fact or Agent and revoke the power and authority given to him. BE IT FURTHER RESOLVED,that any two(2)of the following officers of the Company,viz:the President,any Vice President,any Assistant Vice President,Secretary,any Assistant Secretary,Treasurer,and any assistant Treasurer,shall have the power and authority to execute on behalf of the Company,and attach the seal of the Company thereto,bonds,undertakings,recognizances,consents of surety or other written obligations in the nature thereof;which the business of the Company may require;and any such bond,undertaking,recognizance,consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed,if a seal is required. This Power of Attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of State Automobile Mutual Insurance Company at a meeting called and held on the 8th day of May, 1970: BE IT RESOLVED,that the signature of the President,any Vice President,any Assistant Vice President,Secretary,any Assistant Secretary,Treasurer,and any assistant Treasurer and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,undertaking,recognizance,consent of surety or written obligation in the nature thereof;such signature and seal,when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. In Witness Whereof, the Company has caused these presents to be signed by its proper officers and its corporate seal to be hereunto affixed this 23rd day of May, 2007 """ STATE AUTOMOBILE MUTUAL INSURANCE COMPANY Paul E. ordma , Ass't. Vice President By: Form 18-C Cert. * • •, • William D. Hansen Asst. Vice President �,,,,,,,,,,�. STATE OF OHIO -_ COUNTY OF FRANKLIN,} ss. - On this-23rd day of May, A.D:;-2007, before me personally came _ - Paul E Nordman and-William D.-Hansen - - to me known, who-being duly sworn,did depose and say that they-are Assistant Vice Presidents - - respectively of STATEAUTOMOBILE MUTUAL INSURANCEGOMPANY,the Company described in and which executed - the above-instrument;--that they know the seal of-said Company;_that the seal affixed_to-the said instrument is_such corporate seal, that it-was so affixed by order of the Board of Directors of said Company and that they signed-their narnes respectively, by like order. - - - - - - -- - _ - _ - -. =:Notary Pu is _. _ - - - - ,- - y-P John dvin, Attorney-at-Law - - - - - NotarublcState of Ohio -= My Comm's sion Has No Expiration Date - - - _ Section 147.03 - - _ - CERTIFICATE I the undersigned =Assistant Secretary of State Automobile Mutual Insurance Company an Ohio Corporation, do hereby certify that the foregoing power of attorney is-in full force-and has not revoked;and furthermore,-that Resolutions of the Board of Directors set forth in the power-of attorneyare now in-force. Signed and sealed at Columbus,-Ohio,this _-10th, day of - July 2014 - - _ - `E MUTUgI Syr - ` Assis t Secretary -oe J n A. Gouger a ¢ L ,Y p a Form Request for Taxpayer Give form to the (Rev.October 20B7) Identification Number and Certification requester.Do not G,.eee,nc of r,;,T e4Jy send to the IRS. ,ncirne:%.1.,',r.>nva:r i Name;as shown on your income tax return) CV /6 C1c/r7 < 4 Business name,if different from above o — — 0 Check appropriate box:❑ Individual/Soie proprietor ji Corporation U Partnership.. ... .. .. ----— ..u I Ill Limited liability company.Enter the tax dassilication(Ddieregarded entity,C=corporation.Pcpartnershp)I. ! l Y--t Exec Pt 8 i L CAWCAWfi96a iron tanel► J Actives-(number,street,and or suite no.) Requester's Requester's name and address(optionoq ri v /30X s6 7 Qc. .state.end ZP code tl33, l 1 Cc' Cc,/ W List=coed number(s)here(optional) •art I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box The TIN prodded must match the name given on Una 1 to avoid •Seciaf s•nurmy number backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor.or disregarded entity,see the Part I instructions on page 3.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN on page 3. or Note.it the account is in more than one name,see the chart on page 4 for guidelines on whose j Employer identification number number to enter. . " /3 7 3'0 84 Part II Certification - Under penalties of perjury.I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. I am not subject to backup withlloidng because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. I am a u.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out Item 2 above it you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report at interest and dividends on your tax return.For real estate transactions,item 2 does not apply. For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an Individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the Certification,but you must provide your correct TIN.See the instructions on page 4. Sign 1 ers at ��,!/ Here U.S.LL ,person► / pate►.A77General instruc i ns Definition of a U.S. person. For federal tax purposes. you are Section references are t he Internal Revenue Code unless considered a U.S.person if you are: otherwise noted. •An individual who is a U.S.citizen or U.S.resident alien, Purr •ose of Form •A partnership,corporation,company,or association created or p organized in the United States or under the laws of the United A person who is required to file an information return with the States, IRS must obtain your correct taxpayer identification number(TIN) •An estate(other than a foreign estate).or to report.for example,income paid to you,real estate •A domestic trust(as defined in Regulations section transactions,mortgage interest you paid. acquisition or 301.7701-7). abandonment of secured property.cancellation of debt,or rules for contributions you made to an IRASpecialpartnerships.Partnerships that conduct a W-9 only if you are a U.S. person(including a trade or business in the United States are generally required to Use Form residentalien),to pay a withholding tax on any foreign partners'share of income provide your correct TIN to the person from such business.Further,in certain cases where a Form W-9 requesting it(the requester)and,when applicable,to: has not been received.a partnership is required to presume that 1.Certify that the TIN you are giving is correct(or you are a partner is a foreign person,and pay the withholding tax. waiting for a number to be issued), Therefore,if you are a U.S. person that is a partner in a 2.Certify that you are not subject to backup withholding,or partnership conducting a trade or business In the United States, provide Form W-9 to the partnership to establish your U.S. 3.Claim exemption from backup withholding if you are a U.S. status and avoid withholding on your share of partnership exempt payee.If applicable,you are also certifying that as a income. U.S,person,your allocable share of arty partnership Income from The person who gives Form W-9 to the partnership for a U.S.trade or business is not subject to the withholding tax on purposes of establishing its U.S. status and avoiding withholding foreign partners'share of effectively connected income. on its allocable share of net income from the partnership Note.If a requester gives you a form other than Form W-9 to conducting a trade or business in the United States is in the request your TIN,you must use the requester's form if it is following cases: substantially similar to this Form W-9. •The U.S.owner of a disregarded entity and not the entity, Cat.No.10231X Form W-9 (Rev.10.2007) BID NO B1400118 Page 24 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: t/ L.bf /6/ 46 j All questions herein must be answered by all b dders and the information given must be legible,clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): I �S/7 C_/07: fjc 2. Permanent main office address: /.2U /30X ;5 c 7 /0'/71f Phone Number: 3 U 3 - $ 2 , 'f Fax Number: 3 0 3 - to rq_ 2 6j/ 3. Year Company was organized: v.()/ 4. Number of years this Company has been engaged similar construction: Tl(R.T f'i Under what firm, company or trade names has this company been engaged in this type of construction, how tong under each name and how long has each company been bonding work? "2-;`- 5. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: -t•dy /3r'c(5cj $ 41S; rya a te_/4„. 9//4e—//// 6. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 7. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. /VOA), 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. ki OP, BID NO B1400118 Page 25 9. List all contracts within the last 3 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. 10. Has any owner,as party to any of the Company's contracts within the last 3 years,contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. 1U e..)kI/Z 11. Describe all contracts that the Company failed to complete. NON 11 12. Describe all contracts on which the Company defaulted or from which the Company was terminated. 13. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents,which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: Gf-rz aiu,,1 6j1`1'2/ Location: i7C, d GrGz�y Supt: /, Owner's Representative: M r G y fe-4:// Phone: Completion Date: 7y Contract Amount: �/57r G/0 Project Name: Cr-v.'> /j�j2Y�� �,>✓��j� Location:/3zAite✓ CCI Supt: Owner's Representative: U /t." /41600.,/r Phone: Completion Date: s// Contract Amount: / 2 ere Qd6' BID NO B1400118 Page 26 Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 14. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15%OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK UCTC c %/,..4,e-.. .c. ~ fkI/4 SC4/7 S/f�•1//l� _ 15. List the principal members of the company who will be involved with this project, including the superintendent,foreman, project manager, etc. YRS.PERTINENT NAME TITLE EXPERIENCE 1 /i}tl4" G, l/ S,Ar I- ,2v 16. List all lawsuits previously filed against or currently pending against you,the Company or any officers of the Company. AIvN/o BID NO B1400118 Page 27 The undersigned hereby swears and affirms that the information contained herein is complete and true and further,hereby authorizes and requests any person,company,firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this / /) ti day of422,a 'i), ,2014. Bidder: 7/9:51 6/6/;l� C Company By: �, Signature G' Name: (Piease Type) Title: /2/-4S-4,4, _1 NOTARY County of ) ss, State of a , ) being duly sworn,deposes and says that he is of ` ,and (Title) (Company Name) that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this _ day of--_-, , 2014. CASSIE J. MARCELLUS NOTARY PUBLIC (SEAL) STATE OF COLORADO NOTARY ID 20024024418 MY COMMISSION EXPIRES 07/30/2018 Commission Expires Notary Public BID NO B1400118 Page 28 MEMORANDUM 1, $bs i) ! Date: July 23,2014 r ! P r G O U N T To: Trevor Jiricek,Director of General Services From: Richard White, P.E., Engineer III RE: Dry Creek Flood Recovery Project,Inspection Services Work Orders Bids were opened on July 10, 2014 for contracted construction of the Dry Creek Flood Recovery Project, which will return nine bridges along the Dry Creek river corridor to pm-flood conditions. Four bids were received ranging from $270,340.00 to $433,571.47 with the lowest bid submitted by AISA Civil, Inc. from Brighton, Colorado. The Engineer's Estimate for this work was $237,398.99. Weld County will be using Bohannon Huston Consultants for daily inspection associated with this construction project. Weld County's cost share of the project is $25,536.50 for flood damages and $66,234 for bridge rehabilitation to extend the bridge life at 19/4B. The bridge rehabilitation work had already been scheduled for this bridge prior to the flood. AISA Civil, Inc. recently completed flood recovery work at three of the South Platte River bridge locations that were damaged by the flooding last year. Weld County was satisfied with the quality of work done by AISA Civil. If this bid is approved by the BOCC on July 28th, construction will commence in August, 2014. Construction of this project is estimated to take 45 calendar days to complete. Recommendation: Staff recommends awarding the Construction Agreement to AISA Civil, Inc., in the amount of $270,340.00. 2014 - 10 99 de ©cq 040 76 `/07A7 WELD COUNTY PURCHASING 1861 1150 0 Street Room #107, Greeley CO 80631 E-mail: mwalters(c�co.weld.co,us E-mail: reverettaco.weld.co.us # L r Phone: (970) 356-4000, Ext 4222 or 4223 c 0 u N?z Fax: (970) 336-7226 DATE OF BID: JULY 10T", 2014 REQUEST FOR: DRY CREEK FLOOD RECOVERY PROJECT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1400118 PRESENT DATE: JULY 14, 2014 APPROVAL DATE: JULY 28, 2014 TOTAL COST OF VENDOR 9 BRIDGES AISA CIVIL, INC $270,340.00 P O BOX 567 BRIGHTON CO 80601 L & M ENTERPRISES LTD $293,599.18 735 E HIGHWAY 56 POBOXW BERTHOUD CO 80513 WALSH CONSTRUCTION INC $337,711.00 8139 OPEN VIEW PLACE LOVELAND CO 80537 TAYLOR KOHRS LLC $433,571.47 9351 GRANT ST SUITE 500 DENVER CO 80229 PUBLIC WORKS IS REVIEWING THE BIDS AT THIS TIME. 201 - zC` ©o4/S EC OD-7O
Hello